DOCUMENT
66 -- Cage and Rack Washer - Attachment
- Notice Date
- 3/9/2017
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- US Department of Veterans Affairs;Veterans Health Administration;Service Area Office (SAO) East;323 North Shore Drive, Suite 500;Pittsburgh PA 15212-5319
- ZIP Code
- 15212-5319
- Solicitation Number
- VA24016Q0132
- Response Due
- 4/15/2017
- Archive Date
- 7/14/2017
- Point of Contact
- Lynn Portman
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Page 1 of 12 This is a Request for Quote (RFQ) and the solicitation number is VA240-16-Q-0132. The government anticipated awarding a firm-fixed price contract resulting from this combined synopsis/solicitation. This solicitation is issued as a 100% set aside for Service Disabled Veteran Owned Small Business (SDVOSB) concerns. NOTE: To receive credit, an Offeror must be registered and verified in VetBiz.gov Vendor Information Pages (http://www.VetBiz.gov). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89. 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 www.acquisition.gov. 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; quotes are being requested and a written solicitation will not be issued. Contract Description and Requirements The Department of Veterans Affairs, San Diego VA Medical has a current requirement for a New Cage and Rack Washer, and the removal of the existing washer. This is a replacement unit that must fit and align into the existing pit (i.e., cage washer location). A Firm Fixed Price contract will be awarded for the purchase of equipment in accordance with all terms, conditions, provisions, specifications and schedule of this solicitation herein. Quotes shall contain the Offeror s best terms for cost/price and technical capabilities of the cage and rack washer equipment. 1.1 Product Capabilities & Salient Characteristics The unit must be able to be installed into a recessed floor well that is 16 inches deep, 93.5 inches wide and 99 inches long. To account for piping and electrical components the replacement unit must be no more than 81.5 inches wide by 96 inches long. And, the unit must not stand more than 8 feet tall. Rack entry and exit doors must account for the 16 inch recess, so they are level with the floor, and be located on the narrow sides of the unit. Must fit existing pit and current cage washer location (dimensions provided above) Cold Water Fill, no External Heat Exchanger allowed Drain Energy Recovery utilized as Heating Source Chemical Solution Reuse Tank Two Door Pass-Thru Cabinet, Pit Mounted Seismic Anchors and Site Specific Calculations All Stainless Steel Construction Insulated Double Wall Chamber Construction Stainless Steel Floor Grating in Lift-out Sections System must be capable of hot water at +180 °F / 82 °C during cycle Left Side Service Access Manual Swing-out, Hinged Doors Spring Loaded Safety Door Latch Stainless Steel Threshold Plate at Each Door System must be equipped with emergency stop buttons on soiled and clean ends Overlapping Rotary Spray Arm System Adjustable Spray Patterns, Aqua Pulsing Smooth Sided Chamber Interior Interior Bumper Rails Cart lock Manifold Connection for Accessory Cart Illuminated Chamber Interior Double Level Debris Screens in Wash Chamber External Self Cleaning Debris Filter Multiple Chemical Injection Ports, Contacts and Fittings Stainless Steel Steam Sump Coil Heating Automatic Multi-phase Treatment Cycles Multiple Adjustable Programmed Cycles Automatic Multi Phase Treatment Cycles Program Security via Pin Number Access Temperature Guarantee During All Cycle Phases Built-in Advanced Diagnostics with Visual Parts ID Statistics Mode and Activ PM Interior Emergency Stop Cables Both Sides Fully Drained & Flushed Solution Sump Automatic Sump Level Control Drain Discharge Cool Down System Water Conservation System Sampling Port Pressure Gauges and Shut-off Valves Low Voltage Surge Protection Ethernet Touchscreen Remote Monitoring Stainless Steel Controls Guard Ethernet Connectivity for Data Logging / Troubleshooting Cycle Data Printer with Waterproof Cover Pneumatic Operated Exhaust Damper Shut-off Valves and Pressure Gauges Non-proprietary Components Available from North American Suppliers Independent Local Service Technician, factory trained Downtime cannot exceed 1 week for installation Unit is on the 6th floor, therefore equipment will need to be dismantled and reassembled with no loss of time. Vendors are urged and expected to attend a site visit on April 4th at their own expense prior to submitting a quote. The site visit will allow the vendor to view the space, take measurements if necessary, and ask or address any questions that will allow them to submit a relevant quote. The vendor representative attending the site visit must be a technical specialist or have the technical competencies to be able to answer technical questions, and evaluate the space in order to submit a quote. All vendors who are interested in submitting a quote under this solicitation and subsequently attending the site visit must notify Lynn Portman at lynn.portman@va.gov no later than March 27th at 12 pm to coordinate the site visit. Note: The Government will NOT consider a Cage Washer with a travelling or oscillating spray manifolds, cage washer that contains proprietary parts, or that requires factory direct service technicians for repairs and PM service work. 1.2 The product capabilities and salient characteristics identified above are intended to be descriptive, not restrictive, and to indicate the quality and characteristics of the product that will be satisfactory. The Government is not responsible for locating or securing any information not provided in the quotation by the Offeror. To ensure that sufficient information is available, the Offeror must furnish, as a part of the quote, all descriptive material necessary for the purchasing activity to determine whether the products meet the salient characteristics of this requirement. Vendors proposing to modify a product to make it conform to the requirements of this announcement shall include a clear description of the proposed modification and clearly mark any descriptive material to show the proposed modification. Offers that do not have descriptive material as described in the basis for award below will not be considered for award. 1.3 Instructions to the Offeror Basis for award resulting from this RFQ will be made to the Best Value Offer that provides a complete package pursuant to the preparation requirements set forth in 52.212-1. FAR 52.212-2 (Evaluation- Commercial Items) will be incorporated in full text into the RFQ and will be evaluated on the following factors. Evaluations will be conducted and award decision made in accordance with FAR 13 Simplified Acquisition Procedures. Evaluation Factors for Award: Factor 1- Technical Capabilities All offerors must provide a technical response demonstrating how their cage and rack washer meets or exceeds all requirements and salient features as listed in this solicitation. This technical response must also address the following subfactors: Subfactor 1: The contractor must demonstrate how to minimize down time during installation. Downtime cannot exceed 1 week for removal of existing system and installation of new system. This unit is on the 6th floor, therefore the vendor must address their capabilities and equipment that will be provided in order to dismantle and reassemble and install the new cage and rack washer in one week with no additional loss of time. Subfactor 2: In order to minimize down-time of the equipment and repair costs, the contractor must address and confirm that the new cage and rack washer will have non-proprietary components that are commercially available from North American suppliers. Additionally, the equipment must be able to be repaired by independent local service technicians who are factory trained. Subfactor 3: The vendor must provide warranty terms for this equipment which will be evaluated to determine the best value to the Government. Factor 2- Past Performance Past Performance will be based on mulitiple methods to include historical contract performance, submitted references, as well as the most current PPIPRS report. Factor 3- Price Contract award will be based on the best value quote received after evaluations are conducted using FAR Part 13 procedures, and not necessarily the lowest priced quote received. 1.4 The following FAR provision and clauses apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors are to e-mail complete quotes to lynn.portman@va.gov and Offerors must reference Solicitation# VA240-16-Q-0132 in the subject line of the email. No telephone request for information will be considered. Incomplete packages will be considered nonresponsive. All offers must be received by the closing date April 11th, 2017 NLT Noon EST. All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: Subsection (b): Submission of Offers: Offerors submitting brand name item (s) shall be an authorized distributor of brand manufacturer, and shall substantiate this by including letter from manufacturer on manufacturer letterhead verifying this. Subsection (c): Period for acceptance of Offers is changed from 30 calendar days to 60 calendar days. Responses shall be on an all or none basis, no partial submission. No grey market or refurbished item (s). The Government reserves the right to make no award at all. FAR 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. (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 non-price factors considered. The following factors will be used to evaluate offers: Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided (Please see item description). The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated "technically acceptable". (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. FAR 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2014) applies to this acquisition. Offerors shall provide with their offer a completed copy of their Representations and Certifications per 52.212-1(b)(8). Offeror Representations and Certifications can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (APR 2015) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [X] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [X] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [X] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [X] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [X] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [X] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [X] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (36)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (End of Clause) FAR52.252-1 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(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of provision) VAAR 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008). The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. (End of provision) 52.252-2 Clauses Incorporated by Reference (FEB 1998). 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(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of clause) Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (JUL 2013); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015); 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $15,000.00 (MAY 2014); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.243-1 Changes Fixed Price (AUG 1987); 52.247-34 -- F.o.b. Destination (NOV 1991); 852.203-70 Commercial Advertising (JAN 2008); 852.246-70 Guarantee (JAN 2008); 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors; 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside; 852.232-72 Electronic submission of payment requests; 852.246-71 Inspection (JAN 2008) FAR 52.237-1 Site Visit VAAR 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014) FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.233-2 Service of Protest
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1200c015170baf9b8d341c4d08e527ca)
- Document(s)
- Attachment
- File Name: VA240-16-Q-0132 VA240-16-Q-0132_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3328351&FileName=VA240-16-Q-0132-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3328351&FileName=VA240-16-Q-0132-002.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA240-16-Q-0132 VA240-16-Q-0132_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3328351&FileName=VA240-16-Q-0132-002.docx)
- Record
- SN04429557-W 20170311/170309234514-1200c015170baf9b8d341c4d08e527ca (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 |