Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2011 FBO #3330
SOLICITATION NOTICE

Q -- Teleradiology Services for William Beaumont Army Medical Center

Notice Date
1/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU0-11-T-0016
 
Response Due
1/21/2011
 
Archive Date
3/22/2011
 
Point of Contact
Valeria Gutierrez, 915-569-2815
 
E-Mail Address
Western Regional Contracting Office
(valeria.gutierrez@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for: MINIMUM AND MAXIMUM 1. This is an indefinite-delivery/indefinite quantity contract (ID/IQ) contract for Teleradiology Services for William Beaumont Army Medical Center, El Paso, TX. 2. The minimum guarantee under this contract is $5,000 for the base period. 3. The maximum contract amount is $2,000,000 for the base and 4 option periods. 0001NIGHT CT, NUC MED, MRI EXAMS4000 Each Non-personal teleradiology services for William Beaumont Army Medical Center, El Paso, TX 79920 in accordance with the Performance Work Statement. Base period of performance: 1 February 2011 - 31 January 2012. Quantities are estimated; the Government will only pay for the actual number of studies completed 0002NIGHT XRAY EXAMS8500 Each Base period of performance: 1 February 2011 - 31 January 2012. Quantities are estimated; the Government will only pay for the actual number of studies completed 0003Contracting Manpower Report1 Each Report is due NLT 31 October 2011 for the period of 01 February 2011 through 31 January 2012. For further information regarding this requirement to include number and dates by which each report is required, see paragraph titled "Contractor Manpower Report". 1001NIGHT CT, NUC MED, MRI EXAMS4000 Each Non-personal teleradiology services for William Beaumont Army Medical Center, El Paso, TX 79920 in accordance with the Performance Work Statement. Option 1 period of performance: 1 February 2012 - 31 January 2013. Quantities are estimated; the Government will only pay for the actual number of studies completed 1002NIGHT XRAY EXAMS8500 Each Option 1 period of performance: 1 February 2012 - 31 January 2013. Quantities are estimated; the Government will only pay for the actual number of studies completed 1003Contracting Manpower Report1 Each Report is due NLT 31 October 2012 for the period of 01 October 2011 through 30 September 2012. For further information regarding this requirement to include number and dates by which each report is required, see paragraph titled "Contractor Manpower Report". 2001NIGHT CT, NUC MED, MRI EXAMS4000 Each Non-personal teleradiology services for William Beaumont Army Medical Center, El Paso, TX 79920 in accordance with the Performance Work Statement. Option 2 period of performance: 1 February 2013 - 31 January 2014. Quantities are estimated; the Government will only pay for the actual number of studies completed 2002NIGHT XRAY EXAMS8500 Each Base period of performance: 1 February 2013 - 31 January 2014. Quantities are estimated; the Government will only pay for the actual number of studies completed 2003Contracting Manpower Report1 Each Report is due NLT 31 October 2013 for the period of 01 October 2012 through 30 September 2013. For further information regarding this requirement to include number and dates by which each report is required, see paragraph titled "Contractor Manpower Report". 3001NIGHT CT, NUC MED, MRI EXAMS4000 Each Non-personal teleradiology services for William Beaumont Army Medical Center, El Paso, TX 79920 in accordance with the Performance Work Statement. Option 3 period of performance: 1 February 2014 - 31 January 2015. Quantities are estimated; the Government will only pay for the actual number of studies completed 3002NIGHT XRAY EXAMS8500 Each Base period of performance: 1 February 2014 - 31 January 2015. Quantities are estimated; the Government will only pay for the actual number of studies completed 3003Contracting Manpower Report1 Each Report is due NLT 31 October 2014 for the period of 01 October 2013 through 30 September 2014. For further information regarding this requirement to include number and dates by which each report is required, see paragraph titled "Contractor Manpower Report". 4001NIGHT CT, NUC MED, MRI EXAMS4000 Each Non-personal teleradiology services for William Beaumont Army Medical Center, El Paso, TX 79920 in accordance with the Performance Work Statement. Option 4 period of performance: 1 February 2015 - 31 January 2016. Quantities are estimated; the Government will only pay for the actual number of studies completed 4002NIGHT XRAY EXAMS8500 Each Base period of performance: 1 February 2015 - 31 January 2016. Quantities are estimated; the Government will only pay for the actual number of studies completed 4003Contracting Manpower Report1 Each Report is due NLT 31 October 2015 for the period of 01 October 2014 through 30 September 2015. For further information regarding this requirement to include number and dates by which each report is required, see paragraph titled "Contractor Manpower Report". 4004 Contracting Manpower Report1 Each Report is due NLT 01 March 2016 for the period of 01 October 2015 through 31 January 2016. For further information regarding this requirement to include number and dates by which each report is required, see paragraph titled "Contractor Manpower Report". The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government (Sep 2006) - Alt I; 52.203-12 Limitation On Payments To Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-8 (DEV) Updates of Information Regarding Responsibility Matters (Deviation); 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum: (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation); 52.216-18 Ordering (a) Such orders may be issued from 1 Feb 2011 - 31 Jan 2016 (Base + 4 option periods); 52.216-19 Order Limitations (a) Minimum order...less than $5000 (b) Maximum order. The Contractor is not obligated to honor: (1) Any order for a single item in excess of $400,000 (2) Any order for a combination of items in excess of $400,000; 52.216-22 Indefinite Quantity... the Contractor shall not be required to make any deliveries under this contract after 1 Feb 2011 - 31 Jan 2016 (Base + 4 option periods); 52.217-8 Option to Extend the Services; 52.217-9 Option to Extend the Term of the Contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-50 Combating Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.222-99 Notification of Employee Rights under the National Labor Relations Act (Deviation); 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity of Services; 52.237-7 Indemnification and Medical Liability Insurance; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.204-7008 Export-Controlled Items; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.225-7012 Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.227-7015 Technical Data-Commercial Items; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. Health Insurance Portability and Accountability Act (local clause available via e-mail request) Wide Area Workflow (WAWF) Army Electronic Invoicing Instructions (local clause available via e-mail request). The following provisions apply: 52.209-7 Information Regarding Responsibility Matters; 52.212-1 Instructions to Offerors-Commercial Items; Addendum to 52.212-1: Paragraphs 52.212-1(d), (e), and (i) are deleted. Paragraph 52.212-1(b) is replaced with the following: Offerors shall submit signed and dated proposals to Western Regional Contracting Office - William Beaumont Army Medical Center (WBAMC) Contracting Cell, to arrive no later than the date and time specified. The proposal shall have a title page identifying the offeror, the full address, phone and facsimile numbers, points of contact (POCs) of the offeror, the solicitation number and its contents. Written Documentation. The proposal shall be prepared in three (3) separate volumes as follows. Note: Facsimile offers and electronic (e-mail) offers are acceptable. Offers submitted through Army Single Face to Industry (ASFI) are unacceptable. Offerors are encouraged to confirm receipt of their proposal with Valeria Gutierrez, at valeria.gutierrez@us.army.mil. If submitted via e-mail, the separate volumes shall be clearly identified. Volume I - Administrative & Pricing Volume II - Technical Capability (Factors 2A, 2B, and 2C) Volume III - Past Performance VOLUME I - ADMINISTRATIVE and PRICING. Administrative: A.Request for Proposals - proposal and acknowledged amendments of the solicitation, if any, signed by a person authorized to negotiate for the company. Include proposed discount terms and the name of the offeror, mailing address, email address, phone and fax numbers. B.Contract Line Items Numbers (CLINs). Provide CLIN pricing. C.The offeror shall submit a completed copy of FAR 52.212-3 Alternate I, Representations and Certifications - Commercial Items. If the offeror has completed the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov, the offeror shall indicate such on the FAR clause. The offeror shall submit a completed copy of DFARS 252.212-7000 Offeror Representation and Certifications - Commercial Items. The offeror shall also submit a completed copy of FAR 52.209-7 Information Regarding Responsibility Matters. VOLUME II - TECHNICAL. The technical proposal, Volume II, shall be addressed in sufficient written detail for the Government to determine if the offeror understands the Government's requirement. The offeror shall address each subfactor separately, and shall provide sufficient narrative and supporting data for each subfactor. Lack of any of these significant capabilities shall be considered sufficient cause for the proposal to be determined unacceptable. The Technical Proposal shall provide sufficient detail for the Government to determine whether the proposal meets the requirements of the solicitation. Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications of parts thereof, or phrases such as "standard procedures will be used" or "well-known techniques will be used" will be considered unacceptable. The technical proposal shall provide a narrative and supporting data with the following sections organized separately so that the evaluation subfactors listed below are included. The following information must be submitted, in writing, as part of the technical proposal. FACTOR 1. LICENSURE. A.The offeror shall submit a copy of the Texas license for each individual Radiologist that is proposed to interpret/diagnose films under any contract resulting from this solicitation. Any contract service provider (i.e., Radiologist) that is proposed to interpret/diagnose films under any contract resulting from this solicitation shall have and maintain a current, active, valid and unrestricted license to practice medicine in the State, District of Columbia, or the territory of the United States where the images are read in addition to a current, active, valid, and unrestricted Texas license, if the reading location is other than Texas. If the contract service provider is located in Texas and will read films in Texas, a Texas license only is sufficient. FACTOR 2. TECHNICAL CAPABILITY A.Factor 2A. Radiologists' Credentials. A Curriculum Vitae (CV) shall be submitted for all radiologists that may provide an interpretation/diagnosis under any resulting contract. Note: These radiologists must possess a Texas license as described in Factor 1. The CV(s) shall include education history, certifications (such as BCLS, ACLS), licenses with expiration and license number and employment history. All periods of time from the date of undergraduate degree shall be accounted for. B.Factor 2B. Experience (Limited to 3 pages). The offeror shall explain their experience, as a business entity, in providing teleradiology services to both public and private sector entities. The offeror shall outline background, job duties, qualifications, and experience requirements of their key personnel (e.g., Project Manager, etc.) as they relate to the requirements of this contract. This includes key personnel from any business entity that will execute primary or substantial performance under this contract. The offeror shall define authority and responsibilities of key personnel positions at the corporate level as well as key personnel resident at the place of performance. The offeror shall define the degree of authority and autonomy vested in on-site key personnel, a delineation of the authority decision-making retained by the home office, and support provided to the on-site key personnel and the customer (i.e., end user) in resolving performance issues. C.Factor 2C. Quality Control Plan. The offeror shall provide a Quality Control Plan to 1) ensure timely turn-around of interpretations (Interpret and provide preliminary report within 24 hour); 2) accuracy of interpretations; 3) security measures to ensure the safe-guarding of transmitted data; and 4) how you intend on providing a timely set-up and connection. The offeror must address these four criteria, and is encouraged to elaborate on any processes they currently utilize to provide teleradiology services. VOLUME III - PAST PERFORMANCE (Limited to 3 pages). A.The offeror shall submit evidence of past and present performance for at least three (3) contracts that the offeror currently has or has completed within the past three (3) years under which the offeror provided the same or similar services in the public and/or private sector. For each contract, include the following: (1) name, address, point of contact, and phone number of the facility; (2) contract number, award date, number of options, completion date, and contract type (e.g., indefinite-delivery, indefinite-quantity (IDIQ); firm-fixed-price), (3) itemized description of services; (4) initial contract value (base and option periods) and adjusted contract value (any changes made to initial contract); and (5) narrative description of each contract listed and the reasons why the offeror considers the contract to be similar to the effort required by this solicitation. To expedite the evaluation process, offerors are requested to provide the individuals listed as references a letter authorizing the reference to provide information to the government. B.The offeror shall also identify past performance on all contracts (or subcontracts) that have been terminated, in whole or in part, for default or cause during the last three (3) years. This includes those contracts that are currently in the process of being terminated. The offeror may provide information on problems encountered on the identified contracts and provide a description of any corrective actions taken by the offeror to resolve those problems. C.The Government may also consider any additional information from its own files, databases, or from any other source it deems appropriate. D.The Government will not be responsible for tracking incorrect references and phone numbers. Offerors are reminded that, while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the offeror. Direct questions regarding this solicitation to Valeria Gutierrez @ email: valeria.gutierrez@us.army.mil. All questions must be received no later than seven (7) calendar days prior to the closing date established. The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. Paragraph 52.212-1(c), Period of Acceptance of Offers, is replaced with the following: GOVERNMENT MINIMUM ACCEPTANCE PERIOD. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. m. The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of addendum to 52.212-1) 52.212-2 Evaluation-Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: 1. Licensure. Any contract service provider (i.e., Radiologist) that is proposed to interpret/diagnose films under any contract resulting from this solicitation shall have and maintain a current, active, valid, and unrestricted license to practice medicine in the State, District of Columbia, or the territory of the United States where the images are read in addition to a current, active, valid, and unrestricted Texas license, if the reading location is other than Texas. If the contract service provider is located in Texas and will read films in Texas, a Texas license only is sufficient. 2. Technical. Sub-factors: 2A. Radiologists' Credentials. 2B. Experience. 2C. Quality Control Plan. 3. Past Performance. 4. Price. Price will be evaluated using various price analysis techniques and procedures, including, but not limited to, comparison of proposed prices received in response to the solicitation, comparison of proposed prices with the Independent Government Estimate, as well as any other pricing information available to the Government to establish fair and reasonable pricing and a balanced offer. See Addendum to FAR 52.212-1 for instructions of the above factors. Factor 1 is equal in importance to Factor 2. The sub-factors within Factor 2 (2A, 2B, and 2C above) are equal in importance to each other. Factors 1 and 2, when combined, are more important than Factor 3. Factors 1, 2, and 3, when combined, are significantly more important than Factor 4. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Addendum to 52.212-2 Award will be made using the best value trade-off source selection process. Award will be made on the basis of the best value offered to the Government of proposals meeting or exceeding the satisfactory standards for the non-cost factors. Award will be made to the responsible offeror whose proposal conforms to the solicitation, is deemed acceptable to the Government, and whose proposal offers the best value to the Government all factors considered. It is contemplated that award will be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. If the Government enters into discussions, a competitive range will be established based on the evaluated price and other evaluation factors included in the solicitation. The Government will limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Proposal Ratings: An offeror must "pass" Factor 1 before being considered further under Factors 2, 3, and 4. That is, if an offeror does not present Texas-licensed radiologist(s) in their proposal, their proposal will "fail" and shall not be considered under each of the remaining factors, and thus be ineligible for award. Further, an offeror must receive a rating of at least satisfactory in each of Factors 2 and 3, and at least satisfactory in each of the sub-factors under Factor 2, in order to be considered for award. 1. Ratings of an offeror's proposal reflect the Government's confidence in each offeror's ability, as demonstrated in its proposal, to perform the requirements stated in the solicitation. The following rating scheme for Technical (Factor 2 and sub-factors) will be used: Excellent, Good, Satisfactory, Marginal, and Unsatisfactory. The rating scheme is defined below: ADJECTIVEDEFINITION AND CRITERIA Excellent The proposal demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses or deficiencies. Normal contractor effort and normal government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. Risk Level: Very Low. Good The proposal demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal has no deficiencies and any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government. Risk Level: Low. SatisfactoryThe proposal demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses and no deficiencies. The proposal has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The proposal meets the minimum requirements; therefore, has an acceptable probability of successfully meeting the requirements. Risk Level: Low. Marginal The proposal fails to meet performance requirements and capability standards in one or more areas. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire proposal. The proposal has weaknesses or minor deficiencies that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis, and close government monitoring. Risk Level: Moderate. Unsatisfactory The proposal fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions, weaknesses or deficiencies, and inadequate details to assure the evaluators that the offeror has an understanding of the requirements. The proposal presents an unacceptable risk and cannot meet the requirements without major revisions. Risk Level: High. 2. Performance risk is defined as "ratings that assess the risks associated with each offeror's likelihood of success in performing the requirements stated in the solicitation based on the offeror's performance record on similar contract efforts. The following rating scheme for Performance Risk will be used: Excellent, Satisfactory, Marginal, Unsatisfactory and Neutral. ADJECTIVEDEFINITION AND CRITERIA ExcellentOverall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. Risk level: Very Low. SatisfactoryPerformance meets contractual requirements, but does not exceed them. The contractual performance contains some minor problems for which corrective actions were taken by the contractor were satisfactory. Risk Level: Low. MarginalPerformance does not meet some contractual requirements. The contractor's proposed actions to correct any problems were only marginally effective, or were not fully implemented. Risk Level: Moderate. UnsatisfactoryPerformance does not meet most (or all) contractual requirements. The contractual performance contains serious problems for which the contractor's actions were ineffective. Risk Level: High. NeutralIf an offeror has no experience in providing teleradiology services, the offeror shall be rated as "Unknown." The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Risk Level: Unknown. 3. All offers must receive a rating of at least at satisfactory, in all areas, in order to be considered eligible for award. (End of addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I. (Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov); 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.233-2 Service of Protest...acknowledgement of receipt from Attn: Valeria Gutierrez, Western Regional Contracting Office, William Beaumont Army Medical Center (Bldg 7115, Room 319), 5005 N. Piedras St, El Paso, TX 79920; 52.252-1 Solicitation Provisions Incorporated by Reference; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and Certifications - Commercial Items
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU0-11-T-0016/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office - William Beauomont Army Medical Center Contracting Cell 5005 N Piedras St, Bldg 7115, Room 319 El Paso TX
Zip Code: 79920-5001
 
Record
SN02353473-W 20110106/110104233832-7a87ef3e5b626c21e4c3472deabae543 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.