Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

65 -- Urinalysis CPRR

Notice Date
5/4/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
 
ZIP Code
20889
 
Solicitation Number
W91YTZ-17-T-0253
 
Archive Date
6/15/2017
 
Point of Contact
Valerie DeVeaux, Phone: 7067873894
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation: quotes are being requested and a written solicitation will not be issued. Solicitation number W91YTZ-17-T-0253 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92 and Defense Federal Acquisition Supplement Publication (DPN) 20161104. This acquisition is issued on an UNRESTRICTED, FULL AND OPEN basis under NAICS code 325413 and size standard is 1,250 employees. All responsible sources may submit a quotation which shall be considered by the agency. The purpose of this solicitation is for Cost-per-reportable-result program including the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels) at Lyster Army Health Clinic; Fort Rucker, AL. Instrumentation must be available at the time of proposal submission: a. Installation must take place NLT 30 days prior to contact initiation date. b. All validation requirements must be completed and approved as required prior to contract initiation. Base ordering period is 1 October 2017 - 30 September 2018. Quotes are due by 31 May 2017 at 12:00 pm EST. Questions must be submitted via email no later than 15 April 2017. Quotes and questions shall be submitted via email to valerie.j.deveaux.civ@mail.mil. SALIENT FUNCTIONAL CHARACTERISTICS/INTENDED USE: Instrumentation shall perform all analyses with precision as defined by current Clinical Laboratory Improvement Amendments (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). Instrumentation must: a. Function as fully automated urine chemistry and microscopy system. b. The system must include a workstation (PC computer/monitor/keyboard, mouse and/or touchscreen capabilities), external printer, internal barcode reader, bi-directional interface capabilities, and full Information Management Software. c. Instrument must have both keyboard entry and barcode ID read capabilities. d. Flagging for results requiring confirmatory tests and abnormal quality control results. e. Instrument must have low volume (~2mL) aspiration capabilities. f. System must have continuous load-and-go/walkaway processing capabilities. g. Chemical analytes must include specific gravity, color, clarity, leukocyte (esterase), nitrite, blood, protein, glucose, ketones, urobilinogen, bilirubin, and pH. h. Microscopic identification of formed elements must include RBCs, WBCs, epithelial cells, casts, bacteria, crystals, mucous, yeast, & sperm. Information Management Specifications: (1) Must be able to track reagent Quality Control and test strip lot numbers. (2) Must have customizable Alert rules. (3) Must be able to reprint and/or retransmit stored results. ITEM NO. 0001 URINALYSIS SYSTEM CPRR Cost-per-reportable-result program including the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels) at Lyster Army Health Clinic; Fort Rucker, AL. Base Year Ordering Period: 1 October 2017 - 30 September 2018 ITEM NO. 0001AA QTY: 12 UNIT: MONTHS UNIT PRICE: _______ TOTAL: __________ MONTHLY CPRR COST-PER-REPORTABLE-RESULT PROGRAM. 600 TESTS PER MONTH ON URINE CHEMISTRY ANALYZER AND 600 TESTS PER MONTH ON THE MICROSCOPY ANALYZER ITEM NO. 0001AB QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE FOR URINE CHEMISTRY RR OVERAGE FOR URINE CHEMISTRY ANALYZER ABOVE 970 TESTS ITEM NO. 0001AC QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE URINE MICROSCOPY RR OVERAGE FOR URINE MICROSCOPY ANALYZER ABOVE 1110 TESTS BASE YEAR TOTAL: $_________________ ITEM NO. 1001 URINALYSIS SYSTEM CPRR Cost-per-reportable-result program including the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels) at Lyster Army Health Clinic; Fort Rucker, AL. Option Year 1 Ordering Period: 1 October 2018 - 30 September 2019 ITEM NO. 1001AA QTY: 12 UNIT: MONTHS UNIT PRICE: _______ TOTAL: __________ MONTHLY CPRR COST-PER-REPORTABLE-RESULT PROGRAM. 600 TESTS PER MONTH ON URINE CHEMISTRY ANALYZER AND 600 TESTS PER MONTH ON THE MICROSCOPY ANALYZER ITEM NO. 1001AB QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE FOR URINE CHEMISTRY RR OVERAGE FOR URINE CHEMISTRY ANALYZER ABOVE 970 TESTS ITEM NO. 1001AC QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE URINE MICROSCOPY RR OVERAGE FOR URINE MICROSCOPY ANALYZER ABOVE 1110 TESTS OPTION YEAR 1 TOTAL: $_________________ ITEM NO. 2001 URINALYSIS SYSTEM CPRR Cost-per-reportable-result program including the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels) at Lyster Army Health Clinic; Fort Rucker, AL. Option Year 2 Ordering Period: 1 October 2019 - 30 September 2020 ITEM NO. 2001AA QTY: 12 UNIT: MONTHS UNIT PRICE: _______ TOTAL: __________ MONTHLY CPRR COST-PER-REPORTABLE-RESULT PROGRAM. 600 TESTS PER MONTH ON URINE CHEMISTRY ANALYZER AND 600 TESTS PER MONTH ON THE MICROSCOPY ANALYZER ITEM NO. 2001AB QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE FOR URINE CHEMISTRY RR OVERAGE FOR URINE CHEMISTRY ANALYZER ABOVE 970 TESTS ITEM NO. 2001AC QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE URINE MICROSCOPY RR OVERAGE FOR URINE MICROSCOPY ANALYZER ABOVE 1110 TESTS OPTION YEAR 2 TOTAL: $_________________ ITEM NO. 3001 URINALYSIS SYSTEM CPRR Cost-per-reportable-result program including the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels) at Lyster Army Health Clinic; Fort Rucker, AL. Option Year 3 Ordering Period: 1 October 2020 - 30 September 2021 ITEM NO. 3001AA QTY: 12 UNIT: MONTHS UNIT PRICE: _______ TOTAL: __________ MONTHLY CPRR COST-PER-REPORTABLE-RESULT PROGRAM. 600 TESTS PER MONTH ON URINE CHEMISTRY ANALYZER AND 600 TESTS PER MONTH ON THE MICROSCOPY ANALYZER ITEM NO. 3001AB QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE FOR URINE CHEMISTRY RR OVERAGE FOR URINE CHEMISTRY ANALYZER ABOVE 970 TESTS ITEM NO. 3001AC QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE URINE MICROSCOPY RR OVERAGE FOR URINE MICROSCOPY ANALYZER ABOVE 1110 TESTS OPTION YEAR 3 TOTAL: $_________________ ITEM NO. 4001 URINALYSIS SYSTEM CPRR Cost-per-reportable-result program including the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels) at Lyster Army Health Clinic; Fort Rucker, AL. Option Year 4 Ordering Period: 1 October 2021 - 30 September 2022 ITEM NO. 4001AA QTY: 12 UNIT: MONTHS UNIT PRICE: _______ TOTAL: __________ MONTHLY CPRR COST-PER-REPORTABLE-RESULT PROGRAM. 600 TESTS PER MONTH ON URINE CHEMISTRY ANALYZER AND 600 TESTS PER MONTH ON THE MICROSCOPY ANALYZER ITEM NO. 4001AB QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE FOR URINE CHEMISTRY RR OVERAGE FOR URINE CHEMISTRY ANALYZER ABOVE 970 TESTS ITEM NO. 4001AC QTY: 750 UNIT: EACH UNIT PRICE: _______ TOTAL: __________ RR OVERAGE URINE MICROSCOPY RR OVERAGE FOR URINE MICROSCOPY ANALYZER ABOVE 1110 TESTS OPTION YEAR 4 TOTAL: $_________________ BASE YEAR + OPTIONS TOTAL: $_____________ Delivery Address Lyster Army Health Clinic 301-2100 5th Avenue Fort Rucker, AL 36362-5000 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Provision) 52.203-2 -- CERTIFICATE OF INDEPENDENT PRICE DETERMINATION (APR 1985) 52.203-11 - CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.204-5 -- WOMEN-OWNED BUSINESS OTHER THAN SMALL BUSINESS (OCT 2014) 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 252.222-7007 -- REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.215-20 -- REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010)ALTERNATE IV (OCT 2010) (b) Submission of other than certified cost or pricing data may be requested by the Contracting Officer. 52.216-1 -- TYPE OF CONTRACT (APR 1984) Firm Fixed Price 52.233-2 -- SERVICE OF PROTEST (SEP 2006)Southern Reg Contr Office, 3551 Roger Brook Dr, Bldg 3600, Ft Sam Houston, TX 73234-6200. 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 252.204-7011 -- ALTERNATIVE LINE-ITEM STRUCTURE (SEP 2011) (See Clins) 252.213-7000 -- NOTICE TO PROSPECTIVE SUPPLIERS ON USE OF PAST PEFORMANCE INFORMATION RETRIEVAL SYSTEM - STATISTICAL REPORTING IN PAST PERFORMANCE EVALUATIONS (JUN 2015) 252.215-7007 -- NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008 -- ONLY ONE OFFER (OCT 2013) 252.222-7007 - REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 252.225-7050 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2014) 252.247-7022 -- REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) (End of Addendum to 52.212-1) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a) The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. (i) Price: Prices will be reviewed to determine reasonableness based on market research. (ii) Provide all requested information in Addendum 52.212-1 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.203-3 -- GRATUITIES (APR 1984) 52.203-6 -- RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) 52.203-12 -- LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (OCT 2010) 52.203-17 -- CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (APR 2014) 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER (MAY 2011) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2015) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.209-9 - UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JUL 2013) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-8 -- UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2014) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) 52.242-13 -- BANKRUPTCY (JUL 1995) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2015) 252.225-7012 -- PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (FEB 2013) 252.225-7021 -- TRADE AGREEMENTS (OCT 2015) 252.225-7036 - BUY AMERICAN-FREE TRADE AGREEMENTS-BALANCE OF PAYMENTS PROGRAM (NOV 2014) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7999 -- PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMEMNTS (DEVIATION 2015-O0010) (FEB 2015) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) iRAPT (LC 5002) (Formaly known as WAWF) HIPPA (LC 5001) 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2014) (DEVIATION 2013-O0019)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-T-0253/listing.html)
 
Place of Performance
Address: Lyster Army Health Clinic, 301-2100 5th Avenue, Fort Rucker, Alabama, 36362, United States
Zip Code: 36362
 
Record
SN04496339-W 20170506/170504235451-a35cbc72ac46067622b92d22c726a7b3 (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.