Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
DOCUMENT

42 -- 538-15-1-6135-0001 - EBOLA supplies - Attachment

Notice Date
12/23/2014
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;Chalmers P. Wylie Ambulatory Care Center;420 North James Road;Columbus OH 43219-1834
 
ZIP Code
43219-1834
 
Solicitation Number
VA25015Q0088
 
Response Due
1/16/2015
 
Archive Date
3/17/2015
 
Point of Contact
Jonathan Charles
 
E-Mail Address
,
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION DATE: 23 Dec 2014 PRODUCT: Best Value FACILITY: Chillicothe VAMC, Chillicothe, OH AGENCY: Department of Veterans Affairs THIS IS A COMBINED SYNOPSIS AND SOLICITATION ANNOUNCEMENT. THE PURPOSE OF THIS ANNOUNCEMENT IS TO OBTAIN OFFERS FOR EMERGENCY SUPPLIES FOR MANAGEMENT OF EXPOSURE TO INFECTIOUS DISEASES. RESPONSES TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE EVALUATION AND AWARD DECISIONS. SEE SF1449 FOR DETAILED SOLICITATION INFORMATION. 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. The solicitation number is VA250-15-Q-0088 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. This is a small business set-aside and the associated NAICS code is 339112 and small business size standard is 500 Employees. The requirement is for Personal Protective Equipment for Infectious Diseases such as Ebola. See attached SF1449 for description and requirements. Delivery location is Warehouse B23, Chillicothe VAMC, Chillicothe, OH, and shall be FOB destination. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-72. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/ The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.223-18, 52.225-1, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical, Past Performance and Delivery Schedule. Offers should also include best expected delivery date. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee 852.246-71 Inspection STATEMENT REGARDING RESPONSE ACTION Quotes are to be e-mailed to the following Government Point of Contact: Jonathan D. Charles Contract Specialist Network Contracting Office (NCO) 10, Supply Team 420 North James Road Columbus, Ohio 43219-1834 Telephone: 614.388.7031 Facsimile: 614.388.7500 Email: jonathan.charles@va.gov B.4 Price/Cost Schedule B.4.1. General Solicitation Information and Solicitation Terms TITLECRITERIA Best ValueThis solicitation is for "Best Value" to the Government. The order will be awarded to the Offeror whose offer represents the best value to the Government, price and other factors considered. An award will be made based on a comparative assessment of proposals against all selection criteria in the Solicitation. (See Section B.4.2. below for more information). Evaluation Criteria/Basis of AwardOffers will be evaluated based on Best Value as explained in detail in section B.4.2 below. Question SubmissionInterested Offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions not received within a reasonable time prior to close of the solicitation may not be considered. Authorized Reseller RequirementSellers certify that they are an Authorized Channel or Reseller as at the date of the submission of its Bid, and that they have the authorization required to support the product sale, product pricing, and product warranties in accordance with applicable manufacturer authorization requirements. Unless otherwise specified, Sellers warrant that the products are new and in their original packaging and the OEM warranties remain in full effect. The Sellers confirm to have sourced all products submitted in this Bid from the manufacturer or through manufacturer authorized channels only, in accordance with all applicable laws and the manufacturer's current applicable policies at the time of purchase. If software is provided or included, Sellers shall, upon request, provide Buyers with a copy of the End User License Agreement. Sellers certify that all manufacturer software is licensed originally to the Buying organization as the original licensee authorized to use the software. Offer ExpirationOffer must be good for 30 calendar days after close of Solicitation Freight on Board DestinationShipping must be free on board (FOB) destination Continental U.S. Equipment ConditionNew Equipment Only; No remanufactured. All items must be covered by the manufacturer's warranty. SAM RequirementThe selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Key FeaturesEmergency supplies for management of exposure to infectious disease. -(100) combination-sized Large/XL pre-assembled and sealed Hazmat Personal Protection Kits rated for use in chemical environment. At a minimum, PPE must meet ASTM F1001- Chemical Test Battery Specifications. oEach sealed kit will include one waterproof and latex-free laminated, multi-layer hooded coverall designed for full-body protection with sealed seams, zippered front, and storm flap to cover zipper, nitrile inner and outer gloves, boot liners, and vinyl overboots, a minimum of (8) pre-measured chemical tape strips, goggles with head strap, and N95 respirator. oVendor will provide "shelf life" guidance (e.g. expiration date) for all kits or indicate that sealed kits have no expiration date if stored properly and provide guidance on what constitutes proper storage. -(50) combination-sized 2XL/3XL pre-assembled and sealed Hazmat Personal Protection Kits rated for use in chemical environment. At a minimum, PPE must meet ASTM F1001- Chemical Test Battery Specifications. oEach sealed kit will include one waterproof and latex-free laminated, multi-layer hooded coverall designed for full-body protection with sealed seams, zippered front, and storm flap to cover zipper, nitrile inner and outer gloves, boot liners, and vinyl overboots, a minimum of (8) pre-measured chemical tape strips, goggles with head strap, and N95 respirator. oVendor will provide "shelf life" guidance (e.g. expiration date) for all kits or indicate that sealed kits have no expiration date if stored properly and provide guidance on what constitutes proper storage. -(30 PPE coverall training suits in the following combination sizes [10 each-L/XL], [10 each-2XL/3XL], and [10 each-4XL] with the following specifications- latex-free hooded coverall with attached booties for splash protection; reusable for training purposes. oVendor will provide cleaning instructions for the training coverall. -(200 boxes- 20 masks/box) 3M 1860 Healthcare Respirator, N95. This healthcare particulate respirator and surgical mask provides respiratory protection against certain airborne biological particles. It is disposable and fluid resistant to splash and spatter of blood and other infectious material. It meets CDC guidelines for Mycobacterium tuberculosis exposure control. As a disposable particulate respirator, it is intended to help reduce wearer exposure to certain airborne particles including those generated by electrocautery, laser surgery, and other powered medical instruments. As a surgical mask, it is designed to be fluid resistant to splash and spatter of blood and other infectious materials. oThe respirator must include the following features: o NIOSH approved o Meets CDC guidelines for Mycobacterium tuberculosis exposure control o FDA cleared for use as a surgical mask o 99% BFE (Bacterial Filtration Efficiency) according to ASTM F2101 fluid resistant according to ASTM F1862 o Contains no components made from natural rubber latex o Collapse resistant cup-shape design o Braided headbands, cushioning nose foam, and light weight construction o Vendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. -(100 boxes- 20 masks/box) 3M 1860s Healthcare Respirator, N95. This small-sized healthcare particulate respirator and surgical mask helps provide respiratory protection against certain airborne biological particles. It is disposable and fluid resistant to splash and spatter of blood and other infectious material. It meets CDC guidelines for Mycobacterium tuberculosis exposure control. As a disposable particulate respirator, it is intended to reduce wearer exposure to certain airborne particles including those generated by electrocautery, laser surgery, and other powered medical instruments. As a surgical mask, it is designed to be fluid resistant to splash and spatter of blood and other infectious materials. oThe small-sized respirator must include the following features: o NIOSH approved o Meets CDC guidelines for Mycobacterium tuberculosis exposure control o FDA cleared for use as a surgical mask o 99% BFE (Bacterial Filtration Efficiency) according to ASTM F2101 fluid resistant according to ASTM F1862 o Contains no components made from natural rubber latex o Collapse resistant cup-shape design o Braided headbands, cushioning nose foam, and light weight construction o Vendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. -(200 boxes- estimated 20-25 masks/box) one-size fits all latex-free procedure face mask with wrap around eyeshield. Polypropylene outer facing for protection against fluids with resistance level based on ASTM F1862 120mm Hg. Inner cellulose facing for comfort. Eyeshield features non-glare wrap with anti-fog strip for better visibility. Latex-free ear loops to help keep mask in place. oVendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. -(40 cases- estimated 75 gowns/case) universal size impervious gown with a plastic film for impervious protection when there is a potential for soaking and heavy fluid contact in front; thumb loops; perforated open back for ventilation. oVendor will provide "shelf life" guidance (e.g. expiration date) for all cases. -(10 boxes each [estimated 50 gloves per box], size Medium, Large, and XL) disposable, ambidextrous medical grade powder-free 6-mil 100% nitrile formulation rolled/beaded long-cuff (11 inch) gloves that meet or exceed FDA guidelines for class 1 Medical Devices. oVendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. B.4.2. BEST VALUE: The order will be awarded to the Offeror whose offer represents the best value to the Government, price and other factors considered. An award will be made based on a comparative assessment of proposals against all selection criteria in the Solicitation. 1.GENERAL INFORMATION: 1.1.GENERAL: 1.1.1 The Government intends to select an offer based on the best combination of price and qualitative merit. The Government will consider awarding to an Offeror with higher qualitative merit if the difference in price is commensurate with added value. Conversely, the Government will consider making award to an Offeror whose offer has lower qualitative merit differential between it and other offers warrant doing so. 1.1.2To arrive at the Best Value decision, the Contracting Officer will integrate the evaluation of past performance, Technical and Price, with Technical and Past Performance being of equal weight, but when combined, are significantly more important than Price. While the Government and the Contracting Officer will strive for maximum objectivity, the evaluation process, by its nature, is subjective and therefore, professional judgment is implicit throughout the entire evaluation process. 1.1.3The source selection process will be conducted in accordance with FAR Part 8.405-1(f). Offers will be evaluated using the criteria listed in "Evaluation Factors and Basis for Award." 1.1.4. The Contracting Officer will conduct a quote compliance review after closing for determination of basic proposal adequacy prior to providing the proposals to the board. To be considered, an Offeror must offer all of the listed line items in Block 20 of the SF1449 and/or Continuation pages. 1.1.4.1. Noncompliance with the RFQ requirements may raise serious questions regarding an offeror's technical and or/cost performance and may be grounds to eliminate the quote from consideration. 2. EVALUATION FACTORS AND BASIS FOR AWARD: 2.1. Evaluation factors are Technical considerations and Past Performance, which are of equal weight, but when combined are significantly more important than cost or Price. The evaluation process is as follows: 2.1.1. The Government will evaluate and rate an Offeror's Technical proposal using a color rating that combines technical merit and proposal risk. 2.1.2. The Government will evaluate the Offeror's Past Performance using descriptive adjectives that most accurately define the evaluators confidence of the Offeror's performance risk considering each sub-factor identified in this section. 2.1.3. The Government will evaluate the reasonableness and realism of the total projected price for the offer, and assign a reasonable or unreasonable rating to the price of the offer. 3.TECHNICAL EVALUATION 3.1. The evaluation of each quote will evaluate and measure the ability of the Offeror to effectively produce and deliver Personal Protective Equipment (PPE) for use by staff for training purposes and emergency response to infectious diseases like Ebola. The Government will determine, based on the information provided, if the offeror has demonstrated the ability to meet that requirement. 3.2. The evaluation will be based on following specifications: -(100) combination-sized Large/XL pre-assembled and sealed Hazmat Personal Protection Kits rated for use in chemical environment. At a minimum, PPE must meet ASTM F1001- Chemical Test Battery Specifications. oEach sealed kit will include one waterproof and latex-free laminated, multi-layer hooded coverall designed for full-body protection with sealed seams, zippered front, and storm flap to cover zipper, nitrile inner and outer gloves, boot liners, and vinyl overboots, a minimum of (8) pre-measured chemical tape strips, goggles with head strap, and N95 respirator. oVendor will provide "shelf life" guidance (e.g. expiration date) for all kits or indicate that sealed kits have no expiration date if stored properly and provide guidance on what constitutes proper storage. -(50) combination-sized 2XL/3XL pre-assembled and sealed Hazmat Personal Protection Kits rated for use in chemical environment. At a minimum, PPE must meet ASTM F1001- Chemical Test Battery Specifications. oEach sealed kit will include one waterproof and latex-free laminated, multi-layer hooded coverall designed for full-body protection with sealed seams, zippered front, and storm flap to cover zipper, nitrile inner and outer gloves, boot liners, and vinyl overboots, a minimum of (8) pre-measured chemical tape strips, goggles with head strap, and N95 respirator. oVendor will provide "shelf life" guidance (e.g. expiration date) for all kits or indicate that sealed kits have no expiration date if stored properly and provide guidance on what constitutes proper storage. -(30 PPE coverall training suits in the following combination sizes [10 each-L/XL], [10 each-2XL/3XL], and [10 each-4XL] with the following specifications- latex-free hooded coverall with attached booties for splash protection; reusable for training purposes. oVendor will provide cleaning instructions for the training coverall. -(200 boxes- 20 masks/box) 3M 1860 Healthcare Respirator, N95. This healthcare particulate respirator and surgical mask provides respiratory protection against certain airborne biological particles. It is disposable and fluid resistant to splash and spatter of blood and other infectious material. It meets CDC guidelines for Mycobacterium tuberculosis exposure control. As a disposable particulate respirator, it is intended to help reduce wearer exposure to certain airborne particles including those generated by electrocautery, laser surgery, and other powered medical instruments. As a surgical mask, it is designed to be fluid resistant to splash and spatter of blood and other infectious materials. oThe respirator must include the following features: o NIOSH approved o Meets CDC guidelines for Mycobacterium tuberculosis exposure control o FDA cleared for use as a surgical mask o 99% BFE (Bacterial Filtration Efficiency) according to ASTM F2101 fluid resistant according to ASTM F1862 o Contains no components made from natural rubber latex o Collapse resistant cup-shape design o Braided headbands, cushioning nose foam, and light weight construction o Vendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. -(100 boxes- 20 masks/box) 3M 1860s Healthcare Respirator, N95. This small-sized healthcare particulate respirator and surgical mask helps provide respiratory protection against certain airborne biological particles. It is disposable and fluid resistant to splash and spatter of blood and other infectious material. It meets CDC guidelines for Mycobacterium tuberculosis exposure control. As a disposable particulate respirator, it is intended to reduce wearer exposure to certain airborne particles including those generated by electrocautery, laser surgery, and other powered medical instruments. As a surgical mask, it is designed to be fluid resistant to splash and spatter of blood and other infectious materials. oThe small-sized respirator must include the following features: o NIOSH approved o Meets CDC guidelines for Mycobacterium tuberculosis exposure control o FDA cleared for use as a surgical mask o 99% BFE (Bacterial Filtration Efficiency) according to ASTM F2101 fluid resistant according to ASTM F1862 o Contains no components made from natural rubber latex o Collapse resistant cup-shape design o Braided headbands, cushioning nose foam, and light weight construction o Vendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. -(200 boxes- estimated 20-25 masks/box) one-size fits all latex-free procedure face mask with wrap around eyeshield. Polypropylene outer facing for protection against fluids with resistance level based on ASTM F1862 120mm Hg. Inner cellulose facing for comfort. Eyeshield features non-glare wrap with anti-fog strip for better visibility. Latex-free ear loops to help keep mask in place. oVendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. -(40 cases- estimated 75 gowns/case) universal size impervious gown with a plastic film for impervious protection when there is a potential for soaking and heavy fluid contact in front; thumb loops; perforated open back for ventilation. oVendor will provide "shelf life" guidance (e.g. expiration date) for all cases. -(10 boxes each [estimated 50 gloves per box], size Medium, Large, and XL) disposable, ambidextrous medical grade powder-free 6-mil 100% nitrile formulation rolled/beaded long-cuff (11 inch) gloves that meet or exceed FDA guidelines for class 1 Medical Devices. oVendor will provide "shelf life" guidance (e.g. expiration date) for all boxes. 3.2.2 All quotes and quote information are considered confidential and will not be shared with anyone outside the evaluation team. Any questions or concerns should be addressed to the Contracting Office's POC: Jonathan Charles; e-mail: jonathan.charles@va.gov 3.3.TECHNICAL EVALUATION FACTOR RATINGS: 3.3.1. The technical rating reflects the degree to which the proposed approach meets or does not meet the minimum performance or capability requirements through an assessment of strengths, weaknesses, deficiencies, and risks of an offer. The Government will rate an Offeror's Technical acceptability through a factor level using a color rating that combines technical merit and proposal risk considering all subfactors. ColorRatingEvaluation Criteria BlueOutstanding Offer meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. PurpleGoodOffer meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. GreenAcceptableOffer meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. YellowMarginalOffer does not clearly meet requirements and has not indicated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. RedUnacceptableOffer does not meet requirements. Offer is unawardable. 4.PAST PERFOMANCE EVALUATION 4.1 The Past Performance Evaluation will consider if an Offeror is on the Excluded Parties List located on the System for Award Management (SAM) website https://www.sam.gov/portal/public/SAM?portal:componentId=7d526634-bb8c-40f9-a579-7061ad3477ac&portal:type=action&interactionstate=JBPNS_rO0ABXc0ABBfanNmQnJpZGdlVmlld0lkAAAAAQATL2pzZi9uYXZpZ2F0aW9uLmpzcAAHX19FT0ZfXw**. 5.PRICE EVALUATION 5.1The Government evaluation team will conduct a Price evaluation of each Offeror's submission. Since solicitation is being competed amongst Federal Supply Schedules and as such the price schedules have already been determined "Reasonable" the purpose of this evaluation will be to allow the Government to consider a higher price as long as it is commiserate with added value. Conversely, it allows the Government to consider a lower price which is commiserate with a lower value. B.4.3. ITEM INFORMATION: ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 1HAZMAT PERSONAL PROTECTION KIT SIZE L/XL INCLUDES: ONE LAMINATED MULTI-LAYERED HOODED COVERALL WITH SEALED SEAMS AND STORM FLAP, INNER AND OUTER GLOVES, BOOT LINERS AND VINYL OVERBOOTS, PRE-MEASURED 100.00EA____________________________________ 2HAZMAT PERSONAL PROTECTION KIT SIZE 2XL/3XL INCLUDES: ONE LAMINATED MULTI-LAYERED HOODED COVERALL WITH SEALED SEAMS AND STORM FLAP, INNER AND OUTER GLOVES, BOOT LINERS AND VINYL OVERBOOTS, PRE-MEASUR50.00EA____________________________________ 3PROHIBIT X-TRA FLUID PROTECTION SURGICAL FACE MASK WITH EYESHIELD AND TIES. FEATURES NON-GLARE, FOG-FREE, FLUID RESISTANCE, LATEX-FREE, BLUE 200.00BX____________________________________ 4RESPIRATOR,PARTICULATE,SURG MASK,N95,STD,CUP,BLU,DISP 200.00BX____________________________________ 5RESPIRATOR,PARTICULATE,SURG MASK,N95,SM,CUP,BLU,DISP 100.00BX____________________________________ 6IMPERVIOUS PLASTIC FILM GOWN, BLUE WITH PERFORATED OPEN BACK AND THUMBHOOKS. UNIVERSAL SIZE, 75 PER CASE. 40.00CS____________________________________ 7Disposable Gloves, Nitrile, Powder Free, 6 mil, Length 11 In., Smooth Finish, Blue, Size Medium, Unlined, Rolled/Beaded Cuff, Special Features Ambidextrous, Low Modulus, Grade Medical, Standards FDA G10.00BX____________________________________ 8Disposable Gloves, Nitrile, Powder Free, 6 mil, Length 11 In., Smooth Finish, Blue, Size Large, Unlined, Rolled/Beaded Cuff, Special Features Ambidextrous, Low Modulus, Grade Medical, Standards FDA 10.00BX____________________________________ 9Disposable Gloves, Nitrile, Powder Free, 6 mil, Length 11 In., Smooth Finish, Blue, Size XLarge, Unlined, Rolled/Beaded Cuff, Special Features Ambidextrous, Low Modulus, Grade Medical, Standards FDA 10.00BX____________________________________ 10Breathable Protective Coveralls-MicroMax with attached hood, elastic wrists and ankles including attached booties, splash and particulate resistance, 26" zipper opening for easy on/off, white, size LG10.00EA____________________________________ 11Breathable Protective Coveralls-MicroMax with attached hood, elastic wrists and ankles including attached booties, splash and particulate resistance, 26" zipper opening for easy on/off, white, size XLG10.00EA____________________________________ 12Breathable Protective Coveralls-MicroMax with attached hood, elastic wrists and ankles including attached booties, splash and particulate resistance, 26" zipper opening for easy on/off, white, size 2X10.00EA____________________________________ GRAND TOTAL__________________ B.5 Delivery Schedule ITEM NUMBERQUANTITYDELIVERY DATE 1100.00 250.00 3200.00 4200.00 5100.00 640.00 710.00 810.00 910.00 1010.00 1110.00 1210.00
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/VA25015Q0088/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-15-Q-0088 VA250-15-Q-0088_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787923&FileName=VA250-15-Q-0088-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787923&FileName=VA250-15-Q-0088-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Chillicothe VAMC;17273 State Route 104;Deliver To: B23 Warehouse;Chillicothe OH 45601-9718
Zip Code: 45220-2213
 
Record
SN03603754-W 20141225/141223234821-d99231de57182b075a0e7fbb95a2a512 (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.