Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 13, 2019 FBO #6319
SOURCES SOUGHT

J -- PM/Inspections Washer Solutions Sterilization Equipment STERILIZERS, SCOPE PROCESSORS, WARMING CABINETS, AND RELATED EQUIPMENT

Notice Date
3/11/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Captain James A Lovell;3001 Green Bay Road;North Chicago Il 60064
 
ZIP Code
60064
 
Solicitation Number
36C25219Q0427
 
Response Due
3/15/2019
 
Archive Date
4/14/2019
 
Point of Contact
antaeus.gayles@va.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (GLAC) - Southern Tier in North Chicago, IL is soliciting businesses for Washer Solution VA Hospital (Jesse Brown) The current systems and devices are listed in the SOW attached. It is understood that all Contractors submitting a response to this Sources Sought will have an established business with Five (5) years of consecutive experience in performing these types of services at healthcare facilities. The Contractor must also be licensed and authorized to perform services on all the equipment listed. The Contractor shall furnish all labor, supervision, materials, tools, and equipment necessary to complete the required services. The following NAICS Code and Small Business Size Standard has been identified for this requirement: 811219 Electrical measuring instrument repair and maintenance services (e.g., with a Size Standard of $15 Million in annual revenue. Interested parties shall provide a brief overview of their firm s capabilities and past experience with projects similar in size and scope of this project. Capability statements shall also include: DUNS number Organization Name and Assumed Name/dba (if applicable) Organization Address Point of Contact (including name, title, addresses, telephone number, fax number and Email address) Business size (small business or other than small business) Socio-economic status (If SDVOSB or VOSB provide SDVOSB or VOSB CVE verification) Organization experience in performing these types of services Copies of applicable certifications and/or accreditations (All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments.) Firms shall identify whether they are a small business or other than small business in accordance with the size standard for NAICS code 811219. If another NAICS code may be applicable, please identify the NAICS in your capability statement along with your corresponding socio-economic status. All information must be received no later than Friday March 15, 2019 at 11:00 AM (CST). Email all information to Antaeus Gayles, Contract Specialist at Antaeus.Gayles@va.gov. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or returned. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested parties may register at http://www.fedbizopps.gov to receive notification when the solicitation and any amendments are issued and available for downloading. Please note that the General Services Administration provides the notification service as a convenience and does not guarantee that notifications will be received by all persons on the mailing list. Therefore, we recommend that you monitor the FBO website for all information relevant to desired acquisitions. STATEMENT OF WORK - I. GENERAL REQUIREMENTS: A. SCOPE OF WORK: Contractor shall provide all tools, labor, materials, supervision and transportation necessary to perform all Emergency Service and Preventative Maintenance Inspections on steam sterilizers, ETO sterilizers, cart washers, warming cabinets and related items, in accordance with VA policies, guidelines as related to the Sterilization Equipment (excluding the Research Department), at the VA Jesse Brown Medical Center, 820 South Damen Avenue, Chicago, Illinois 60612 STERILIZERS, SCOPE PROCESSORS, WARMING CABINETS, AND RELATED EQUIPMENT This agreement will be for a contract for yearly repair, quarterly preventive maintenance, inspections, and preventive maintenance parts, software upgrades for the included list of equipment. This equipment includes but is not limited to steam sterilizers, ETO sterilizers, cart washers, warming cabinets and related items. All items were manufactured by Steris or companies now controlled by Steris. All equipment is located at VA Jesse Brown Medical Center, 820 S. Damen, Chicago, Illinois. The contract will be in place to cover business hours of operation. The contract will be a full-service contract covering parts and labor for repairs, inspections, and quarterly preventive maintenance. Software upgrades for equipment that qualifies will be included. The contractor shall return initial trouble calls within two (2) hours and arrive on-site within two (2) hours after receipt of this second notification and will proceed progressively to completion without undue delay. Contractor shall schedule quarterly preventive maintenance and inspections with COR and the using service. Contractor shall have overtime approved by COR prior to commencing work. Copies of Field Service Reports (FSR) will be left with COR unless other arrangements were made per call. Electronic FSR will be acceptable. B. STATEMENT OF WORK: In an effort to improve the reliability of the existing equipment and for compliance with VHA Directives, and standards, the awarded contractor shall provide diagnostic reports as requested. There are 29 equipment items for service under this requirement. They are in numerous locations throughout the campus, with varying degrees of accessibility. II. EQUIPMENT IDENTIFICATION Model Equipment Type Serial Number Location Unit ID Unit Cost Steris Caviwave Ultrasonic 0711C1254 Rm 1639 1098-10 Steris 16 Millenium Sterilizer 32490702 Rm 1639 1098-14 Steris 24 Warming Cabinet 412307028 Rm 2610 1098-15 Steris 24 Warming Cabinet 412307029 Rm 4689 1098-16 Steris 24 Warming Cabinet 412307030 Rm 2610 1098-17 Steris 24 Warming Cabinet 412307031 Rm 2661 1098-18 Steris 24 Warming Cabinet 412307032 Rm 4633 1098-19 Steris 24 Warming Cabinet 412307033 Rm 1679 1098-20 Steris 24 Warming Cabinet 412307035 Rm 2610 1098-21 Steris 24 Warming Cabinet 415907095 Rm 1687A 1098-22 Steris SCS Single Loader 3631107004 Rm 1639 1098-41 Steris Caviwave Ultrasonic 0613ST010-0177 Rm 1635 1098-47 Steris VPro Max 0327914-43 Rm 1639A 1098-48 Steris Evolution SFPP 54 032821407 Rm 1639 1098-49 Steris Evolution SFPP 54 032821408 Rm 1639 1098-50 CS Medical TD 100 Tee Probe Disinfector 1040724 Rm 1630 1098-51 Air Clean Systems ACDD03 Auto Deactiv. System ACDS03-316 Rm 1630 1098-52 Steris Transfer Cart 0332814-03 Rm 1639 1098-53 Steris Transfer Cart 0333114-03 Rm 1639 1098-54 Steris Transfer Cart 0333114-01 Rm 1639 1098-55 Steris Load Cart 0332814-13 Rm 1639 1098-56 Steris Load Cart 0332814-12 Rm 1639 1098-57 Steris Vision 1327 Cart Washer/Disinfector 3623317001 Rm 1639 1098-61 Steris SCS Double Loader None Rm 1635 1098-62 Steris SCS Single Loader None Rm 1639 1098-63 Steris Reliance Synergy 7053L Washer/Disinfector 3628516027 Rm 1639 1098-64 Steris Reliance Synergy 7053L Washer/Disinfector 3631210625 Rm 1639 1098-65 GMC Syclone Speed Air Compressor 4ME98A 1992019 Rm 1639 1098-66 GMC Syclone Speed Air Compressor 17035018 Rm 1639 1098-67 III. DEFINITIONS/ACRONYMS: A. Biomedical Engineer(ing) Supervisor or designee. B. CO Contracting Officer C. COR Contracting Officer's Technical Representative D. PM Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. E. FSE Field Service Engineer. A person who is OEM authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. F. ESR Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature COR's signature; indicates COR accepts work status as stated in ESR. I. NFPA National Fire Protection Association. J. CDRH Center for Devices and Radiological Health. K. VAMC Department of Veterans Affairs Medical Center L. VAH - Department of Veterans Affairs Hospital M. CHCH Chicago Health Care System IV. CONFORMANCE STANDARDS: Contractor shall ensure that the equipment functions in conformance with the latest published edition of NFPA 99. The equipment covered by this contract shall be maintained in accordance with the manufacturer's standards/specifications. Preventive Maintenance Inspection/Repair procedures shall be in accordance with the manufacturer's specifications and schedule for PMs. V. OPERATIONAL UPTIME REQUIREMENTS: The equipment covered by this contract shall be operable and available for use during the normal operating hours of the equipment as detailed in paragraph VI., HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours are 8:00 AM to 5:00 PM, Monday through Friday, excluding national holidays.) Operational Uptime will be computed during a month-long time period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. VI. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 8:00 AM to 5:00 PM, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR or his designee. Special Notes: The VA will have access to a technical support hotline at ____________ ext. ________ during the hours of 8am 5pm. Cost for same is included in the contract price. B. Preventive maintenance will be performed per manufacturer's specifications during normal hours of coverage. C. Federal Holidays observed by the VAMCs are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day Also included would be any other day specifically declared by the President of the United States to be a National Holiday. When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday. VII. UNSCHEDULED MAINTENANCE (Emergency Repair Service) A. Contractor shall maintain the equipment in accordance with the manufacturer's specifications. The Contractor will provide repair service, which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be furnished in accordance with Section IX, Parts. All emergency services and repairs shall be billed at the hourly rate identified in this contract to include travel to and from the facility. Contractor shall notify the Contracting Officer of emergency services no later than the next business day of performing emergency services. B. The COR or VA authorized designated alternate has the authority to approve/request a service call from the Contractor. C. Response Time: Contractor's FSE must respond with a phone call to the COR or his/her designee within two (2) hours after receipt of telephoned notification. If the problem cannot be corrected by phone, the FSE will commence work (on site physical response) within two (2) hours after receipt of this second notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 a.m. to 6:00 p.m., Monday through Friday, a two (2) hour response means, if a call is placed at 4:45 p.m., Monday, August 10th, the FSE must start on site service before 8:45 a.m., Tuesday, August 11th, except when outside hours of coverage is authorized by the COR. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. D. Labor: Time allowance for such work will be the actual hours of direct labor necessary to complete the job and is to be reconciled with any job ticket or other documentation. Transportation charges for repairmen will not be billed or paid under a resulting contract. VIII. SCHEDULED MAINTENANCE: A. The Contractor shall perform PM Service to ensure that equipment listed in the schedule performs in accordance with Section III. Conformance Standards. The Contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. The contractor shall provide written description of Preventive Maintenance Inspections (PMI). This description shall include an itemized list of the procedures performed, including electrical safety. PM services shall include, but need not be limited to, the following: 1. Cleaning of equipment. 2. Reviewing operating system software diagnostics to ensure that the system is operating in accordance with the manufacturer's specifications. 3. Calibrating and lubricating the equipment. 4. Performing remedial maintenance of non emergent nature. 5. Testing and replacing faulty and worn parts and/or parts likely to fail or become worn. 6. Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. 7. Returning the equipment to the operating condition defined in Section IV, Conformance Standards OR the manufacturer's specifications. 8. Providing documentation of services performed. PM services shall be performed in accordance with manufacturer s specifications, and during the hours defined in. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it s agreed upon price, unless specifically stated in writing otherwise. IX. PARTS The Contractor shall furnish and replace parts to meet uptime requirements and ensure compliance Conformance Standards in Section IV of this contract. The Contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. For all items the contractor shall include all parts, except for disposable such as charts, ink rolls, printer paper, detergents, and sterilizing monitoring materials. Gaskets will not be considered disposable, and will be provided at no additional charge. Freon will not be considered a disposable, and the contractor is responsible for providing all Freon needed for test purposes at no additional charge. The Contractor shall use new or rebuilt parts. However, used parts, or those removed from another piece of equipment, shall not be installed without approval by the COR. X. SERVICE MANUALS: The VAMC will not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves, shall be provided to the CO upon request. XI. DOCUMENTATION/REPORTS: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance (i.e., emergency repairs) procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with Conformance Standards or the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor; B. Name of FSE who performed services; C. Contractor service ESR number/Log number; D. Date, time (starting and ending), equipment downtime and hours on site for service call; E. VA purchase order number(s) covering the call (if outside normal working hours); F. Description of problem reported by COR/user (if applicable); G. Identification of equipment to be serviced (invoice ID number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers); H. Itemized description of service performed, (including costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials, and Circuit location of problem/corrective action. I. Total Cost to be billed (if applicable, i.e., parts not covered or service rendered after normal hours of coverage). J. Signatures: 1. FSE performing services described; and 2. VA employee who witnessed service described. NOTE: Any additional charges claimed must be approved by the CO before service begins! XII. REPORTING REQUIREMENTS: The Contractor shall be required to report to Biomedical service and VA police service to check in. This check-in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Engineering Service and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature", and to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR(s) will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). A. VA Jesse Brown Medical Center, 820 South Damen Avenue, Chicago, Illinois 60612 Prior to starting contract service, the service representative shall report to General Foreman at The Temporary Building. After normal business hours use in-house phone and dial 1-941 to call the night mechanic and leave message to page that individual. VA Engineering Service Contact Person: Location (Building/Room Number): Engineering Service, Biomedical 7th floor Damen bldg Alternate Contact Person CONTRACTOR Provide telephone number(s) to call for your Service Department: ______________________________________________________________________ Provide name(s) of authorized contact person(s): _________________________________________________________________ _________________________________________________________________ XIII. PAYMENT: Invoices will be paid in arrears on a monthly basis. All Invoices MUST INCLUDE, at a minimum, the following information: Contract no., Purchase Order No. All invoices shall be submitted to the following address for processing: DEPARTMENT OF VETERANS AFFAIRS FINANCIAL SERVICES CENTER PO BOX 149971 AUSTIN, TX. 78714-9975 PRIOR TO SUBMITTAL OF INVOICE, THE CONTRACTOR IS INSTRUCTED TO VERIFY THE COST INTENDED TO BILL, WITH APPLICABLE COR, FOR EACH LOCATION. XIV. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than twenty-four (24) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment, which the contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. XV. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in Section II, Equipment Identification in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. XVI. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent must have an established business. The staff includes a "fully qualified" FSE and another "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Schedule. For field experience, each FSE has a minimum of two (2) years of experience with respect to scheduled and unscheduled preventive and remedial maintenance on equipment listed herein. C. The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAMC as listed in Section II. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. D. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval. XVII. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available to the VAMC a copy of the current calibration certification of all test equipment which is to be used by the contractor on the VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. The contractor shall supply all personal protective equipment needed for their service representatives to repair and maintain the sterilizers covered by this contract. The personal protective equipment is to include, but may not be limited to, a disposable laboratory coat and gloves. The disposable laboratory coat is to remain at the job site upon completion of the service call. XVIII. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSE s shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. XIX. PRE-WORK ORIENTATION A. Contractor shall attend a pre-work orientation meeting prior to the commencement of work on-site. The VA will schedule this meeting and it will include discussion of the following topics: (VA will provide information to the contractor regarding these topics and will document the meeting) Fire and Safety Infection control Disaster procedures Other B. The Contractor shall be responsible to ensure that Contractor employees coming to the work site will receive the information required above. C. The Contractor shall be responsible to ensure Contractor employees providing work on this contract are fully trained and completely competent to perform the required work. XX. CONTRACTOR LICENSE The Contractor shall be licensed in the State of Illinois to perform associated services under the terms and conditions of this contract. XXI. CONTRACTOR ACCESSIBILITY The Contractor shall assign a company representative as a contact point for liaison between the Contractor and the Contracting Officer s Technical Representative (COR). This company representative is to physically visit the site quarterly and submit, in writing (memorandum, e-mail or any other medium as directed by the COR), the results of such visits and the status of STERILIZER EQUIPMENT to the COR. It is preferred that the Contractor maintain an office within the Chicago Metropolitan area. However, supervisors not on-site must be available to respond and report to the VA Jesse Brown facility within two (2) hours. XXII. CONTRACTING OFFICER TECHNICAL REPRESENTATIVE (COR): VA Contact Person(s): (COR): Mr. Dennis Minefee, at Facilities Management Service (Engineering), VA Jesse Brown Medical Center, (312) 569-7576 for all services defined herein. XXIII. TESTING AND CERTIFICATION Testing and Certification of Sterilizer Equipment Service/Maintenance performed by the contractor shall be coordinated between the contractor and the COR. XXIV. PROTECTION OF GOVERNMENT PROPERTY During work execution, the Contractor shall take special care to protect Government property including furniture, walls, baseboards, and other surfaces. Accidental splashes shall be removed immediately. Damage resulting from Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement (if necessary), at no additional cost to the Government. Contractor shall be responsible to meet all OSHA/Safety requirements in the performance of the work. This shall include but not be limited to taking all the necessary precautions to protect the patients, visitors and/or staff at each location. Contractor shall be held responsible for any injuries and/or damage, which may be caused as a result of the Contractors failure to adhere to these requirements. DAMAGE: Extreme caution shall be exercised to prevent damage to the building and its contents. Any damage must be reported to the COR immediately for appropriate action. Any damage caused by the Contractor will be repaired and or replaced to the satisfaction of the VA Jesse Brown Medical Center at the Contractor s expense. XXV. COMPLIANCE WITH THE GENERAL SAFETY REGULATIONS (As applicable to on-site services) A. All Contractors and Subcontractors performing services for the Government shall comply with all Occupational Safety and Health Administration (OSHA), State, County and Municipal Safety and Occupational Health Standards and any other applicable rules and regulations. Also all Contractors and Subcontractors shall be held responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or damage to any persons or property within and around the work site area under this contract. B. All tools, equipment, personal protective equipment, etc. shall be OSHA approved for the work to be performed. Contractor shall use caution signs as required by OSHA Regulations. Caution signs shall be on-site on commencement of Contract. C. The Contractor shall purchase and issue all chemicals in their original containers. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this Contract. Any violation of OSHA may be subject to default action. D. If applicable, the Contractor shall furnish to the COR two (2) copies of Material Safety Data Sheets (MSDS), for all products proposed for use, a minimum of seven (7) days prior to beginning service, for approval. Contractor must update copies of the MSDS on an annual basis. In addition, each time a new chemical product is proposed to be introduced into the facility, a copy of that product's MSDS must be provided to the COR for approval, prior to the product being used at the facility. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0427/listing.html)
 
Place of Performance
Address: Jesse Brown VA Hospital;820 S Damen;Chicago Il.
Zip Code: 60612
Country: USA
 
Record
SN05246023-F 20190313/190311230017 (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.