DOCUMENT
S -- PEST CONTROL CBOC - Attachment
- Notice Date
- 7/31/2015
- Notice Type
- Attachment
- NAICS
- 561710
— Exterminating and Pest Control Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (248);Room 315, Bldg. 2;10,000 Bay Pines Blvd;Bay Pines FL 33744
- ZIP Code
- 33744
- Solicitation Number
- VA24815Q1780
- Response Due
- 8/14/2015
- Archive Date
- 9/13/2015
- Point of Contact
- Lisa P. Nooner
- E-Mail Address
-
ooner@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. A written solicitation will not be issued. The solicitation number is VA248-15-Q-1780 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 561710 with a small business size standard of $11 M. This solicitation starts 07/31/2015 and will end 08/14/2015 at 14:00 pm EST. This solicitation is a Meet or Exceed and is set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) determined to be technically acceptable and in the competitive range. The Department of Veterans Affairs Bay Pines Healthcare system, C.W. Bill Young Veterans Affairs Medical Center, hereafter referred to as CWBYVAMC, 10,000 Bay Pines Blvd. St. Petersburg, FL requires technical and professional services for Pest Control Service as identified below for the CWBYVAMC CBOC's: Port Charlotte CBOC, Naples CBOC, St. Petersburg CBOC, Sarasota CBOC, Sebring CBOC, Bradenton CBOC, Palm Harbor CBOC, Lee County Healthcare Center, and all VA Business Office on Ulmerton Rd. This is a Firm Fixed Price, Base Year with four (4) one year options. Period of Performance Base Year: 01 Oct 2015 - 30 Sept. 2016. Schedule of Services: The CWBYVAMC at Bay Pines, Florida requires technical and professional Pest Control Services listed below. The contractor shall provide all management, licenses, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement the standards & requirements set forth in the Department of Veterans Affairs provided Integrated Pest Management (IPM) plan for the nine VAHCS Bay Pines CBOC's in a manner that will ensure the health and general well-being of all medical facility personnel/patients. The contractor shall also be fully cognizant of the fact that this contract is for the control of all pests within and immediately outside of a hospital/patient care facility. They shall take all necessary steps and precautions to ensure the full and complete care for employee/patient safety in the selection and application of all chemicals. The following types of pests are common on these installations, and their abatement should be specifically addressed in the IPM and used to determine workload: oGeneral structural pests (i.e., cockroaches, ants ·, carpet beetles, spiders, carpenter ants, carpenter bees, etc.) oFlying insect pests (i.e., housefly, stable fly, blowflies, etc.); oPredatory pests (i.e., lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes,) oStored product pests (i.e. saw tooth grain beetle, red/confused flour beetles, Trogoderma beetles, grain moths, etc.), oMice and rats (i.e., house mouse, field mouse, roof rat, Norway rat, etc.) oVertebrate pests (i.e., bats, gophers, moles, snakes, rabbits, raccoons, opossums, etc.) oPeriodic termite inspections when warranted or requested. Contractors shall quote prices for all of the following Contract Line Item Numbers (CLIN) for a Base year and 4 one year options. Failure to provide a quote for each year is reason to determine a quote non-responsive. Quotes shall be formatted as CLIN, description, location, unit cost, and total cost. SCHEDULE OF BUILDINGS Base Year One CBOC'SAddressQtyUnit Price Lee County2489 diplomat Parkway East Cape Coral, FL. 339091 YR Naples CBOC2685 Horseshoe Drive - Suite 101 Naples, FL. 341041 YR Port Charlotte CBOC4161 Tamiami Trail Suite 401 & 602 Port Charlotte, FL 339521 YR Sebring CBOC5901 US Highway 27 South Sebring, FL 338701 YR Sarasota CBOC5682 Bee Ridge Road, Suite 100 Sarasota, FL 342331 YR Bradenton CBOC5520 SR 64 East Bradenton, FL 342081 YR Business Office Service - FEE Basis8550 Ulmerton Road Largo, FL 337711 YR St Petersburg CBOC840 Martin Luther King JR. Street St Petersburg, FL 337051 YR Palm Harbor CBOC35209 US Highway 19 North Palm Harbor, FL 346841 YR Option Year One CBOC'SAddressQtyUnit Price Lee County2489 diplomat Parkway East Cape Coral, FL. 339091 YR Naples CBOC2685 Horseshoe Drive - Suite 101 Naples, FL. 341041 YR Port Charlotte CBOC4161 Tamiami Trail Suite 401 & 602 Port Charlotte, FL 339521 YR Sebring CBOC5901 US Highway 27 South Sebring, FL 338701 YR Sarasota CBOC5682 Bee Ridge Road, Suite 100 Sarasota, FL 342331 YR Bradenton CBOC5520 SR 64 East Bradenton, FL 342081 YR Business Office Service - FEE Basis8550 Ulmerton Road Largo, FL 337711 YR St Petersburg CBOC840 Martin Luther King JR. Street St Petersburg, FL 337051 YR Palm Harbor CBOC35209 US Highway 19 North Palm Harbor, FL 346841 YR Option Year Two CBOC'SAddressQtyUnit Price Lee County2489 diplomat Parkway East Cape Coral, FL. 339091 YR Naples CBOC2685 Horseshoe Drive - Suite 101 Naples, FL. 341041 YR Port Charlotte CBOC4161 Tamiami Trail Suite 401 & 602 Port Charlotte, FL 339521 YR Sebring CBOC5901 US Highway 27 South Sebring, FL 338701 YR Sarasota CBOC5682 Bee Ridge Road, Suite 100 Sarasota, FL 342331 YR Bradenton CBOC5520 SR 64 East Bradenton, FL 342081 YR Business Office Service - FEE Basis8550 Ulmerton Road Largo, FL 337711 YR St Petersburg CBOC840 Martin Luther King JR. Street St Petersburg, FL 337051 YR Palm Harbor CBOC35209 US Highway 19 North Palm Harbor, FL 346841 YR Option Year Three CBOC'SAddressQtyUnit Price Lee County2489 diplomat Parkway East Cape Coral, FL. 339091 YR Naples CBOC2685 Horseshoe Drive - Suite 101 Naples, FL. 341041 YR Port Charlotte CBOC4161 Tamiami Trail Suite 401 & 602 Port Charlotte, FL 339521 YR Sebring CBOC5901 US Highway 27 South Sebring, FL 338701 YR Sarasota CBOC5682 Bee Ridge Road, Suite 100 Sarasota, FL 342331 YR Bradenton CBOC5520 SR 64 East Bradenton, FL 342081 YR Business Office Service - FEE Basis8550 Ulmerton Road Largo, FL 337711 YR St Petersburg CBOC840 Martin Luther King JR. Street St Petersburg, FL 337051 YR Palm Harbor CBOC35209 US Highway 19 North Palm Harbor, FL 346841 YR Option Year Four CBOC'SAddressQtyUnit Price Lee County2489 diplomat Parkway East Cape Coral, FL. 339091 YR Naples CBOC2685 Horseshoe Drive - Suite 101 Naples, FL. 341041 YR Port Charlotte CBOC4161 Tamiami Trail Suite 401 & 602 Port Charlotte, FL 339521 YR Sebring CBOC5901 US Highway 27 South Sebring, FL 338701 YR Sarasota CBOC5682 Bee Ridge Road, Suite 100 Sarasota, FL 342331 YR Bradenton CBOC5520 SR 64 East Bradenton, FL 342081 YR Business Office Service - FEE Basis8550 Ulmerton Road Largo, FL 337711 YR St Petersburg CBOC840 Martin Luther King JR. Street St Petersburg, FL 337051 YR Palm Harbor CBOC35209 US Highway 19 North Palm Harbor, FL 346841 YR BASIC SERVICES. The contractor shall utilize the attached VAHCS Bay Pines IPM plan and submit a listing of all chemicals to be used under this contract for approval prior to use. The IPM approach should use targeted (effective, environmentally sound) methods including habitat/facility modification, biological/genetic/cultural control, mechanical/physical control, and where necessary, the judicious use of least hazardous pesticides. The IPM plan provided complies with all applicable Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), state/local regulatory guidance on pesticide storage, disposal and applications and the National Pest Control Association's good practice statements. The inspection and conventional treatment of bedbugs must be coved in the contractor's IPM plan. Also the inspections and conventional treatments for bedbugs must be covered in the contract so there will be no additional cost accrued to CW Bill Young VA Healthcare System. SERVICE DELIVERY SUMMARY Performance Objective SOW Para Performance Threshold Utilize VAHCS Bay Pines Provided IPM Plan. 1.1 Customer complaints shall not Typical household variety pests are not present. exceed 2 per month. Rodents and other vermin are aggressively controlled. All pesticides are mixed off site. All Pesticides are disposed of properly at an Approved off-site disposal area 4. GENERAL INFORMATION. 4.1.QUALITY CONTROL. The contractor shall develop and maintain a quality control program to ensure systematic inspection of facilities and grounds for pests, a customer service call/emergency response system for pest removal, and a continuous pest prevention education program for facility managers, food handling managers and facility occupants. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The COR must have a specific quality control inspector to notify in case of customer complaints. 4.2.QUALITY ASSURANCE. The government will periodically evaluate the contractor's performance in accordance with the Quality Assurance Surveillance Plan. · 4.3.GOVERNMENT REMEDIES. The contracting officer shall follow the requirements of FAR 52.212-4, Contract Terms and Conditions for Commercial Items (Feb 2007), for contractor's failure to correct nonconforming services. 4.4.HOURS OF OPERATION. Normal business hours are 8 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays. Some contract tasks may require work to be performed after normal business hours. Work outside of normal business hours shall be coordinated with the COR/FC prior to commencement. 4.5.FACILITY ACCESS: Upon arrival at various CBOC's, Contractor employees shall immediately report to the Facility Coordinator (FC) and sign into the log book and provide and itinerary and approval from the FC prior to start of operations. Access to the CBOC will be coordinated with the COR/FC prior to arrival on-site. · 4.6.REPORTING REQUIREMENTS. The Contractor shall furnish to the COR/FC, prior to the initial application of pesticides, the Material Safety Data Sheets (MSDS) on all chemical products to include trade names, chemical names, and a label showing the contents and the use strength of the chemical as applied and antidote thereto. The Contractor shall furnish this information each time there are changes in chemicals or products used in the performance of this contract. A Pest Control Log is maintained by the FC which documents incidents of pest infestation and customer complaints. The Contractor shall verify complaint entries in the Pest Control Log during each visit and address the issue as required. All IPM services performed during the work shift will be documented by the Contractor on the Pest Management Maintenance Record that may be reviewed by the COR/FC at any time, and the Contractor shall leave a signed and dated notice with COR/FC stating the area treated, conditions found, and the treatment rendered. Additionally, the Contractor is responsible for supplying, completing, and submitting all reports required or requested by Federal, State or local ordinances that pertain to any duties contained in the IPM plan. 4.7.SPECIAL QUALIFICATIONS. The contractor will have a licensed pest control manager specifically assigned to support this contract and available within 24 hours to meet with government personnel. Moreover, all contract employees that apply pesticides must have a Florida pesticide application certificate/license. The contractor will be responsible to ensure that the licenses/certificates and training of contractor personnel are kept current and shall show proof of current licenses to the CO or COR upon request. The Contractor must maintain a Pest Control Log Sheet of all actions, inspections, chemical used and all other activities that occurs on daily or weekly basis. All chemical used must have current MSDS and labels and presented to the COR prior of the PO treatments or applications. The Contractor must show proof of adequate insurance prior to the Award of the Contract. The Contractor will supply a list of pesticide in advance to the COR for approval. In addition, all mixing and storage of pesticides shall be performed off the installation. If the contractor spills or releases any hazardous substances (example, substances listed in 40 CFR 302), the contractor should immediately take steps to safely remediate the spill and notify the COR and the FC. 4.8APPENDICES. A.CBOC Site information The Contractor is advised of the following: a.Food Handling Areas: Treatment of these areas is limited to times when food is not being held, processed, prepared, or serviced, and while not occupied by facility employees. The Contractor personnel shall at no time enter facility elevators that are occupied by food service equipment while in the possession of pesticides or application equipment. b.Patient Occupied Areas: Contractor personnel shall utilize pesticides with as low volatility and as odor free as possible in order to keep odor levels from affecting patients in these areas. c.Critical Areas: The following areas have been designated by VAMC Providence as "Critical Areas": IllPharmacy IllFood & Nutrition Service Areas EOperating Areas oIntensive Care Units oRest Room Areas oExam Area oRespiratory Care Areas oSPD @Canteen Kitchen Area The planned use of pesticides in these areas requires prior approval from the COR/FC and the recognition of the attendant hazards to occupants, supplies, equipment and · surfaces. When space treatment is required and has been approved by the COR/FC in these areas, the Ultra-Low Volume (ULV) Method of pesticide application shall be utilized. All hard traps need to be placed so as not to be seen by patients or staff. d.Interference to Function: Contractor personnel may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment, and carts. J. CONTRACTOR PERSONNEL BADGES AND PARKING: 1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings to pick up confidential documents. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. An access badge will be given to the contractor's employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor's employees must return the access badge(s) to the COR or designee at the end of each pick up process. 3. The contractor shall be required to comply with all security policies/requirements of C. W. Bill Young VAHCS. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. 4. It is the responsibility of the contractor's personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. 5. C. W. Bill Young Healthcare System does not validate or make reimbursement for parking violations of the contractor's personnel under any circumstance. PARTNERING AGREEMENT- The contracting officer may require a partnering agreement between the government and the contractor to ensure joint cooperation and a sound partnership of all parties involved in the execution of this contract. Partnering is the creation of a government-contractor relationship that promotes achievement of mutually beneficial goals. It involves an agreement in principle to share the risks involved in completing the project and to establish and promote a nurturing partnership environment. Representatives from each organization are encouraged to participate in developing the partnering agreement. Suggested representation is the civil engineer manager, the COR, the government contract administrator, the contractor's manager, and the contractor's quality control person. All costs for the partnership agreement should be shared equally between the government and contractor. This group is responsible for developing a formal partnering agreement that should be signed by all parties involved. The agreement should contain as a minimum: specific goals to be reached and a list of objectives to reach the goals, a set of metrics to evaluate the objectives, a frequency for meetings to review the metrics, and a statement of cooperation to execute the terms of the agreement. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1.The preliminary and final deliverables and all associated working papers, application source code, and other material deemed relevant by the VA which have been generated by the contractor in the performance of this task order are the exclusive property of the U.S. Government and shall be submitted to the COR at the conclusion of the task order. 2.The COR will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order presented to the contractor shall be submitted to the COR for response. 3.Press releases, marketing material or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO or COR. L. SAFETY-It is agreed that the Vendor shall meet all local, state and federal safety requirements during the installation and take-down during the lease period. All materials must be securely transported with straps or chains in accordance with all local, state, and Federal Department of Health Regulations The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) provisions and clauses are applicable to this acquisition and are available for view at: http://www.acquisition.gov/ far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm FAR Provisions: 52.204-7System for Award Management 52.209-7Information Regarding Responsibility Matters 52.212-1 Instructions to Offerors- Commercial Items 52.212-2 Evaluation-Commercial Items The Government will award a firm fixed priced contract to the responsible offeror who is the lowest priced technically acceptable. In order to be rated Technically Acceptable all technical factors shall be rated as pass. Offeror shall demonstrate their ability to meet these factors with their offer in accordance with Paragraphs 1-3 below, and offers shall meet the minimum qualifications below in order to be evaluated. Technical acceptability is rated as pass or fail based on the following: 1. Technical - The offeror shall provide a management plan showing an understanding of the tasks to be covered and the schedule for the required services in accordance with Section 2-4 of the Statement of Work and the schedule above (see table under "Service" label). 2. Personnel - Offeror shall provide personnel qualifications documenting education and experience required in accordance with Section 5 of the Statement of Work. 3. Past Performance -Offerors shall provide a minimum of three (3) identified references when submitting their quote. Emphasis will be on recent, relevant past performance. Recent is defined as work performed within the last three years. Relevant is defined as work similar in size and scope of the work described in the Statement of Work (SOW). Since the Government may not necessarily interview all of the sources provided by the offerors, offeror shall explain the relevance of the data provided for each reference. Offerors are reminded that the Government may elect to consider data obtained from other sources. Offerors with no relevant past performance or whom information is not available, shall not be evaluated favorably or unfavorably on past performance. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: INSTRUCTIONS FOR SUBMISSION OF OFFERS Offerors must ensure that proposals submitted contain the following elements: i.Pricing Information: Offeror shall complete Price Schedule in the solicitation. ii.Technical Capability: Each offeror shall submit the following technical capability elements for evaluation: a.Proper Licenses for State. b.Proof of Insurance c.Pest Control Log Sheet d.MSDS e.Documentation of Inspection f. Inspection Schedule. g. Supply a list of Pesticides in advance for approval iii.Past Performance Surveys: Each offeror shall ensure that the attached past performance surveys are completed by its references and submitted either a) with its proposal, or b) mailed or emailed directly to Network Contracting Office 8. Each offeror bears the responsibility of ensuring past performance surveys are received by Network Contracting Office 8. Past performance information not received by the close of the solicitation may not be considered. Elements shall be clearly separated into cost/price and non-cost/price elements for ease of review. Please include five copies of each element. Offerors shall submit all elements by the close of the solicitation. Failure to submit a complete proposal may result in rejection of an offeror's proposal for non-responsiveness. (End of Addendum to 52.212-1)FAR Provisions: 52.212-3 Certifications and & Representations 52.216-1Type of Contract The Government contemplates award of a Firm-Fixed Priced contract resulting from this solicitation. 52.217-5Evaluation of Options 52.233-2Service of Protest VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution 852.233-71Alternative Protest Procedure 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(s): For contract provisions which are contained in the Federal Acquisition Regulation (FAR) the address is http://acquisition.gov/far 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s): http://www.acquisition.gov/far/index.htm l http://www.va.gov/oal/library/vaar/ 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed four (4) months. 852.252-70Solicitation Provisions or Clauses Incorporated by Reference 852.270-1Representatives of Contracting Officers 852.273-74Award without Exchanges FAR Clauses: 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights 52.204-4Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions- Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.204-10Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3Convict 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 Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33Payment by Electronic Funds Transfer- System for Award Management 52.232-40Providing Accelerated Payment to Small Business Subcontractors 52.237-3Continuity of Service 52.252-2 Clauses Incorporated by Reference VAAR Clauses: 852.203-70Commercial Advertising 852.203-71 Display of Department of Veterans Affairs hotline poster 852.216-70 Estimated quantities 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.228-71 Indemnification and Insurance 852.232-72Electronic Submission of Payment Requests 852.237-70Contractor Responsibilities Offeror shall be registered in the System for Award Management (SAM) database before an award can be made to them. If the offeror is not registered in the SAM, it may do so through the SAM website at http://www.sam.gov Please direct all questions regarding this procurement to Lisa P. Nooner Contracting Specialist by phone at 727-399-3343 or fax 727-399-3346 or via email lisa.nooner@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BPVAMC/VAMCCO80220/VA24815Q1780/listing.html)
- Document(s)
- Attachment
- File Name: VA248-15-Q-1780 VA248-15-Q-1780_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2205702&FileName=VA248-15-Q-1780-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2205702&FileName=VA248-15-Q-1780-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-15-Q-1780 VA248-15-Q-1780_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2205702&FileName=VA248-15-Q-1780-001.docx)
- Record
- SN03819734-W 20150802/150731235508-56611fa0feeeb8ea54351b30ed875f55 (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 |