Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 06, 2013 FBO #4365
DOCUMENT

66 -- Sources Sought VISN19 Microbiology - Attachment

Notice Date
11/4/2013
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25914I0066
 
Response Due
11/7/2013
 
Archive Date
1/6/2014
 
Point of Contact
Johnny Luangkhot (Contracting)
 
E-Mail Address
4-3573<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (NOT A SOLICITATION) The Department of Veterans Affairs, VHA, NCO19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing Microbiology Cost Per Reportable Result (CPPR) Services for the following VISN19 facilities: VAMC Grand Junction, Colorado VA Eastern Colorado Healthcare System (ECHCS), Denver, Colorado VA Montana Healthcare System, Ft. Harrison (Helena), Montana VAMC Cheyenne, Wyoming VAMC Sheridan, Wyoming All interested firms shall submit a response demonstrating their capabilities to provide Microbiology Cost Per Reportable Result (CPPR) Services. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliate. NAICS code to be used for this acquisition is 334516: Analytical Laboratory Instrument Manufacturing. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). Capabilities packages: all interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating how they would meet this requirement IAW Statement of Work. Responses may be submitted electronically to: johnny.luangkhot@va.gov in Microsoft word compatible format no later than 12 November 2013 1 PM Mountain Time. Direct all questions via email to johnny.luangkhot@va.gov PHONE CALLS NOT ACCEPTED. ? DEPARTMENT OF VETERANS AFFAIRS MEDICAL CENTERS VISN 19 STATEMENT OF WORK CLINICAL LABORATORY MICROBIOLOGICAL SYSTEM FOR IDENTIFICATION AND ANTIBIOTIC SUSCEPTIBILITY OF MICROORGANISMS 1.SCOPE: The purpose of this BPA is for the Contractor to provide VISN 19 facilities with standardized microbiological system for the identification (ID) and antimicrobial susceptibility testing (AST) of microorganisms which shall have the capability of performing or reporting the clinical parameters as defined for the VISN 19 facilities in accordance with the terms and conditions stated herein. The instruments shall be able to simultaneously perform the complete profile as described below and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The assessment shall cover the 5 Medical Centers listed in ??/ herein. The Contractor shall propose the suggested/recommended equipment/reagents for all sites that meet the requirements of the facility. Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of its' contractor owned organism identification (ID) and antimicrobial susceptibility (AST) analyzer for microbiology and peripherals necessary for the generation of Microbiology Cost Per Reportable Result (CPRR) services for VISN 19. The Contractor will provide analyzers and supplies to each facility in accordance with the estimate given in the Statement of Work. Participating VISN 19 Medical Centers are located as follows: 1.1.VAMC Grand Junction, Colorado 1.2.VA Eastern Colorado Healthcare System (ECHCS), Denver, Colorado 1.3.VA Montana Healthcare System, Ft. Harrison (Helena), Montana 1.4.VAMC Cheyenne, Wyoming 1.5.VAMC Sheridan, Wyoming 2.DEFINITIONS: Cost Per Reportable Result (CPRR): The per reportable result price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor's equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This per patient reportable result price shall also encompass all costs associated with dilution, repeat and confirmatory testing required producing a single patient reportable result. It will also include the material to perform as well as all other costs associated with quality control, and correlation study testing that is prescribed by Clinical and Laboratory Standards Institute (CLSI) (c) All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. A.GENERAL REQUIREMENTS: 1)The system shall provide self-contained, automated identification and antibiotic susceptibility testing system for aerobic, facultative, fastidious, and anaerobic microorganisms and yeasts. 2)The system shall have a data management system with varied options for analysis and reporting/review of cumulative patient data on organism's isolated and antimicrobial profiles, and allow for manual modification of susceptibility breakpoints to comply with new CLSI guidelines until such time as the vendor applies necessary software updates. 3)Clinical laboratory assays currently performed at the VISN 19 Pathology and Laboratory Medicine Services shall include, but may not be limited to the following assays: "Organism Identification "Antimicrobial Susceptibility "Detection of antibiotic resistance "Expert rule for Unusual ID & AST results "Software to prepare site specific reports 4)The system shall have battery backup capable of maintaining data for at least 24 hours in the event of a facility power failure. 5)The vendor shall provide hardware/software upgrades necessary to maintaining the integrity of the system at no additional charge to the government. These must be provided as they become available and as they are being offered to commercial customers. Changes in CLSI guidelines shall be implemented into the software upgrades in a timely manner. 6)The vendor shall provide to each facility a copy of operating procedures in Clinical and Laboratory Standards Institute (CLSI) digital format at time of installation using software compatible with VA (Microsoft Office WORD). 7)Offered models of organism identification and antimicrobial susceptibility analyzers for clinical microbiology laboratory shall be capable of producing accurate and reproducible assays on biological and other specimens by established in vitro diagnostic methods. Models shall provide accurate test assay result for sample specimens up to the manufacturer's defined maximum testing capabilities without excessive malfunctions, breakdowns, or service calls. 8)The vendor shall provide hardware and operating system software upgrades necessary to maintaining the integrity of the system at no additional charge to the Government during the lifetime of the instrument. These enhancements shall be delivered and installed at each participating VISN 19 medical facility within 60 days of issuance to the commercial market. Changes in CLSI guidelines shall be implemented into the software upgrades in a timely manner. 9)A printer for each analyzer shall be provided by the Contractor. 10)The system shall also offer independent, manual processing and printing of a chartable result in the event of LIS downtime. The vendor(s) shall provide all supplies and services as described herein to the participating VAMC facilities in accordance with the applicable Federal Supply Schedule contract. The Proposed Equipment table below shall be utilized to summarize the equipment and service plans which the contractor proposes. The Schedule of Pricing shall be utilized by interested offerors to submit their cost proposal. This BPA will be fixed-price for the duration of the contract in accordance with the terms and conditions of the vendor's Federal Supply Schedule Contract and FAR Part 13.303. 11)Contractor offered equipment shall perform satisfactorily at any laboratory temperature between 50 and 90 degrees Fahrenheit (10 and 32?C) and relative humidity between 15 and 85 percent. 12)Contractors offered ID/AST microbiology analyzers shall conform to VISN 19 existing laboratory space. 13)The purpose of this BPA is for the VA to obtain the greatest overall benefit in response to the requirements. A listing of estimated yearly quantities by participating facilities to be provided under this agreement is located in the Proposed Equipment table and the Schedule of Pricing. Quantities as listed are estimated based upon prior history of actual volumes and are not a guaranteed minimum. B.Interfacing: Instrumentation proposed shall be capable of bi-directional, bar-coded, computer interface with VistA (at a minimum shall be capable of downloading patient demographics from host computer, integrating this information with test results and uploading to the host computer). i.Provide bi-directional interface for Data Innovations (other facilities) and for Dawning (ECHCS, Denver) using VISTA. Contractor shall provide to all Dawning users Secure Network Interface (SNI) box and cables and all necessary software and licensing required for Dawning operations/interfacing with contractors equipment. ECHCS uses Dawning for its interface. ii.The fully operational interface (both hardware and software) shall be immediately available for implementation to the VA VistA hospital information system at the time of award and includes all medical center facilities. VISN 19 facilities utilize Data Innovations (other facilities) or Dawning (ECHCS, Denver only). The Contractor shall provide any and all necessary software support for insuring that successful interfacing has been established with these systems. Specific requirements for the communication of the data streams shall be unique to the instrument system involved and dictated by the manufacturer itself. iii.Ability to recall and re-transmit test results to host computer C.Ancillary Equipment and Supplies: The Contractor shall provide, install and maintain, as indicated, any and all ancillary support equipment, consumables/supplies, parts and accessories necessary to fully operate the ID &AST analyzer(s) as defined in these specifications, e.g., McFarland standards, cabinetry to support/house the analyzer (if necessary) and universal interface equipment, Uninterruptible Power Supply (UPS) capable of supporting the full scope of equipment operation with a built-in line conditioner, for each proposed analyzer. The Contractor shall include all ancillary components that are customarily sold or provided with the model of equipment proposed, e.g. starter kits, tables/stands, etc. D.Maintenance and Repair: The Contractor shall be able to provide emergency equipment repair and preventative maintenance and any incremental support equipment, e.g. water system, offered according to the following terms: a)With the exception of the specific maintenance and repair requirements stated herein, which shall have precedence; preventive maintenance, emergency repair, maintenance credit for equipment malfunction, and replacement laboratory equipment shall be performed and provided in accordance with the terms, conditions, and provisions of contractor's existing Federal Supply Service Contract for performance of CPRR services as stated in Subsection III of the VA National Acquisition Center contract requirements Solicitation (RFP 797-FSS-03-0001). b)A technical assistance or support center shall be available by telephone hot-line 24/7 days/week with a maximum call back response time of 1 hour with on-site service provided, not to exceed 24 hours following determination that site service is required. The technical assistance center shall be staffed with personnel who are fluent in English without the use of an interpreter. c)Emergency repairs shall be performed after initial telephone notification that the equipment is inoperative. The contractor shall provide the Government with a designated point of contact and telephone number and shall make arrangements to enable his maintenance representative to receive such notification. d)Ability to provide equipment service on a 24-hour/day 7 days/week basis for hospital-based systems. e)Scheduled preventative maintenance calls shall occur at a frequency to meet the minimum manufacturer's requirements to keep the equipment in optimal operating condition. f)Every notification for a repair service call shall be treated as a separate and new service call. g)The contractor shall be on-site at the affected VA facility to perform emergency repair service to testing and ancillary instruments within twenty-four (24) hours after receipt of initial telephone notification of a malfunction. Contractor shall provide medical center maintenance coverage 24 hours per day, seven days per week including all Federal holidays. Contractor shall be required to provide maintenance and emergency/repair service for each participating site Monday through Friday from 8:00 a.m. until 5:00 p.m., excluding Federal holidays. Contractor shall provide technical support service to assist in troubleshooting 24 hours per day, seven days per week including Federal holidays. i.The following facilities require business hours (on-site Monday through Friday, except holidays; 8:00 am - 5:00 pm, local Mountain Time) service in accordance with the contractor's FSS contract. "VAMC Sheridan, Wyoming ii.The following facilities require extended hours (on-site 7 days per week, including contractor's holidays; at least 8:00 am - 5:00 pm, local Mountain Time) service in accordance with the contractor's FSS contract. "Eastern Colorado Healthcare System, Denver VAMC, Colorado "VAMC Grand Junction, Colorado "VA Montana Healthcare System, Ft. Harrison (Helena), Montana "VAMC Cheyenne, Wyoming iii.In addition to above the contractor shall furnish a malfunction incident report to the installation upon completion of each repair call. The report shall include, as a minimum, the following: (a)date and time notified; (b)date and time of arrival; (c)serial number, type and model number(s) of equipment; (d)time spent for repair; (e)description of malfunction and repair; and (f)proof of repair that includes documentation of a sample run of quality control verifying acceptable performance. h)The contractor shall not leave a service call open pending verification that repairs completed by the contractor's maintenance personnel. For each instrument provided the contractor shall treat each notification for an emergency/repair service call from the Government as a separate and new service call. i)During the term of the BPA, should the repair record of any individual piece of laboratory equipment reflect a downtime of 10% or greater of the normal working days in one calendar month, a determination will be made by the designated representative of the Government to replace the malfunctioning equipment with new equipment. The responsibility for maintaining the equipment furnished in good condition in accordance with manufacturer's instructions, shall be solely that of the contractor. The Government agrees to maintain the equipment according to manufacturer's specifications. Each instrument provided by the contractor shall maintain an uptime of 90% in each month of the term of the agreement. E.Inventory Control Reagents, Supplies and Disposable: Shall be in accordance with National FSS Statement of Work a)DELIVERY OF SUPPLIES. Shall be in accordance with National FSS Statement of Work. Any unexpected changes in methodology/technology shall be at the expense of the Contractor. b)ALERT/NOTIFICATION OF DELAYS. In shipments as well as all technical advisory/recalls/alerts, prior to or simultaneously with field alerts shall be forwarded to the department supervisor, lab chiefs, and the VISN 19 clinical systems program office manager. c)SPECIAL HANDLING FOR EMERGENCY ORDERS OF SUPPLIES: In the event that the consumables are found to be defective and unsuitable for use with the contractor's equipment, or the contractor has failed to comply with the requirements for routing supply delivery, the contractor is required to deliver the consumable supplies within 24 hours of receipt of a verbal order for priority delivery from the government activity. If either circumstance has occurred, the contractor will deliver to the government site in the most expeditious manner possible without additional cost to the Government. d)QUALITY OF SUPPLIES: The contractor shall maintain on Government provided space a continuously stocked inventory of reagents, standards, controls, supplies, disposables and any other material or commonly stocked parts required to properly perform tests on the offered equipment. These items shall be of the highest quality ensuring sensitivity, specificity and tested to assure precision/reproducibility and accuracy. The quality of the products shall be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP), Clinical Laboratory Standards Institute (CLSI) and the Joint Commission on Accreditation (JC). e)In the event that the consumables are found to be defective and unsuitable for use with the contractor's equipment, or the contractor has failed to comply with the requirements for routine supply delivery, the contractor shall deliver the consumable supplies within a period of twenty-four hours after receipt of the verbal order for priority delivery from the Government activity. If either circumstance has occurred, the contractor shall deliver to the requesting VISN 19 facility site, in the most expeditious manner possible, without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the contractor's equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they will be honored by the contractor until the arrival at the Government site of the monthly standing order/routine supplies delivery. Failure to reserve adequate inventory may result in default. 3.SITE-SPECIFIC REQUIREMENTS: Equipment must meet the volume and turnaround time requirements, if specified, of the using facilities. See the Facilities' Specific Requirements and Proposed Equipment table below. a.VA Montana Health Care System, 1892 Williams Street, off Hwy 12 West, Fort Harrison, MT 59636: 1)Walk-away capability required 2)2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 3)Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. b. Eastern Colorado Health Care System, 1055 Clermont Drive, Denver, CO 80220: 1)Walk-away capability required. 2)Minimum of ?40 panels capacity 3)2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 4)Conventional, rapid, and synergy panels 5)Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. 6)Vendor shall supply all interface software support, and cables needed for bidirectional interface. c.Billings VA Outpatient Clinic, 2345 King Avenue West, Billings, MT 59102: 1) Not applicable. This lab does not have a microbiology department. d.Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, CO 81501: 1)Walk-away capability required. 2)2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 3)Conventional, rapid, and synergy panel. 4)Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. 5)Vendor shall supply all interface software support, and cables needed for bidirectional interface. 6)The contractor shall be on site at the affected VA facility to perform emergency repair within 24 hours after receipt of initial telephone notification of a malfunction. 7)Vendor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. e.Sheridan VA Medical Center, 1898 Fort Road, Sheridan, Wyoming 82801: 1)Semi-automated capability is required for organism identification and sensitivity. Walk-away capability is not required. 2)2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 3)Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. 4)Vendor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. 4.TECHNICAL REQUIREMENTS: In addition to the general requirements for the Microbiology Cost-Per-Reportable Result (CPRR) stated above, the contractor shall make every attempt to provide equipment, peripherals and supplies meeting the following requirements, characteristics and capabilities: A.Characteristics: a.The system shall have a comprehensive and extensive data base of bacteria and yeast species that is consistent with CLSI guidelines. Vendor shall provide software upgrades at no charge to the government when CLSI guidelines change or are updated, or changes in bacterial nomenclature. b.Provides a broad test menu available with reliable methodologies and has capability to expand menu options for ID & AST for gram-positive, gram-negative organism, ID of anaerobes, fastidious, and yeast organism. c.Broad range of FDA approved ID panels for the accurate detection of gram-positive, gram-negative, anaerobes, Haemophilus, Nessieeria, fastidious, HACEK, and yeast organisms, such as; conventional, rapid, combo, and synergy panels. d.The system shall offer a comprehensive array of bacterial antimicrobial susceptibility panels which each individual facility may select to meet individual needs. Vendor shall supply a list of available susceptibility panels as well as a list of antibiotic exceptions for their methodology at time of proposal. e.Strep microbroth dilution MIC panel with laked Horse blood broth f.Rapid anaerobic, and yeast ID panel. g.Broad range of FDA approved AST panels with lower concentration of current antibiotics for the detection of resistance patterns which includes D-test, cefoxitin screen, ESBL, KPC, NDM-1, metallo, etc. h.Resistance detection and confirmation mechanism for the following but not limited to ESBL confirmation, carbapenemase resistance enterobactericeae and/or Acinetobacter (CRE/CRAB), NDM-1, AmpC, Vancomycin resistance Enterococci (VRE), Methicillin resistance S. aureus (MRSA), Vancomycin intermediate resistant S. aureus (VISA/VRSA), etc. with, microbroth dilution MIC, panels. i.Panels should not require a great deal or comprehensive or extra testing menu to achieve an accurate ID/AST result. j.Provides and performs bar-code operations for specimens, panels, and controls. "Contractor shall provide, as part of its offer, a list of VA sites currently using interfaces for the instrument offered. "Cost of auto-verification programming and validation covered in contract should the VA software change allow for this option during the duration of this contract. k.System shall be an open system which can accommodate user-defined methods such as, entering susceptibility for drugs, selection of organisms, etc. l.Offeror may provide variants of instrument accommodating various workload requirements and backup needs. Geographical location of like instruments is sufficient to assist in reagent/supply crisis situations. i.As part of your offer provide the number of instruments operating in the United States and provide information on said equipment, to include record of hardware and software reliability, reagent recall history in past two years, percentage of downtime and average number of service calls per month for each piece of equipment/systems offered. ii.Additionally, offeror shall provide details of the location of maintenance personnel in relation to VISN 19 and the amount of territory covered by that personnel and experience of maintenance personnel servicing VISN 19. m.Vendor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. n.Organism identification and sensitivity panels can be used on all of the automated, semi-automated and manual systems in the manufacturer's line of instruments. o.Organism identification and sensitivity panels can be read manually if automated or semi-automated analyzer is non-functional or to confirm interpretations from automated or semi-automated analyzers. p.The QC material shall be included in the contract for all tests in use. q.Operation and maintenance procedures shall be provided on electronic media, instrument or website. Contractor shall state which medium the procedures are provided. B.Software: a.Instrument software shall be versatile and easy to use with following capabilities: i.Look up capabilities for results on samples being processed. ii.Ability to store Quality control of reagents/panels. iii.Ability to alarm/flag repeat testing of unusual isolates, susceptibilities, and drug-bug combination. iv.Contributes to enhanced workflow efficiency and improved patient outcomes v.Ability to detect and alert/flag operator of instrument problem. vi.Ability to detect and alert/flag operator of empty reagent containers/vials vii.Ability to alarm/flag reflex testing to confirm unusual results per CLSI & FDA guidelines. viii.On-board sample inventory ix.Software allows review of QC and patient results for to help in troubleshooting. x.Software is upgradeable (provide list of versions). xi.Desirable features of software include programmable rules for reporting, auto-verification, and reflex testing. xii.Recognizes isolates that are declared public health risks and isolates that should be reported to the public health department. xiii.Above software features can be accomplished by instrument software or middleware. If middleware is needed, include necessary hardware and software in contract and CPRR calculation. The system shall also offer independent, manual processing and printing of a chartable result in the event of LIS downtime. b.Equipment shall be versatile and provide efficient hardware capabilities. i.Uninterruptible power supply (surge protection + battery backup) provided and serviced by vendor for sites requiring such. ii.Hardware upgrades are available as needed and include any necessary training. iii.Laboratory has space for instrument and peripherals. Vendor will supply plan for placement of new analyzer(s) prior to initial method validation and after when transitioning to new instruments. Plans must be site-specific and accurately reflect available space at each site. c.Equipment and software shall at a minimum, provide operator-friendly maintenance requirements. i.Routine maintenance takes minimal tech time. ii.Routine maintenance, function checks cause little or no delay to testing. iii.Reliable technology used for detection of drug resistance. iv.Instrument troubleshooting is easy and straightforward v.Instrument is connected via modem to hotline that can view instrument status and remotely control troubleshooting process. Contractor has high percentage of technical services calls answered directly by technician (no message left for call-back). d.Reagent and Standards: Convenient Reagent look-up and Standard Use of instrument i.Extended reagent shelf life. ii.Reagent storage room temperature vs. refrigerated iii.Reagents have prolonged shelf life and stability once opened/on-board. iv.Various reagent sizes for large/small volume facilities v.On-board reagent inventory. vi.Instrument alerts operator to regents/consumables needed to complete testing. vii.As new methods are released for instrument, the updates are automatically enabled promptly and at no cost to user. 5.MANDATORY REQUIREMENTS: 1.Software allows user defined configurations such as, suppressions of antibiotic results, antibiotic reporting order, and interpretation and warning flags, etc 2.Accommodates clinical preferences and requests by the laboratory 3.All correlations and CAP required studies will be performed by the Contractor's Staff on site. All data calculations will be performed by the Vendor within 30 workdays of completion of the installation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914I0066/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-I-0066 VA259-14-I-0066_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1076101&FileName=VA259-14-I-0066-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1076101&FileName=VA259-14-I-0066-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03227053-W 20131106/131104235510-58b2e9ce4ef7262e356f7ba25105f4cb (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.