Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2017 FBO #5727
DOCUMENT

78 -- Design, procure and install gym equipment for building 38 - activation for the VA Grand Junction Health Care System - Attachment

Notice Date
7/27/2017
 
Notice Type
Attachment
 
NAICS
423910 — Sporting and Recreational Goods and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 19 (NCO 19);Rocky Mountain Acquisition Center;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
VA25917R0892
 
Response Due
8/11/2017
 
Archive Date
11/18/2017
 
Point of Contact
Pamela Barnes
 
E-Mail Address
es
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 5 of 9 This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. This solicitation VA259-17-R-0892 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94 and 2005-95 effective January 20, 2017, revision 2 effective May 08, 2017. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 423910, with a small business size standard of 100 EMPLOYEES. This solicitation is set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES. The following is a list of the contract line item numbers, quantities and units of measure including options. This contract will be effective from the date of award until September 30, 2017, with the option to extend the contract for up to six months. ALL OFFERORS ARE ENCOURAGED TO ATTEND THE SITE VISIT SCHEDULED AT 2:00 PM MT ON JULY 31, 2017. THE POINT OF CONTACT IS MAGGIE KELLY. SHE CAN BE REACHED AT 970-242-0731, EXT. 2005 OR VIA EMAIL AT MARGARET.KELLY3@VA.GOV DESIGN / PROCUREMENT AND INSTALLATION OF GYM EQUIPMENT DATE OF AWARD THROUGH SEPTEMBER 30, 2017 CLIN DESCRIPTION QTY UNIT UNIT COST TOTAL COST 0001 Design, procure and install gym equipment in accordance with the statement of work 1 JOB $_________ $_________ 0002 Multiple therapeutic modality units, similar to Chattanooga Vetra Neo-Four Channel Combo Plus EMG: Vectra Neo Head/Table Top Vectra Neo Cart Vectra Neo Ultrasound Module Vectra Neo Stim Channel 1& 2 + EMG M Vectra Neo Stim Channel 3&4 Module Genisys 5 CM2 Applicator 3 EACH $_________ $_________ 0003 Treatment table single powered,similar to Tri W-G TG8300 27 x 76 Three Section (these tables will be in treatment rooms 105 & 106 but have to be accessed by the overhead lift system). 2 EACH $_________ $_________ 0004 Rehabilitation treadmill, similar to Precor TRM 835 3 EACH $_________ $_________ 0005 15 powered parallel bars: Similar to Hausmann 1364 1 EACH $_________ $_________ 0006 Balance trainer: similar to Biodex Balance System SD 950-440 1 EACH $_________ $_________ 0007 Gate training treadmill with overhead lift: similar to Biodex GTIII 950-406 1 EACH $_________ $_________ 0008 Recumbent cross trainer, Similar to Nustep, Inc. T5XR 05003-HB 2 EACH $_________ $_________ 0009 Repex table: same as McKenzie REPEX Table by Hill Labs 1 EACH $_________ $_________ 0010 Adaptive motion trainer, similar to PRECOR AMT 813 2 EACH $_________ $_________ 0011 Large mat table: similar to Clinton Industries CH-242-68 1 EACH $_________ $_________ 0012 Compression Cryo-Therapy system: similar to Game Ready with all extremity wraps 1 EACH $_________ $_________ 0013 Bariatric treatment table, similar to Armedica- AM-240 Bobath Treatment 40 x 76 2 EACH $_________ $_________ 0014 Recumbent bikes, similar to PRECOR RBK 835 2 EACH $_________ $_________ 0015 Tilt table: similar to Hausmann Industries 6045-709 1 EACH $_________ $_________ 0016 Bike, upright, similar to Precor UBK 835 2 EACH $_________ $_________ 0017 Suspension training rig with accessories: similar to Power Systems Space Station Summit 1500 + appropriate add on accessories. 1 EACH $_________ $_________ 0018 Training stairs: similar to Hausmann Industries 1570 1 0019 Exercise rack with mirror, similar to Clinton Industries 7121 3 EACH $_________ $_________ 0020 Upper arm ergometer: similar to Sci-fit Pro1 1 EACH $_________ $_________ 0021 Cuff weights/dumbbells: similar to 3 x Clinton 4706Y, 6 x Clinton 4715X, 1 x Hampton Fitness HKB-U-5-25 1 EACH $_________ $_________ 0022 Hemi bars: similar to Clinton 1136696 1 EACH $_________ $_________ 0023 Locking mobility carts, similar to Husky HOLC5210B10D 2 EACH $_________ $_________ 0024 Therapy balls and rack: similar to Clinton 8099 1 EACH $_________ $_________ 0025 Kettlebell set: Similar to 1 x Hampton Fitness HKB-U-5-25 1 EACH $_________ $_________ TOTAL COST, ALL CLINS: $______________________________ STATEMENT OF WORK - DESIGN / PROCUREMENT AND INSTALLATION OF GYM EQUIPMENT PURPOSE: Grand Junction Veterans Health Care System (GJVHCS) requires contracted design, procurement and installation of equipment for the Rehab Gym for new PM&RS building 38. Estimated date of completion is mid-September 2017. Floor plans are included and AutoCAD drawings are available. Services are to ensure cost effectiveness and service efficiency and in support of the VA Mission. All contract services are to be performed at the following location and during the hours of 8:00 A.M to 4:30 P.M. MST. A cut sheet showing the basis of design for all equipment that will be procured shall be submitted to this station. LOCATION: 2121 North Ave, Grand Junction, Colorado 81501. The contractor shall provide all personnel needed to develop a gym design for this station showing where all equipment will be placed and what type of equipment the contractor is suggesting. All equipment shall be 110VAC and connect to the existing power and locations currently installed, no reworking will be accepted. The drawing with the electrical outlets for the gym is attached to this document. The red markings show where some of the floor outlets have been repositioned. There are 22 dedicated circuits for the gym. Flow for the gym is the sub waiting room to the south of the entrance, cardio vascular equipment on the SE wall, Gate & Resistance & Mat bariatric treatment tables in the central area surrounded by a track built into the floor, Specialty & Modality treatment tables in the SW corner of the gym. Proper flooring is in place for the gym. The contractor shall be responsible for ordering, storing and installing all equipment for the gym. The contractor shall ensure that all time lines are discussed and approved for staging and installation of gym equipment with this station. Any questions are to be addressed to the Contracting Officer to be presented to the partners on station for resolution. The contractor shall be required to design, purchase and install 6 monitors / T.V. s for veteran centered care. The space set aside for the monitors / T.V. s will support up to 45 monitor / T.V s. The contractor shall decide on the optimum size for the gym requirement. The drops for the monitors / T.V. s are already installed in the gym. Cable TV will not be provided in the gym. The contractor shall be required to suggest several areas for free weights to include cuff weights, kettle bells and dumbbells as needed. Mobile or stationary requirements will be entertained. The gym shall be designed to accommodate a maximum of 125 veterans using this gym throughout the day efficiently, with no crowding, or disruption of duties. Up to 20 patients and staff at any one time will be in the gym area. A suggested list of equipment is provided, but by no means required. All equipment designs shall be reviewed by engineering to ensure that they will fit into the actual gym area. Multiple therapeutic modality units, 3 each: similar to Chattanooga Vetra Neo-Four Channel Combo Plus EMG: Vectra Neo Head/Table Top Vectra Neo Cart Vectra Neo Ultrasound Module Vectra Neo Stim Channel 1& 2 + EMG M Vectra Neo Stim Channel 3&4 Module Genisys 5 CM2 Applicator Treatment table single powered, 2 each: similar to Tri W-G TG8300 27 x 76 Three Section (these tables will be in treatment rooms 105 & 106 but have to be accessed by the overhead lift system). Rehabilitation treadmill, 3 each: similar to Precor TRM 835 15 powered parallel bars: Similar to Hausmann 1364 Balance trainer: similar to Biodex Balance System SD 950-440 Gate training treadmill with overhead lift: similar to Biodex GTIII 950-406 Recumbent cross trainer, 2 each: Similar to Nustep, Inc. T5XR 05003-HB Repex table: same as McKenzie REPEX Table by Hill Labs Adaptive motion trainer, 2 each: similar to PRECOR AMT 813 Large mat table: similar to Clinton Industries CH-242-68 Compression Cryo-Therapy system: similar to Game Ready with all extremity wraps Bariatric treatment table, 2 each: similar to Armedica- AM-240 Bobath Treatment 40 x 76 Recumbent bikes, 2 each: similar to PRECOR RBK 835 Tilt table: similar to Hausmann Industries 6045-709 Bike, upright, 2 each: similar to Precor UBK 835 Suspension training rig with accessories: similar to Power Systems Space Station Summit 1500 + appropriate add on accessories. Training stairs: similar to Hausmann Industries 1570 Exercise rack with mirror, 3 each: similar to Clinton Industries 7121 Upper arm ergometer: similar to Sci-fit Pro1 Cuff weights/dumbbells: similar to 3 x Clinton 4706Y, 6 x Clinton 4715X, 1 x Hampton Fitness HKB-U-5-25 Hemi bars: similar to Clinton 1136696 Locking mobility carts, 2 each: similar to Husky HOLC5210B10D Therapy balls and rack: similar to Clinton 8099 Kettlebell set: Similar to 1 x Hampton Fitness HKB-U-5-25 All pricing shall include installation-testing-training and warranty on all equipment. All equipment is to be freestanding. There shall be no blocking to support equipment being mounted to the wall. This requirement is only for the design, procurement and installation of the equipment and monitor/T.V. s in the gym. No furniture, computers or artwork is to be included in this requirement. GFI s in upper right hand corner with red markings were moved and are not in the floor. The oval track that surrounds the Gate & Resistance & Mat bariatric treatment tables in the central area is marked out on the drawing. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (JAN 2017), applies to this acquisition with the following addenda: FAR 52.204-17 Ownership of Control of Offerer (JUL 2016); FAR 52.204-22 Alternative Line Item Proposal (JAN 2017); FAR 52.211-6 Brand Name or Equal (AUG 1999); FAR 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a FIRM-FIXED PRICE contract resulting from this solicitation. FAR 52.237-1 -- Site Visit (1984); VAAR 852.232-38 Submission of Electronic Funds Transfer Information with Offer (JUL 2013); and VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). 52.233-2 Service of Protest (SEPT 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Pamela Barnes, SAO West, Network Contracting Office 19 (NCO 19), Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, Colorado 80111 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71 Alternate Protest Procedure (JAN 1998) The provision at 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 factors considered. The following factors shall be used to evaluate offers: Technical: Contractor s proposal demonstrates an understanding and ability to provide the services as described in the statement of work. Past Performance: Contractor has experience providing the services as described in the statement of work. (See attached Past Performance Questionnaire) Service-Disabled Veteran-Owned Small Business (SDVOSB): Contractor is a Service-Disabled Veteran-Owned Small Business (SDVOSB) certified, verified and registered in the Vendor Information Pages. (https://www.vip.vetbiz.gov) Price: Price is determined to be fair and reasonable. Technical and past performance, when combined, are more significant than price. (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. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JAN 2017) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JAN 2017), applies to this acquisition, with the following addenda: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); FAR 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6  months. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of the expiration date of the current contract period. (End of clause) FAR 52.228-5 Insurance Work On A Government Installation (Jan 1997); CL 120 - Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) 52.232-19   Availability Of Funds For The Next Fiscal Year   (Apr 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government s obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); FAR 52.237-2   Protection Of Government Buildings, Equipment, And Vegetation   (APR 1984); FAR 52.237-3 Continuity of Services (JAN 1991); VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION); VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012); LIMITATIONS ON SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION). The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of COLORADO. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) VAAR 852.246-70 Guarantee (JAN 2008); and VAAR 852.246-71 Inspection (JAN 2008) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2017) applies to this acquisition including the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006 FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2016); FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); 52.219-8, FAR Utilization of Small Business Concerns (NOV 2016) FAR 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013);   FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26 Equal Opportunity (SEPT 2016); FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015); FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014); FAR 52.222-37 Employment Reports on Veterans (FEB 2016); FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); FAR 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (JUL 2013); FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)                     Employee Class                                                                                       Monetary Wage-Fringe Benefits SEE ATTACHED DEPARTMENT OF LABOR WAGE DETERMINATION                                                                                                 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) (MAY 2014); FAR 52.222-55 Minimum Wages Under Executive Order (DEC 2015); FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2015-5433, Revision Number 3, dated December 30, 2016 applies to this acquisition. Quotes shall include the solicitation number (VA259-17-R-0892), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:                    http://www.acquisition.gov/far/index.html                     http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm LIST OF ATTACHMENTS: Department of Labor Wage Determination Past Performance Questionnaire. All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, Network Contracting Office 19 (NCO 19) Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 Attn: Pamela Barnes, Contracting Officer no later than 9:00 A.M. Mountain Time on August 11, 2017. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 9:00 a.m. MT, August 02, 2017. This is a new requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917R0892/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-R-0892 VA259-17-R-0892.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3693215&FileName=VA259-17-R-0892-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3693215&FileName=VA259-17-R-0892-000.docx

 
File Name: VA259-17-R-0892 2015-5423 Revision 3 dated 12-30-2016 - GRAND JUNCTION - MESA COUNTY.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3693216&FileName=VA259-17-R-0892-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3693216&FileName=VA259-17-R-0892-001.docx

 
File Name: VA259-17-R-0892 PERFORMANCE QUESTIONNAIRE - VA259-17-R-0892.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3693217&FileName=VA259-17-R-0892-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3693217&FileName=VA259-17-R-0892-002.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;Grand Junction Veterans Health Care System;2121 North Avenue;Grand Junction, Colorado
Zip Code: 81501
 
Record
SN04600225-W 20170729/170727231744-a7e46290904f181ab51d93b9816e95ac (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.