Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2017 FBO #5732
DOCUMENT

S -- Pest Control services for the VA Southern Nevada Health Care System (VASNHS) - Attachment

Notice Date
8/1/2017
 
Notice Type
Attachment
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26117N0887
 
Response Due
8/7/2017
 
Archive Date
9/6/2017
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
1-9000
 
Small Business Set-Aside
N/A
 
Description
Please return this sources sought information if you are interested and capable of performing the requirement to trong.nguyen@va.gov by 12 pm PST, August 7, 2017. SOURCES SOUGHT SYNOPSIS ONLY Pest Control Services for VA Southern Nevada Healthcare System This is a sources sought announcement ONLY and is NOT a request for proposals or quotes. This notice is neither a request for competitive proposal or solicitation of offerors. This notice is to assist the VA in determining sources, reviewing commercial terms and conditions and ensuring a best value to the Government. The attached Statement of Work is draft format and utilized for market research purposes only and seeking possible contractors that can perform the requirement. The purpose of this request is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, or large business) relative to NACIS 561710. Size standard is currently $11 Million. The Department of Veterans Affair, Network Contracting Office 21, is seeking sources for Pest Control Services for the VA Southern Nevada Healthcare System (VASNHS). Southern Nevada Healthcare System 6900 N. Pecos Rd. North Las Vegas, NV 89086 In response to this announcement, please provide the information below: Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No The results of this market research will assist in the determination if a set-aside is in the best interest. Please complete this information for EACH sub-contractor. What duties will they perform under this requirement? What percentage of the contract requirement will they perform? Company Name: DUNS Number: Address: Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from this response. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for costs incurred in the preparation and submission of information or any other costs incurred as a response to this announcement. Please return this sources sought information if you are interested and capable of performing the requirement to trong.nguyen@va.gov by 12 pm PST, August 7, 2017. DRAFT SOW PERFORMANCE WORK STATEMENT PEST CONTROL SERVICES DESCRIPTION: 1.1 The contractor shall provide all management, laboratory testing, tools, supplies, equipment, transportation, and labor to develop and implement an Integrated Pest Management (IPM) plan and program for the VA Southern Nevada Health Care System (VASNHS) in a manner that ensures the health and general well-being of patients, staff, and visitors. All infestations will be addressed until complete elimination of pests. 1.2 The VASNHS is located at 6900 N. Pecos Rd. North Las Vegas, NV 89086. Buildings to be serviced in addition to the grounds (including parking lot, fence lines, etc.) are: Building No. 1 - Main Medical Center; Building No. 2 Energy Plant; Building No. 3 Emergency Generators; Building No. 4 Pump House; Building No. 5 Community Living Center; Building No. 6 & 7 Administration/ Education Building; Building No. 8 Fisher House; Resident Engineering Trailer. 1.3 SPECIFICATIONS: 1.3.1 The contractor shall conform to all federal, state, and local regulations governing examining and licensing of pest control operators (PCO) for the performance of pest control operations, use of approved pest control chemicals and equipment, and proper disposal methods for all products/containers, which may be in effect for the area where the work under the contract will be performed. 1.3.1.1 Contractor shall be licensed in the state of Nevada to provide pest control services utilizing chemicals. 1.3.2 Contractor will provide services to a variety of areas which includes mechanical, clinical and administrative areas of the healthcare system. Specific area requirements for pest management operations may be covered by a local policy. Services are to include spraying the exterior and interior areas of the VASNHS as follows: EXTERIOR: Areas shall be sprayed three (3) feet from the building walls, including all main entry ways, patios, under/around the loading dock and flagpole area. INTERIOR: Areas shall include all areas of the buildings including but not limited to kitchens and food preparation areas; food serving and dining areas; operating, exam and procedure rooms; inpatient wards; common area lobbies, breakrooms, corridors and restrooms; mechanical rooms, storage rooms, soiled utility rooms and housekeeping closets; administrative offices. ALL SPRAYING SHALL BE AROUND THE PERIMETER OF EACH ROOM. Access to all locked offices shall be secured by the COR or designee so as to ensure a complete spraying of the entire facility. 1.3.3 All rodenticides or traps shall be placed only at times and in the areas approved by the COR or his/her designee. 1.3.3.1 Rodenticides, and/or traps shall be replaced as necessary and per manufacturer recommendations. 1.3.3.2 No pest control material or trap shall be placed where it may be recovered by patients, nor shall such material be allowed to contact food or cooking utensils. 1.3.4 BIRD CONTROL: Contractor will employee methods to control bird pest populations at the VASNHS. This includes the use of Bird Spikes systems and the removal of active and inactive nests. Frequency is at least monthly to include disposal of dead bird carcasses. 1.3.5 Storage of pest control materials or equipment are prohibited without the written approval of the COR. 1.4 INTEGRATED PEST MANAGEMENT (IPM) PLAN SERVICES: 1.4.1 IPM plan services requires approval by the COR prior to implementation. This will include schedules and dates of routine services. 1.4.2 Contractor s IPM plan actions require but are not limited to the following tasks: Inspect to determine pest management measures are appropriate and required. 1.4.2.2 Recommend and communicate to the COR environmental sanitation practices that restrict or eliminate food, water or harborage for pests and recommend engineering practices that limit entry of pests. Selection and utilization of non-chemical control methods, which eliminate, exclude or repel pests, i.e. insect electrocution devices, traps, caulking, air screens, etc. Collection and disposal of all pests. 1.4.2.5 Selection and use of the most environmentally sound pesticide(s) to affect control when chemical control methods are necessary. 1.4.2.6 Control general structural arthropod pests (i.e., cockroaches, ants, carpet beetles, spiders, carpenter ants, carpenter bees, etc.). 1.4.2.7 Control insect pests (i.e., crickets, housefly, stable fly, blow flies, etc.). 1.4.2.8 Control predatory pests (i.e., lice, bedbugs, fleas, mites, ticks, bees, wasps, mosquitoes, scorpions, etc.) 1.4.2.9 Control stored product pests (i.e., saw tooth grain beetle, red confused flour beetle, trogderma beetles, grain moths etc.) Control mice and rats (i.e., house mouse, field mouse, roof rat, Norway rats, etc.) Control pest birds (i.e., pigeons, sparrows, blackbirds, etc.) 1.4.2.12 Control other vertebrate pests (i.e., dogs, cats, bats, squirrels, gophers, moles, skunks, snakes, rabbits, raccoons, etc.). Control wood destroying organisms (i.e., subterranean termites, dry wood termites, fungi, wood boring beetles, etc.). CALL BACKS: 1.5.1 Emergency - The Contractor shall within 2 hours after receipt of notification by the Contractor Officer s Representative (COR) or his/her designee, perform Integrated Pest Management (IPM) Services to correct the emergent condition. This call back service shall be accomplished at no additional charge to the Government. 1.5.2 Non-Emergent: Contractor shall report within mutually agreed upon time with COR for non-scheduled services without additional charge to the Government. 1.5.3 Failure to meet prescribed timeframes shall not exceed 2 per month or contractor may incur reduced service fees. 1.6 REQUIRED CONTRACTOR REPORTING: 1.6.1 The contractor is responsible for supplying, completing and submitting all reports required or requested by Federal, State or local ordinances, which pertain to any duties contained in the contract. 1.6.2 After each service (scheduled or non-scheduled) contractor personnel will submit documentation including but not limited to: 1.6.2.1 The name and address of the individual who applied the pesticide. 1.6.2.2 The location, by building and room number where each pesticide was applied. 1.6.2.3 The pest or pests against which the pesticide was applied. 1.6.2.4 The date and time of application. 1.6.2.5 The brand name of the pesticide applied. 1.6.2.6 The name of the pesticide manufacturer, or the federal environmental protection agency registration number of the pesticide. 1.6.2.7 The rate of application or amount of the pesticide applied, and the total area treated. 1.7 HAZMAT.   1.7.1 VASNHS (HAZMAT personnel) may inventory all chemicals that the Contractor brings on to, or any, property under the control of VASNHS.   Any products that meet the criteria of Hazardous Waste must be tracked until permanently removed from government property.   The inventory will be performed prior to commencement of work.   Criteria for identifying hazardous waste, is contained in Subpart C of 40 CFR, Part 261. 1.7.2 Spill Response: The Contractor will be briefed on VASNHS spill response procedures at the pre-performance conference.   The Contractor is responsible to report and promptly cleanup all spills in a manner consistent with current environmental regulations, in the event that it is necessary to utilize government material, equipment or personnel to clean up a Contractor caused spill, the Contractor shall be required to reimburse the government for all associated costs. 1.7.3 Hazardous Material Handling.   The Contractor shall have approval from the Green Environmental Management System (GEMS) and Industrial Hygiene (IH) sections prior to purchasing, handling, using, and storing any chemicals, solvents, lubricants, and other products that require Safety Data Sheets (SDS).   The Contractor shall provide one copy of the SDS for each item to HAZMAT section for review prior to any chemicals being brought onto VASNHS.   The Contractor shall maintain one copy of the MSDSs for each hazardous material line item used within the work center. 1.7.3.1 The Contractor shall not use products that are or contain Toxic 17 chemicals, Extremely Hazardous Substances (EHS), Ozone Depleting Substances (ODS), and/or Persistent Bio-accumulative and Toxic (PBT) chemicals.   Any HM containing one of these banned substances will not be allowed. The VASNHS no longer authorizes the use of registered herbicide 2,4-D (2,4-dichlorophenoxyactetic acid, CAS No. 94-75-7). Contractor shall be responsible for proper disposal of hazardous waste or materials. Contractor shall provide the COR with Quarterly Chemical Usage Reports which provide the type, percentage, and amount of chemicals used for the facility GEMS Annual Waste Minimization Report 2.0 WORK HOURS: 2.1 Normal Work Hours: VASNHS business hours of operation are 0730-1600 hrs. The Contractor may find it necessary to deviate from the normal base hours of operation, to ensure timely completion of work under this PWS at no additional cost to the government. The service schedule will be developed between the contractor and Contractor Officer s Representative (COR) prior to any service being performed. 2.2 Holidays: If these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor will be responsible for rescheduling services for the first day post the holiday observance. New Year s Day - 1 January Martin Luther King Day - 3rd Monday in January Washington s Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran s Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December 2.3 VASNHS Closures. Work scheduled but not accomplished because of closure due to weather or unforeseen emergencies, shall be accomplished as soon as possible after reopening the facility. 2.4 Contractor shall report to Environmental Management Service (EMS) Building 1 basement BD330, on scheduled days for any instructions for location of infestation, as called in by wards, clinics, etc. They will submit a written report of all activities following each visit, with the signature of the COR or designee responsible. 3.0 INTERFERENCE TO NORMAL FUNCTION: 3.1 Contractor may be required to interrupt their work at anytime 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. 3.2 In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. 3.3 Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. In addition, certain areas will have to be completed during non-business hours such as Canteen, Nutrition and Food Service, and Operating Rooms, etc. 3.4 Fumigation treatments may require separate scheduling as approved by COR for the convenience of the facility. 4.0 PERIODIC PROGRESS MEETINGS: 4.1 The Contracting Officer, COR, other Government personnel as appropriate, and the Contractor shall periodically meet to discuss the Contractor s performance. The following issues shall be discussed, opportunities to improve the contract, any modifications required of the contract, unsatisfactory inspections and trends against each performance objective observed, positive performance and steps taken by the Contractor to prevent unsatisfactory occurrences in the future. The Contractor shall provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. 4.2 The minutes of these meetings will be reduced to writing, signed by the Contracting Officer and any other signatures as deemed appropriate, distributed to the COR and the contractor. Should the contractor not concur with the minutes, the contractor will provide a written notification to the Contracting Office identifying areas of non-concurrence for resolution. 4.3 These meetings will be scheduled on the basis of need as determined by the Government. 5.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES 5.1 Government Furnished Utilities. The Government will furnish electricity, water and sewage service as necessary for accomplishment of work in accordance with this contract. 5.2 Utility Conservation. The Contractor shall adhere to all base level utility conservation practices or requirements. The Contractor shall be responsible for operating under conditions that prevent waste of utilities. 5.3 Security, Fire and Medical Services. The Government will provide police and fire protection. In the event of a medical emergency local 911 service should be contacted. 5.4 Refuse Collection and Disposal. The Contractor shall provide his/her own refuse containers to dispose of trash or refuse generated from accomplishment of services detailed in this PWS. All trash and refuse generated will be removed at the end of each business day. The contractor shall adhere to all VASNHS recycling programs and dispose of recyclable materials in VASNHS designated bins. 6.0 GENERAL INFORMATION: 6.1 Traffic Laws. The Contractor and its employees shall comply with federal, local and VASNHS traffic regulations. 6.2 Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their Contractor-owned or privately owned vehicle while on VASNHS. 6.3 Physical Security. The Contractor shall be responsible for safeguarding all government property and controlled forms provided for Contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. 6.4 Parking Policy. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA will not validate or make reimbursement for parking violations of the Contractor s personnel under any circumstances. 6.5 Smoking Policy. Smoking is permitted only in designated areas on VA grounds and is strictly prohibited within VA buildings. 6.6 Cellular Phones. Cellular phones shall be turned off prior to entering the VA facility and are prohibited for use inside the building. A hands-free device shall be utilized while driving and texting while driving is strictly prohibited. 7.0 PERSONNEL: 7.1 The Contractor shall be responsible for the administration and management of all aspects of this contract. This includes responsibility for all Contractor employees, subcontracts, agents, and anyone acting for or on behalf of the Contractor. 7.2 The government is authorized to restrict the employment under the contract of any Contractor employee or prospective Contractor employee, who is identified as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population. 7.3 Contractor personnel shall present a neat appearance. Contractor personnel shall be easily recognizable while on the installation in conjunction with this contract. This shall be accomplished through the wear of distinctive clothing, overcoats, rain gear, or hats, bearing the company name or logo. The coloring or design of the items selected should be such that identifies personnel easily and quickly for reasons of safety and personal protection. 7.4 Contractor s personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. 7.5 All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA grounds. I.D. badges shall have an identification picture, and shall state the name of the individual and the company they represent. The VA will issue an ID badge upon the completed fingerprinting process. 7.6 The parties agree that the Contractor s personnel working as a result of this contract shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. The Contractor shall be responsible for providing: a. Workers Compensation. b. Professional liability insurance. c. Health examinations. d. Income tax withholding, and, e. Social Security payments. 7.7 Contractor Point of Contact. The Contractor shall designate one (1) employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the Contractor shall notify the Contracting Officer and COR in writing those times when the alternate shall act as the POC. 7.8 The Contractor shall provide the name and telephone number of the person designated as Point of Contact and Alternate on the space below: Point of Contact, Name: Telephone Number: Alternate Point of Contact, Name: Telephone Number: 7.9 The POC shall be available by telephone Monday through Friday, between 7:30 a.m. and 4:00 p.m. excluding national holidays. 7.8 Contract Manager. The Contractor shall establish and maintain an office through which the Government technical representative or alternate(s) can be contacted during work hours. The contract manager or alternate shall be available during normal duty hours to meet on site within 2 hours with the government personnel designated by the Contracting Officer to discuss problem areas. The Contractor shall provide the Government technical representative telephone number(s) where surveillance results and complaints can be reported. The Contractor shall also provide to the Government technical representative the names and phone/pager numbers of Contractor POCs for after business hours including nights, weekends, and holidays. This information will be kept updated by the Contractor whenever personnel changes occur. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract. 7.8.1 The contract manager may be a lead, supervisor or project manager and must possess at least three (3) years of experience overseeing a project of the same magnitude and scope as this requirement. A resume must be submitted for any person holding this position. 8.0 CONTRACTOR PERSONNEL BADGES AND PARKING: 8.1 The contractor shall provide the Government technical representative with a list of contractor employees expected to enter the buildings. 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. 8.2 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 Government technical representative. 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 service. 8.3 The contractor shall be required to comply with all security policies/requirements of VASNHS. 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. 9.0 CERTIFICATION REQUIREMENTS: 9.1 Contractor s personnel performing services shall be fully qualified. Fully qualified is defined as trained and experienced to perform the services assigned. The Contractor shall provide licenses of their personnel and a list of credentials of approved personnel for placement at the Department of Veteran Affairs medical facility. This information shall be required when quotes are submitted and may be used during evaluations in determining award. 9.2 The Contractor shall also be required to update this information as changes to staff are made, throughout the life of the contract. The Government Contracting Officer reserves the right to reject any of the Contractor s personnel and refuse them permission to work with VA employees if they are determined not fully qualified or documentation has not been submitted, and approval given, for the Contractor s personnel to provide needed services. A copy of the required license shall be required for the Government to verify competency prior to work on the Government installation. 10.0 KEY CONTROL: 10.1 If keys are issued to the contractor, the contractor shall establish and implement methods of making sure all keys/combinations are not lost or misplaced and are not used by unauthorized persons. The Contractor shall not duplicate any keys issued by the government. The Contractor shall immediately report to the COR or Contracting Officer any occurrences of lost or duplicated keys. 10.2 In the event keys, other than master keys, are lost or duplicated, the Contractor may be required, upon written direction of the Contracting Officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the Contractor. 10.3 In the event a master key is lost or duplicated, the government shall replace all locks and keys for that system, and the total cost will be deducted from the monthly payment due the Contractor. 11.0 SAFETY AND FIRE PREVENTION: 11.1 In the performance of this contact, the Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the building. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order stopping all, or any part, of the work. 11.2 The Contractor shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which are in effect during the performance period of the contract. 11.3 The Contractor personnel shall follow applicable facility policies concerning fire/disaster programs. A copy of this may be obtained from the COR. 12.0 LIABILITY: 12.1 (a) Workers Compensation and Employer s Liability: The Contractor is required to comply with applicable Federal and State worker's 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 $1,000,000 shall be required. 12.2 (b) General Liability: (1) The Contractor is required to maintain bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor shall be responsible for all damage to property, which may be caused by him, or any employee engaged in the performance of this contract. 12.3 (c) Automobile Liability: The Contractor is required to maintain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the U.S. shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. 12.4 (d) Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his insurance company indicating that the coverage outlined in paragraphs (a) and (b) and (c) has been obtained and that it may not be changed or canceled without a guaranteed thirty (30) days notice to the Contracting Officer. 13.0 INVOICE AND PAYMENT: 13.1 Payment to be made in arrears. Contractor shall submit invoice in the original, addressed to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714 Toll-free telephone number: (877) 353-9791 Fax number: (512) 460-5540 13.2 The invoice SHALL be itemized to include the following information. Any information listed below not provided on an invoice shall render that invoice incomplete and the invoice shall be returned for immediate correction. a. Time period being invoiced. d. Extended amount due. b. Description of services. e. Invoice number, date, and c. Unit Cost billed. f. Contract, Order, and Obligation number. 13.3 The period of performance for this contract begins on October 1, 2017 and expires on September 30, 2018 with 4 (four) option years. Option Year One performance period is October 1, 2018 through September 30, 2019, Option Year Two performance period is October 1, 2019 through September 30, 2020, Option Year Three performance period is October 1, 2020 through September 30, 2021 Option Year Two performance period is October 1, 2021 through September 30, 2022.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/289a389c835418bb2807b86b022359f3)
 
Document(s)
Attachment
 
File Name: VA261-17-N-0887 VA261-17-N-0887.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3701940&FileName=VA261-17-N-0887-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3701940&FileName=VA261-17-N-0887-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04607301-W 20170803/170801232520-289a389c835418bb2807b86b022359f3 (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.