Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
DOCUMENT

Q -- Neuromonitoring Services - 596 - Attachment

Notice Date
5/15/2018
 
Notice Type
Attachment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918R0350
 
Response Due
5/30/2018
 
Archive Date
7/29/2018
 
Point of Contact
Dewana Raynor
 
E-Mail Address
dewana.raynor@va.gov
(dewana.raynor@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Page 12 of 13 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24918R0350 Posted Date: 05/14/2018 Response Date: 05/30/2018 Product or Service Code: Q510 Set Aside (SDVOSB/VOSB): Small Business NAICS Code: 621999 Contracting Office Address Network Contracting Office 9 (NCO 9), located at 1639 Medical Center Parkway, Suite 400, Murfreesboro, TN 37129 This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Part 13; Simplified Acquisition Procedures. VA will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures 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. (ii) This solicitation is issued as a request for proposal (RFP). Submit a written proposal on RFP 36C24918R0350. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to determine your business size and any additional socio-economic categories, if applicable. In order to register, all firms must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by accessing the Dun & Bradstreet website at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (800) 234-3867. (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-97, January 24, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://acquisition.gov/comp/far/index.html (FAR) and https://www.va.gov/oal/library/vaar/ (VAAR). (iv) This solicitation is issued as 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code is 621999 and the size standard is $15M. (v) This combined synopsis/solicitation is for the following commercial service: The Lexington, KY VA Medical Center, located at 1101 Veterans Drive, Lexington, KY 40511 has a need for a non-personal services contract that provides Intraoperative Neurophysiologic Monitoring (IONM) services to the Lexington VA Medical Center s Operating Suites. The period of performance for this contract will begin July 1, 2018 September 30, 2018 (3-month base period) with four (4) one-year option periods. The contractor will include operating and maintaining equipment (including monitoring devices), supplies, and labor of on-site qualified technician to perform IONM services in support of both neuro and vascular surgeries performed at the Lexington, KY VA Medical Center. This is a long-term recurring need of approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays. (vi) PERIOD OF PERFORMANCE Base Period: July 1, 2018 through September 30, 2018 CLIN 0001- Neuromonitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). CLIN 0002- Cardiovascular Monitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). Option Year 1: October 1, 2018 through September 30, 2019 CLIN 1001- Neuromonitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). CLIN 1002- Cardiovascular Monitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). Option Year 2: October 1, 2019 through September 30, 2020 CLIN 2001- Neuromonitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). CLIN 2002- Cardiovascular Monitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). Option Year 3: October 1, 2020 through September 30, 2021 CLIN 3001- Neuromonitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). CLIN 3002- Cardiovascular Monitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). Option Year 4: October 1, 2021 through September 30, 2022 CLIN 4001- Neuromonitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). CLIN 4002- Cardiovascular Monitoring Services in accordance with the Performance Work Statement (Approximately four hours per session, twice per week, for 50 weeks per year. Majority of services will be required during the standard business hours Monday Friday between 7:00 am and 3:30 pm. There shall not be a need for this service after regular hours of operation, weekends, or holidays). (vii) PERFORMANCE WORK STATEMENT (See attached PWS) PLACE OF PERFORMANCE: Lexington VA Medical Center Cooper Division 1101 Veterans Dr. Lexington, KY 40205 (viii) PRICE/COST SCHEDULE Base Period: July 1, 2018 through September 30, 2018 CLIN No. Description Total Hours Price Per Hour Total Cost 0001 Neuromonitoring Service 90 $ $ 0002 Cardiovascular Monitoring 4 $ $ Total for Option Year 1: $ Option Year 1: October 1, 2018 through September 30, 2019 CLIN No. Description Total Hours Price Per Hour Total Cost 1001 Neuromonitoring Service 375 $ $ 1002 Cardiovascular Monitoring 12 $ $ Total for Option Year 1: $ Option Year 2: October 1, 2019 through September 30, 2020 CLIN No. Description Total Hours Price Per Hour Total Cost 2001 Neuromonitoring Service 375 $ $ 2002 Cardiovascular Monitoring 12 $ $ Total for Option Year 2: $ Option Year 3: October 1, 2020 through September 30, 2021 CLIN No. Description Total Hours Price Per Hour Total Cost 3001 Neuromonitoring Service 375 $ $ 3002 Cardiovascular Monitoring 12 $ $ Total for Option Year 3: $ Option Year 4: October 1, 2021 through September 30, 2022 CLIN No. Description Total Hours Price Per Hour Total Cost 4001 Neuromonitoring Service 375 $ $ 4002 Cardiovascular Monitoring 12 $ $ Total for Option Year 4: $ TOTAL ESTIMATED CONTRACT COST BASE PLUS FOUR OPTIONS: $___________ NOTE: 52.217-8 Option to Extend Services is included as part of the solicitation and contract. The six-month extension must be evaluated as a part of the government's initial negotiation. Offerors are not required to submit pricing for clause 52.217-8. The prices offered for the last year s option prices will be used for any extension exercised under FAR Clause 52.217-8. Minimum & Maximum The Government s guaranteed minimum during the life of this contract is $10,000. The Government s contract ceiling amount during the life of this contract is $500,000. Authority This acquisition is being processed under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Items and, therefore, will utilize simplified procedures for soliciting competition, evaluation, award documentation, and notification. Basis for Award One award will be made to the offeror whose proposal represents the best value to the Government considering price and non-price factors as listed in clause 52.212-2 Evaluation-Commercial Items. Contract will be firm-fixed (unit) price by Contract Line Item (CLIN). The Government may award a contract on the basis of initial proposal received, without discussions. Therefore, each initial proposal should contain the offeror's best terms from a price and technical standpoint. Instructions to offerors on price and technical proposal submissions are found under clause 52.212-1, Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items. (ix) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017), applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS PLEASE PROVIDE THE FOLLOWING TO DEWANA RAYNOR, CONTRACT SPECIALIST AT dewana.raynor@va.gov. Complete and return Contractor s Contract Administration Data below. Complete and return Price/Cost Schedule in Section viii. Complete and return provision 52-212-3 with proposal. Offerors may either (1) complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online through www.sam.gov Proposal Content: Your proposal shall be separated into three (3) distinct sections corresponding to the three evaluation factors: Technical, Past/Present Performance and Price, as noted below. Submission Instructions: PROPOSAL DUE DATE: Proposals are due no later than 4:30 p.m., Central Time, Wednesday, May 30, 2018. Proposals may be emailed to dewana.raynor@va.gov. It is the responsibility of the offeror to follow-up and ensure the proposal was received electronically. Several emails may be sent to ensure that attachment size limitations are not exceeded. Proposal shall not be FAXED. Proposal Format: All attachments/documents shall be on 8 ˝ x 11 paper. All electronic files shall be in MS Word.doc or.docx and MS Excel.xls format, as applicable (unprotected). Offerors shall return the entire solicitation fully intact. Price Schedule: Offerors are reminded that pricing schedules are necessary for the base year and EACH option period. Price proposals should be separate and distinct from the technical proposal. All questions regarding this solicitation must be submitted to the Contract Specialist in writing by email to dewana.raynor@va.gov no later than 12 noon, Central Time, Monday, May 21, 2018. The offeror shall bear all costs associated with the preparation and submission of the proposal. The Veterans Affairs will in no case be responsible or liable for the cost incurred by the offeror, regardless of the outcome of the selection process. The Government reserves the right to make award without discussions. The Government also reserves the right to make no award. (End of Addendum to 52.212-1) (x) 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: FACTOR 1: TECHNICAL: In support of the requirements contained in the Statement of Work (SOW), Attachment 1, offerors are instructed to provide the following documentation for evaluation: Company background including number of years of experience company possesses providing IONM services and how they propose to meet the requirements as stated in the Performance Work Statement. Listing of all current licenses/certifications of offeror organization e.g., Joint Commission, etc., if applicable Copies of all current licenses/certifications of proposed service providers (i.e. Basic Life Support; Advanced Life Support; Certification for Neurophysiological Intraoperative Monitoring (CNIM); Certification on equipment proposed; etc.) Minimum qualifications and continuing education requirements for each service provider submitted for performance under this contract Copies of Curriculum Vitae (CV) or resume of each service provider submitted for performance under this contract Evidence of Malpractice Insurance for all technicians submitted for performance under this contract Information on malpractice claims, terminations or suspension of privileges filed or imposed in the last five (5) years for all service providers proposed for performance under this contract. If applicable, submit copies of claims and disposition of each. If none, so state/certify in your submittal. Failure to provide requested documentation may disqualify offer from consideration. Certification Memo that all contractor and subcontractor employees that will have access to VA sensitive information have successfully undergone employee screening/background checks as a condition of employment Manufacturer name and model of contractor devices offered for performance under this contract. Include, as a minimum, manufacturer s specification sheets (glossies) or equivalent data for each device. Availability / number of days after contract award for full implementation including availability of all VA-approved contractor personnel and IONM equipment. FACTOR 2: PAST PERFORMANCE Offerors will be evaluated on their record of Past Performance in accordance with FAR Part 15.305. Past performance information is one indicator of an offeror s ability to perform the contract successfully. The currency and relevance of the information, source of the information, context of the data, and general trends in contractor s performance shall be considered. The Government may use Contractor Performance Assessment Reporting System (CPARS), information in the offeror s proposal, and information obtained from other sources. Past performance will be evaluated as outstanding, satisfactory or unsatisfactory. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. Offerors are reminded to provide the Past Performance Information sheets (Attachment 4) to three (3) Business References who have first-hand knowledge of performance relative to the same type of services, dates of contract performance, and total contract amount. Your business references should send this form to Dewana Raynor, Contracts Specialist, at dewana.raynor@va.gov, no later than May 30, 2018. FACTOR 3: SOCIOECONOMIC STATUS Offeror shall indicate its socioeconomic status. If claiming Veteran Owned Small Business or Service-Disabled Veteran Owned Small Business status as the primary contractor, or utilization of any subcontractor(s), offeror shall submit verification from Center for Veterans Enterprise (CVE) for each business. FACTOR 4: PRICE FACTOR (a) Price will be evaluated on the basis of its reasonableness and accuracy to the Government. The offeror shall submit its best terms from Section (VIII). PRICE/COST SCHEDULE. Acknowledge any and all amendments to the solicitation. (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)               (xi)    CONTRACT ADMINISTRATION DATA Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: Company Name: Administrative Contact: Clinical Contact: Title: Address: City/State/Zip: Overnight Mailing Address (if different from above): _________ _________ Phone & Fax No.: Phone: Fax: ______________ E-Mail: _______________________________ 2nd email contact: ________________________________ Tax ID No.: ___________________________________ DUNS No.: ________________________________________ b. GOVERNMENT: Dewana Raynor, Contract Specialist Kimberly S. Carson, Contracting Officer (CO) Yannetta Cooper, Contracting Officer Representative (COR) Department of Veterans Affairs Network Contract Activity - VISN 9 1639 Medical Center Parkway, Suite 400 Murfreesboro TN 37129 Overnight Mailing Address: Same as above Phone: (615) 225-4726 Fax: (615) 849-3789 E-Mail: dewana.raynor@va.gov Subcontracting Monitoring and Compliance: Subcontracting Commitments: This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the Contracting Officer (CO) may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. (xii) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xiii) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: FAR 52.203-3 Gratuities, FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights; FAR 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; FAR 52.204-7, System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-13 System for Award Management Maintenance; 52.204-21 Basic Safeguarding of Covered Contractor Information Systems; FAR 52.216-18 Ordering (Fill-in = effective date of the contract through expiration date of the contract; FAR 52.216-19 Order Limitations (Fill-in = (a) Minimum Order $10,000, (b) Maximum Order $100,000 and $500,000); FAR 52.216-22 (d) (Fill-in= expiration of contract period of performance); FAR 52.217-8 Option to Extend Services (Fill-in = 60 days); 52.217-9 Option to Extend the Term of the Contract (Fill-ins = 30 days of contract expiration. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause.); FAR 52.223-10 Waste Reduction Program; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; 52.227-14 Rights in Data General; FAR 52.228-5 Insurance Work On A Government Installation; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors; FAR 52.237-3 Continuity of Services; FAR 52.246-16 Responsibility for Supplies; CL-120 Supplemental Insurance Requirements (Fill-in= General Liability $500,000 per occurrence; Automobile Liability $200,000 per person; $500,000 per occurrence; $20,000 property damage); VAAR 852.203-70 Commercial Advertising; VAAR 852.237-7 Indemnification and Medical Liability Insurance (Fill-In = State Minimum); VAAR 852.237-70 Contractor Responsibilities (Fill-in = KY); VAAR 852.273-76 Electronic Invoice Submission; 52.252-2 Clauses Incorporated by Reference (fill-in = https://www.acquisition.gov/browsefar). (xiv) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items, applies to this acquisition. Within FAR 52.212-5, the following clauses apply: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters, 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible. Veterans, FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-34 Payment By Electronic Funds Transfer-Other than System for Award Management, FAR 52.222-17 Non-displacement of Qualified Workers. (xv) The clause FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition. Within FAR 52.212-1, the following provisions apply: FAR 52.209-7 Information Regarding Responsibility Matters; FAR 52.216-1 Contract Type (fill-in = Firm Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ)); FAR 52.219-1 Small Business Program Representations; FAR 52.233-3 Service of Protest; VAAR 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors; VAAR 852.233-70 Protest Content/Alternative Dispute Resolution; VAAR 852.233-71 Alternate Protest Procedure; 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.271-70 Nondiscrimination in Services Provided to Beneficiaries. (xvi) The date, time, and place for submission of proposals are as follows: Wednesday, May 30, 2018 at 4:30 p.m. Central Time. ORAL OFFERS WILL NOT BE ACCEPTED. Submit written offers via email: dewana.raynor@va.gov Solicitation Questions: Interested offerors must submit any questions concerning the solicitation by Monday, May 21, 2018 at 12 noon Central Time. Questions not received by the due date may not be considered. See attached document: Attachment 1 Neuromonitoring - SOW. See attached document: Attachment 2 Neuromonitoring - QASP. See attached document: Attachment 3 Contractor Certification of Immigration. See attached document: Attachment 4 Past Performance Survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918R0350/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918R0350 36C24918R0350.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304350&FileName=36C24918R0350-015.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304350&FileName=36C24918R0350-015.docx

 
File Name: 36C24918R0350 Attachment 1-Neuromonitoring - Final SOW.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304351&FileName=36C24918R0350-016.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304351&FileName=36C24918R0350-016.docx

 
File Name: 36C24918R0350 Attachment 2-QASP Neuromonitoring.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304352&FileName=36C24918R0350-017.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304352&FileName=36C24918R0350-017.pdf

 
File Name: 36C24918R0350 Attachment 3-Contractor Certification of Immigration.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304353&FileName=36C24918R0350-018.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304353&FileName=36C24918R0350-018.doc

 
File Name: 36C24918R0350 Attachment 4-Past Performance Survey.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304354&FileName=36C24918R0350-019.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4304354&FileName=36C24918R0350-019.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: Lexington VA Medical Center;1101 Veterans Dr.;Lexington, KY
Zip Code: 40502
 
Record
SN04923497-W 20180517/180515230914-e3dab455a2b2d96496d48bf64d67eec9 (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  © 1994-2020, Loren Data Corp.