Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

Q -- CHY Pathology Service BPA - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
 
ZIP Code
80111
 
Solicitation Number
VA25917Q0758
 
Response Due
9/7/2017
 
Archive Date
10/7/2017
 
Point of Contact
Sura-Quay Arbon, Sura-Quay.Arbon@va.gov
 
E-Mail Address
Sura-Quay.Arbon@va.gov
(Sura-Quay.Arbon@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
. COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Document Title: Cheyenne VA Medical Center Pathology Laboratory Service Solicitation Number: VA259-17-Q-0758 Posted Date: August 8, 2017 Original Response Date: September 7, 2017 Current Response Date: September 7, 2017 Classification Code: Q Set Aside: Small Business NAICS Code: 621511 Contracting Office Address Department of Veterans Affairs Network Contracting Office NCO 19 6162 S. Willow Dr., Ste 300 Greenwood Village, CO 80111 Place of Performance Cheyenne VA Medical Center 2360 E Pershing Blvd Cheyenne, WY 82001 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 01/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511, with a small business size standard of $32.5 Million. The Cheyenne VA Medical Center is seeking to purchase Pathology Laboratory Services utilizing a Blanket Purchase Agreement (BPA). The purpose of this acquisition is to provide Cheyenne VA Medical Center with the services listed in the Statement of Work and included price list. This will ensure that the VA Medical Center has an established resource readily available and to prevent future emergency requests, thus decreasing the possibility of delays in patient care. The BPA holder shall provide written notice to the VHA Contracting Officer, of any changes that impact the BPA and services provided, specifically to any items on this resultant BPA. Changes include, but are not limited to, price decreases, product or service deletions, CPT code changes, and/or exchange in vendor company information, including contract administrator, company name, address and phone number. 1. PERIOD OF AGREEMENT: This BPA will be established for a five year (60 month) ordering period. 2. EXTENT OF OBLIGATION: The Government is obligated only to the extent of authorized purchases made under the resultant Call Orders. This BPA does not obligate any funds, nor is the Government obligated to make any purchases under this BPA. The Government does not guarantee any volume of purchases through a BPA. The terms and conditions included in this BPA apply to all purchases made pursuant to it. In the event of an inconsistency between the provisions of this BPA and the BPA Holder s invoice, the provisions of this BPA will take precedence. 3. INDIVIDUALS AUTHORIZED TO PURCHASE UNDER THE BPA: Any individual who has contracting authority, on behalf of VHA, may place orders against this BPA. 4. ORDERING/INVOICING: Orders will be placed against this BPA via Electronic Data Interchange (EDI), via facsimile, in writing, or by phone. Each individual BPA Call Order will describe the tasks, services and deliverables required. Each new Call Order placed under this BPA will be the result of a streamlined ordering process which includes a request for quotation (RFQ). Unless otherwise agreed to, all deliveries under this BPA must be accompanied by delivery tickets or sales slips that must contain the following information at a minimum: a. Name of Contractor b. BPA Number c. Call Order Number d. Purchase Order Number e. CPT Number/Description etc. f. Date of Order g. Quantity, Unit Price, and extension of each item (unit prices and extensions need not be shown when incompatible with the use of automated system if the invoice is itemized to show the information); and h. Date of Shipment BPA ordering will be decentralized. Orders will be placed by field offices directly under the BPA. Invoicing, acceptance, and payment shall be in accordance with the instructions provided in each individual Call Order. All Orders shall be placed on a Firm Fixed Price basis. Ordering Procedures are in accordance with FAR 13.303. All requirements under the BPA will be issued on competitive basis. Any individual order not exceeding $2,500.00, any VHA VISN 19 Government Purchase Card holder may place the order and use their credit card as a form of payment. 5. DELIVERY: Authorized personnel from the Cheyenne VA Medical Center may request delivery on placed orders. Each BPA Call Order will list the station Point of Contact (POC) authorized to schedule deliveries. The POC will be responsible for technical monitoring of the contractor s cost per test reporting and will interpret specifications or technical portions of the work. The POC is not authorized to perform, formally or informally, any of the following actions: (1) Promise, award, agree to award, or execute any contract, contract modification, or notice of intent that changes or may change this contract; (2) Waive or agree to modification of the delivery schedule; (3) Make any final decision on any contract matter subject to the Disputes Clause; (4) Terminate, for any reason, the contractor's right to proceed; (5) Obligate in any way, the payment of money by the Government. Only a warranted Contracting Officer is authorized to obligate funds on this or any other contract action. The contractor shall immediately notify the Contracting Officer in writing if the POC has taken an action (or fails to take action) or issues directions (written or oral) that the contractor considers to exceed the above limitations. The contractor shall provide the Contracting Officer information copies of all correspondence to the POC. 6. REPORTS: Not Required 7. CANCELLATION: This BPA may be canceled if the BPA holder fails to perform in accordance with the terms and conditions of this BPA, any order established under this BPA, or if deemed as in the best interests of the Government. 8. ORDER OF PRECEDENCE: Where delivery terms, FOB terms, or ordering requirements have been modified by this BPA, those modified terms will apply to all purchases made pursuant to it and take precedence. 9. AUTHORIZED LIMITS: The Government estimates, but does not guarantee, that individual BPA Orders placed against this Agreement may reach $700,000.00/per Order. This Order Limit may be increased by mutual agreement of the parties as necessary, in whole or part. The authorized Ceiling Limit of the Agreement is set at $3,500,000.00 over the period covered by the Agreement; this ceiling is also not a guarantee. The Ceiling Limit may also be raised in association with Order Limit increases or other conditions which, by mutual agreement of the parties, maybe considered necessary. Authorization for individual orders above the stated order and/or Ceiling Limits must be coordinated through the Contracting Officer before larger valued orders can be issued and prior to commencement of work. All unauthorized work, regardless of amount, will be processed through the ratification process. 10. FEDERAL HOLIDAYS: Unless specifically authorized in writing by the Contracting Officer, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the Federal Holidays listed below outside of on-call availability detailed below. New Year s Day Labor Day Birthday of Martin Luther King, Jr. Columbus Day Washington s Birthday Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day Any other day specifically declared by the President of the United States to be a national holiday. When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by U.S. Government agencies. Requirement: 24 hour, 7 days/week, 52 weeks/year on call availability to the Medical and Laboratory staff of the VA Medical Center, primarily in the areas of blood bank and anatomic pathology. The contractor(s) shall be available, on an on-call basis to respond on site (if required) for emergency cases within one hour or less of notification. Most areas of the laboratory can be handled during normal duty hours: Monday through Friday 0800 to 1630. All interested offerors shall provide quotation(s) for the following: CLIN Line Item Description Quantity Unit Price Total Price 0001 Pathology Laboratory Services as Per BPA Price List Contract Period: Base POP Begin: 10-01-2017 POP End: 09-30-2022 1 LT N/A N/A STATEMENT OF WORK The contractor(s) shall provide all management, personnel, security clearance, space and equipment necessary to perform pathology services as stated herein. Primary location for performance of these services shall be at the contractor s place of business and, if required, the alternate location for performance of these services will be on the premises of the Cheyenne VA Medical Center in Cheyenne Wyoming. 1.0 ANATOMIC PATHOLOGY: 1.1 All routine anatomic pathology specimens from the VA shall be placed in a designated location at the VA Medical Center for pick up by Contractor personnel at regularly scheduled times. All specimens must be accompanied by an appropriately completed surgical pathology requisition. Routine surgical pathology and cytology reports shall be available within two days after pick up from the VA and final autopsy reports shall be available within thirty (30) days, except in cases requiring special procedures which are to be noted in the preliminary report. 2.0 FROZEN SECTION SPECIMENS: 2.1 Frozen sections performed on specimens obtained at the VA Medical Center shall be performed at the VA Medical Center facility. VA facility will make every effort to provide a 15 minute warning when specimen is on the way to the laboratory. 2.2 Whenever possible, all frozen sections performed at the VA Medical Center shall include a prior notification of the Histology Laboratory at the contractor s facility. All reports of frozen section examination will be relayed immediately upon completion, and before departing the frozen section area, of the frozen section to the appropriate surgeon or surgical suite or to a phone number designated by the requesting surgeon. 2.3 Other Contractor provided pathology services, which are at no additional cost to the Government. Include: 2.3.1 Consultation with medical technologists on various clinical questions which develop in the laboratory departments concerning hematology, coagulation, microbiology, urinalysis, chemistry, immunochemistry, and blood bank issues to include review of hematology slides for abnormal and difficult cellular determinations and recommended medical follow up by the practitioners. Contractor response will be determined by requirement; follow up may be required within one hour and not to exceed twenty-four hours. Contractor will be informed of response requirement at the time of contact. 2.3.2 Review, input, approval, and signature on written laboratory procedure manuals and policies. Contractor will respond to requirements once daily Monday through Friday excluding weekends and National Holidays. 2.3.3 As needed, provide clinical guidance and input on matters relating to various clinical issues so the laboratory can function effectively with accrediting and regulating agencies, administrative officials, the medical community, and the patient population. Contractor response will be determined by requirement; follow up may be required within one hour and not to exceed twenty-four hours. Contractor will be informed of response requirement at the time of contact. 2.3.4 24 hour, 7 days/week, 52 weeks/year on call availability to the Medical and Laboratory staff of the VA Medical Center, primarily in the areas of blood bank and anatomic pathology. The contractor(s) shall be available, on an on call basis to respond on site (if required) for emergency cases within one hour or less of notification. Most areas of the laboratory can be handled during normal duty hours. 2.3.5 Provide requested assistance to the Chief of Staff of the VA Medical Center in monitoring quality assurance, quality control, utilization review, and procedures relevant to pathology services by participation in a professional capacity in Medical Executive Committee, Surgical Case Review, Blood Utilization Review, and Laboratory Utilization Committee, as well as VA Laboratory Staff Meetings. 2.3.6 Provide quality assurance monitoring of overall laboratory performance by reviewing all proficiency testing results and actions in the laboratory. SPECIAL REQUIREMENTS 3.0 Under the authority of Public Law 104-262 and 38 USC 8153, the contractor agrees to provide Health Care Resources in accordance with the terms and conditions stated herein, to furnish to and at the Department of Veterans Affairs Medical Center, Cheyenne, Wyoming, the services and prices specified in the Section entitled Schedule of Supplies/Services of this contract. 4.0 RESOURCES: The resources specified in Services and Price may be changed by written modification to this BPA. The modification will be prepared by the VA contracting officer and, prior to becoming effective, shall be approved by the VA Chief of Staff or his/her designee. 5.0 QUALIFICATIONS: Personnel assigned by the Contractor to perform the services covered by this contract shall be licensed in a State, Territory, or Commonwealth of the United States or the District of Columbia. This license shall be provided upon request. The qualifications of such personnel shall also be subject to review by the VA Chief of Staff and approval by the VA Medical Center Director. The Contractor laboratory shall be accredited by one of the following agencies: Clinical Laboratory Improvement Amendments (CLIA), College of American Pathologists (CAP), Commission on Office Laboratory Accreditation (COLA), Centers for Medicare & Medicaid Services (CMS) or other industry standard accreditation agency. Accreditation certificate shall be provided upon request. 6.0 MEDICAL RECORDS: Clinical or other medical records of VA beneficiaries treated by the Contractor under this contract will be forwarded to VA. The contractor shall provide procedural, computer and physical security to safeguard patient privacy when accessing records outside of the VA facility. 7.0 PERSONNEL POLICY 7.1 The Contractor shall be responsible for protecting the personnel furnishing services under this contract. To carry out this responsibility, the Contractor shall provide the following, if applicable, for these personnel: 7.1.1 Salaries, fringe benefits, including sick leave, personal leave, vacation, continuing medical education, retirement benefits, social security benefits; professional dues; liability/malpractice insurances, and any other applicable overhead/administrative items. 7.1.2 The parties agree that neither the Contractor nor his/her employees shall be considered a VA employee for any purpose. 8.0 When the contractor determines that they do not have the capability or capacity to perform a necessary test or service, the Government reserves the sole discretion to either: 8.1 Seek an alternate source to fulfill the requirement. When the Government determines the need to utilize alternate sources to fulfill the contract requirements, the contractor shall be charged and shall reimburse the Government for any charges above the stated contract price. Or 8.2 Authorize the contractor to subcontract the service upon prior coordination with the Contracting Officer. 8.3 Continual failure to perform within the terms and conditions of this contract may be considered cause for termination of services under the Termination for Cause section of the contract (52.212-4(m)). 9.0 PRIVACY ACT/INFORMATION SECURITY 9.1 The contractor shall comply with all conditions prescribed under the Privacy Act of 1974. All materials are confidential. Any breach of confidentiality and/or unauthorized release of information are subject to penalty of $5,000 to $10,000 dollars for each offense. Any individual making unauthorized disclosure may be criminally liable for violations of the Act. 9.1.1 A full copy of the Privacy Act of 1974 is available upon request. 9.2 HIPPA COMPLIANCE: Contractor must adhere to the provision of Public Law 109-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). 10.0 This is a full service contract 24 hours per day, 365 days per year including National Holidays. The contractor(s) shall be available, on an on call basis to respond on site (if required) for emergency cases within one hour or less of notification. The following terms have the following meanings: 10.1. Hospital Administration Working Hours: Monday through Friday 0800 to 1600 10.2. National Holidays: New Year s Day Labor Day Birthday of Martin Luther King, Jr. Columbus Day Washington s Birthday Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day And any other day specifically declared a National Holiday by the President of the United States 10.3 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Sunday, the preceding Friday is observed as a holiday by US Government Agencies. 11 BACKGROUND INVESTIGATION 11.1 All Contractor and sub-Contractor employees who require access to the Department of Veterans Affairs computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to all subcontractor personnel requiring the same access. If the investigation is not completed prior to the start date of the contract, the Contractor shall be responsible for the actions of those individuals they provide to perform work for VA. This position sensitivity has been designated as low risk. The level of background investigation commensurate with required level of access is minimum background investigation or National Agency Check with written inquiries. The Contractor shall bear the expense of obtaining background investigations. If the Office of Personnel Management (OPM) conducts the investigation, the Contractor shall reimburse VA within 30 days. The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. The Contractor shall submit or have their employees submit the following required forms to the VA Office of Security and Law Enforcement within 30 days of receipt of notification of award: Standard Form 85P, Questionnaire for Public Trust Positions Standard Form 85P-S, Supplemental Questionnaire for Selected Positions FD 258, U.S. Department of Justice Fingerprint Applicant Chart VA Form 0710, Authority for Release of Information Form Optional Form 306, Declaration for Federal Employment Optional Form 612, Optional Application for Federal Employment 11.2 Unfavorable Determinations: The Contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with the Contractor personnel security requirements may result in termination of the contract for default or for cause. 11.3 Investigation Forms: The necessary forms will be provided to the Contractor after receiving a list of names and addresses. The Contracting Officer in conjunction with the on-site Information Security Office will ensure that the Contractor provides evidence that investigations have been completed or are in the process of being requested. 12.0 INFECTION CONTROL REQUIREMENTS 12.1 Health Tests: Suppliers of Patient Care Services for the Cheyenne Veterans Affairs Medical Center (VAMC) must be able to provide evidence of Infection Control orientation, appropriate health screening and follow-up procedures to appropriate VA personnel, Infection Control Coordinator or Point of Contact (POC)/Contracting Officer Representative (COR). Personnel providing care within the VA hospital, clinics, and/or nursing home care unit must comply with the Occupational Safety and Health Administration (OSHA) standards related to Blood borne pathogens and Tuberculosis (TB) as appropriately related to the duty position they will hold. 12.1.1 Hepatitis B vaccination: the contractor will maintain an employee s declination or completion form. 12.1.2 Exposure to Potentially Infectious Blood borne Pathogens (BBP): Employee s experiencing an exposure to potentially infectious BBP should immediately notify their supervisor or POC/COR. The contractor will provide appropriate post exposure follow-up, treatment and maintenance of required records. 12.1.3 Tuberculosis (TB) Screening: screening shall consist of a TB skin test within the previous 12 months for TB-skin-test-negative workers and a chest x-ray for those who are TB skin test positive. For employee s who cannot provide documentation of a TB skin test within the last 12 months and are identified as in a high-risk category, a two-step TB skin test will be obtained. A two-step test includes placement and reading of an initial TB skin test with an additional placement and reading of a second TB skin test one week after the reading of the initial test. Any workers identified as having been exposed to a potentially infectious active TB patient while providing services at the Cheyenne VAMC will be notified and the contractor will be responsible for any follow-up TB testing. 12.1.4 Employees should know their own Hep. B vaccination status and TB skin test-screening results. The contractor will keep a record of all vaccinations status and screening results and be able to produce this information in writing to the Cheyenne VAMC within 24-hour period, if necessary. 13.0 GOVERNMENT PROPERTY / GOVERNMENT INFORMATION 13.1 Government-furnished property material and facilities may be required for contractor performance. This will only apply if the offeror utilizes the existing laboratory and laboratory equipment at the VA medical center. 13.2 Government-furnished information will be required for contractor performance. A list of the Government-furnished information anticipated follows: written laboratory procedure manuals and policies, consultation requests, requests for clinical guidance, quality assurance/quality control/utilization procedures relevant to pathology services and various medical records. The delivery period of performance is: Base 10/1/17 through 9/30/22 Delivery shall be provided as detailed above in period performance. The contractor shall deliver line item(s) CLIN 0001 to Cheyenne VA Medical Center, 2360 E Pershing Blvd, Cheyenne, WY 82001. Award shall be made to the offeror whose quotation offers the best value to the government, considering price and non-price factors. The government will evaluate in accordance with FAR 13 and FAR 52.212-2; Technical Capability, Past Performance and Price.   Technical Capability will be based on offerors submitted statement that they can meet all required testing listed on attached Price List, additionally that they will be able to meet the one hour on-call (on-site) response condition detailed in the Statement of Work. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or http://farsite.hill.af.mil/. The following solicitation provisions apply to this acquisition: FAR 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under Any Federal Law (Mar 2012) (Deviation). FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (Jul 2016) (Deviation) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: VA IT Contract Security Clause (See attached) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (b)(1), (b)(2), (b)(4), (b)(6), (b)(7), (b)(8), (b)(9), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30),(b)(31), (b)(32), (b)(33), (b)(34), (b)(35), (b)(42), (b)(48), (b)(54), (b)(57), (c)(1), (c)(2), (c)(4), (c)(8). FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.222-54, Employment Eligibility Verification (Oct 2015) FAR 52.224-1, Privacy Act Notification (Apr 1984) FAR 52.224-2, Privacy Act (Apr 1984) FAR 52.228-5, Insurance Work on a Government Installation (Jan 1997) FAR 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) FAR 52.237-3, Continuity of Services (Jan 1991) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.215-71, Evaluation Factor Commitments (Dec 2009) VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.237-7, Indemnification and Medical Liability Insurance (Jan 2008) VAAR 852.237-70, Contactor Responsibilities (Apr 1984) VAAR 852.271-70, Nondiscrimination in Services Provided to Beneficiaries (Jan 2008) All offerors shall submit the following: (1) copy of the attached price list completed with unit price, (1) copy of technical capability statement, (1) copy of 52.209-5, Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under Any Federal Law filled out (attached for convenience), and provide their DUNS. All quotations hall be sent via email to Sura-Quay.Arbon@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a BPA as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than September 7, 2017 at 1500 MST at via email to Sura-Quay.Arbon@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist Sura-Quay Arbon at Sura-Quay.Arbon@va.gov. Point of Contact Contract Specialist Sura-Quay Arbon at Sura-Quay.Arbon@va.gov. Attachments
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917Q0758/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-Q-0758 VA259-17-Q-0758.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718915&FileName=VA259-17-Q-0758-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718915&FileName=VA259-17-Q-0758-000.docx

 
File Name: VA259-17-Q-0758 Pathology Service BPA Price List.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718916&FileName=VA259-17-Q-0758-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718916&FileName=VA259-17-Q-0758-001.docx

 
File Name: VA259-17-Q-0758 FAR 52.209-5.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718917&FileName=VA259-17-Q-0758-002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718917&FileName=VA259-17-Q-0758-002.docx

 
File Name: VA259-17-Q-0758 VA IT Contract Security Requirements.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718918&FileName=VA259-17-Q-0758-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718918&FileName=VA259-17-Q-0758-003.docx

 
File Name: VA259-17-Q-0758 Business Associate Agreement VHA 1605.05.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718919&FileName=VA259-17-Q-0758-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3718919&FileName=VA259-17-Q-0758-004.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04617899-W 20170810/170808232431-ba7030f1a51a20d09c9096cbe141dbce (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.