Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2020 SAM #6873
SOLICITATION NOTICE

J -- Injectors contrast PM Service Contract

Notice Date
9/21/2020 9:31:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26121Q0025
 
Response Due
10/8/2020 1:00:00 PM
 
Archive Date
12/07/2020
 
Point of Contact
maria.teodoro-tanksley@va.gov, Contract Specialist, Phone: 916-923-4511
 
E-Mail Address
maria.teodoro-tanksley@va.gov
(maria.teodoro-tanksley@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
. General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C26121Q0025 Posted Date: 21 Sep 2020 Original Response Date/Time: 08 Oct 2020 / 1:00PM PST Current Response Date: 08 Oct 2020 / 1:00PM PST Product or Service Code: J065 Set Aside: Small business set aside NAICS Code: 811219 Contracting Office Address VA Northern California Healthcare System 3230 Peacekeeper Way, bldg. 209 McClellan, CA 95652 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, 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 2020-05, dated 3-30-2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $22.0M. Evaluation Criteria: The Government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate the quotes: Factor #1- Technical capability Factor #2- Past performance Factor #3- Price Technical Capability: Offerors shall state from their own perspective their technical capability for performing the requirements as stated in the Statement of Work (SOW). Merely restating or copying and pasting what is in the SOW will be evaluated unacceptable. Offerors shall submit along with their quotes, technician(s)training certificates, experience (minimum of 2 years) and resume for the qualified staff performing the requirements as stated in the SOW. Past Performance: Offerors past performance will be based on review of relative CPARs as reported at CPARS.GOV within the last 3 years for similar work. Unassigned ratings will be evaluated as neutral. Offerors may submit up to 3 past performance references for similar work as described under the SOW herein. Price: Prices are to be quoted separately using the table provided herein the base year and 2 Option Years. Thus, one document of the quote shall be submitted with unit price and extensions for each line item and totaled for all. The Department of Veteran Affairs Northern California Health Care System (VANCHCS) is seeking to award a purchase order to a Certified Trained Contractor for performing the work required under the SOW for a one-year base period, with 2 one-year option periods. Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (NOTE: Offeror is NOT to quote on the Option to Extend Services) Service requirement is stated for the following: PRICE SCHEDULE Contractor shall provide Annual Preventative Maintenance for Seven (7) INJECTORS: CONTRAST MEDIA as fully described below in accordance with the OEM specifications and with the Statement of Work (SOW). Period of Performance Base Period 01 Nov 2020 - 31 Oct 2021 Injectors located at the Mather VA OPC, 10535 Hospital Way, Mather, CA 95655 CLIN Description Qty Unit/Issue Unit Price/year Amount 0001 Four (4) Injectors: contrast media, angio and CT per SOW 12 month $ $ Total $ The following Injectors located at the Martinez VAOPC, 150 Muir Road, Martinez, CA 94553 CLIN Description Qty Unit/Issue Unit Price/year Amount 0002 Two (2) Injectors: contrast media, MRI and CT per SOW 12 month $ $ Total $ The following equipment located at the Redding VA OPC, 351 Hartnell Avenue, Redding, CA 96002 CLIN Description Qty Unit/Issue Unit Price/year Amount 0003 One (1) Injectors: contrast media, CT per SOW 12 month $ $ Total $ Total for Base Period $ First Option Year 01 Nov 2021 31 Oct 2022 Injectors located at the Mather VA OPC, 10535 Hospital Way, Mather, CA 95655 CLIN Description Qty Unit/Issue Unit Price/year Amount 1001 Four (4) Injectors: contrast media, angio and CT per SOW 12 month $ $ Total $ The following Injectors located at the Martinez VAOPC, 150 Muir Road, Martinez, CA 94553 CLIN Description Qty Unit/Issue Unit Price/year Amount 1002 Two (2) Injectors: contrast media, MRI and CT per SOW 12 month $ $ Total $ The following equipment located at the Redding VA OPC, 351 Hartnell Avenue, Redding, CA 96002 CLIN Description Qty Unit/Issue Unit Price/year Amount 1003 One (1) Injectors: contrast media, CT per SOW 12 month $ $ Total $ Total for First Option Year $ Second Option Year 01 Nov 2022 31 Oct 2023 Injectors located at the Mather VA OPC, 10535 Hospital Way, Mather, CA 95655 CLIN Description Qty Unit/Issue Unit Price/year Amount 2001 Four (4) Injectors: contrast media, angio and CT per SOW 12 month $ $ Total $ The following Injectors located at the Martinez VAOPC, 150 Muir Road, Martinez, CA 94553 CLIN Description Qty Unit/Issue Unit Price/year Amount 2002 Two (2) Injectors: contrast media, MRI and CT per SOW 12 month $ $ Total $ The following equipment located at the Redding VA OPC, 351 Hartnell Avenue, Redding, CA 96002 CLIN Description Qty Unit/Issue Unit Price/year Amount 2003 One (1) Injectors: contrast media, CT per SOW 12 month $ $ Total $ Total for Second Option Year $ Summary Period of Performance Amount Base Period 01 Nov 2020- 31 Oct 2021 $ First Option Year - 01 Nov 2021- 31 Oct 2022 $ Second Option Year - 01 Nov 2022- 31 Oct 2023 $ Aggregate Amount $ Statement of Work (SOW) Contractor shall provide Annual Preventative Maintenance Service Agreement for Seven (7) INJECTORS: CONTRAST MEDIA as fully described below. Maintenance Services shall be provided for the Department of Veterans Affairs Northern California Health Care System (VANCHCS). All services shall be provided in accordance with the specifications, terms and conditions contained herein. The following equipment located at NCHCS, Mather, CA. INJECTORS: CONTRAST MEDIA: ANGIO MANUFACTURE: BAYER HEALTHCARE MODEL: MARK V PROVIS SERIAL NUMBER: 94312 612 EE34553 INJECTORS: INJECTORS: CONTRAST MEDIA: CT MANUFACTURE: BAYER HEALTHCARE MODEL: STELLANT D SERIAL NUMBER: 204553 612 MX1930410 INJECTORS: INJECTORS: CONTRAST MEDIA: CT MANUFACTURE: BAYER HEALTHCARE MODEL: STELLANT D DUAL FLOW SERIAL NUMBER: 202308 612 MX1573599 INJECTORS: INJECTORS: CONTRAST MEDIA: ANGIO MANUFACTURE: BAYER HEALTHCARE MODEL: MARK V PROVIS SERIAL NUMBER: 94365 612 EE37151 The following equipment located at NCHCS, Martinez, CA. INJECTORS: CONTRAST MEDIA: MRI MANUFACTURE: BAYER HEALTHCARE MODEL: SPECTRIS SOLARIS EP SERIAL NUMBER: 45812 612 EE69256 INJECTORS: INJECTORS: CONTRAST MEDIA: CT MANUFACTURE: BAYER HEALTHCARE MODEL: STELLANT D DUAL SYRINGE SERIAL NUMBER: 35021 612 EE68946 The following equipment located at NCHCS, Redding, CA. INJECTORS: INJECTORS: CONTRAST MEDIA: CT MANUFACTURE: BAYER HEALTHCARE MODEL: STELLANT DUAL SERIAL NUMBER: 33116 612 EE65808 DESCRIPTION/SPECIFICATIONS/WORK STATEMENT SERVICES: Contractor shall furnish the following: Preventative Maintenance including PM required parts, system verification, alignment, and adjustments are provided by the Contractor at no additional customer cost Parts & Labor necessary for PM are provided by the Contractor at no additional customer cost. Equipment Verification will be provided by the Contractor at no additional customer cost. 2. CONFORMANCE STANDARDS: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, TJC, NEC, OSHA, HIPAA, Federal and VA security specifications and requirements as applicable. The equipment shall be maintained such that it meets or exceeds the performance specifications as established in the OEM s technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA. 3. PREVENTIVE MAINTENANCE (PM): Contractor shall perform Preventive Maintenance inspections as per contract and manufacturer s specifications. PM required parts, system verification, alignment, and adjustments are provided by the Contractor at no additional customer cost. The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. 4. HOURS OF COVERAGE: Normal hours of coverage are (Monday through Friday) from 8:00am to 5:00pm, excluding holidays. Work performed outside the normal hours of coverage at the request of COR will be billed at the government rate. A separate purchase order will be issued to cover the cost(s) associated with any call back service as described herein. 5. SERVICE MANUALS: The VAOPC shall not provide service manuals or service diagnostic software to the contractor for use in providing services under this contract. 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. 6. DOCUMENTATION/REPORTS: The documentation will include equipment down time and detailed descriptions of the preventative maintenance procedures performed, including replaced parts and prices (for outside normal working hour services) required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards. In addition, each ESR must at a minimum document the following data legibly and in complete detail: Name of Contractor Name of FSE who performed services. Contractor Service ESR Number/Log Number. Date, Time (starting and ending), Hours-On-Site for service call. VA Purchase Order Number(s) (if any) covering the call, if outside normal working hours. Description of Problem Reported by COR/User. Identification of Equipment to be serviced to include the following: Equipment ID # or EE#/MX#/Nuvolo# from the bar-code, Manufacturer's Name, Device Name, Model#, Serial #, and any other Manufacturer's identification numbers. Itemized Description of Service(s) 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. Total Cost to be billed. Signatures from the following: FSE performing services described. VA Employee who witnessed service described. Equipment downtime calculated in accordance with Conformance Standards. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED! 7. REPORTING REQUIREMENTS: The contractor shall report to Biomedical Engineering to ""check-in"" upon arrival and prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). The FSE shall be required to check out with the Biomedical Engineering Department (location to be specified at time of contract award) 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 accepted copy of the ESR will be sent to the COR within 5 business days of work completion. FAILURE TO COMPLY, EITHER IN WHOLE OR IN PART, WITH EITHER THE NOTIFICATION OR ESR REQUIREMENTS WILL BE DEEMED SIGNIFICANT NON-COMPLIANCE WITH THE CONTRACT AND MAY BE JUSTIFICATION FOR TERMINATION OF THE CONTRACT. 8. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. 9. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 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. 10. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in Section B, 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. 11. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: Each respondent must have an established business, with an office and full-time staff. The staff includes a ""fully qualified"" FSE and a ""fully qualified"" FSE who will serve as the backup. ""Fully Qualified"" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Section B. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to preventive maintenance on equipment identified in Section B. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. 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 VAOPC. The COR may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAOPC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAOPC equipment. 12. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAOPC. Test equipment calibration shall be traceable to a national standard. 13. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's FSE shall wear visible identification at all times while on the premises of the VAOPC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAOPC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAOPC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 14. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. 15. DEFINITIONS/ACRONYMS: Biomedical Engineering - Supervisor or designee, Phone Number (916) 366-5481 CO - Contracting Officer. COR - Contracting Officer's Representative. 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 operative conditions. Service shall consist of calibration and testing in accordance with the manufacturer s latest established service procedures to ensure operation of equipment within manufacturer s or VA s performance specifications, whichever is the most rigorous. PM includes cleaning, inspecting lubricating and testing all equipment. All equipment shall be operated at least one complete operating cycle at the end of each PM. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA Outpatient Clinic premises. 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. Acceptance Signature - VAOPC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. NFPA - National Fire Protection Association. CDRH - Center for Devices and Radiological Health. VAOPC - Department of Veterans Affairs Outpatient Clinic. OEM - Original Equipment Manufacturer Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. (End of SOW) It is anticipated that a firm-fixed price purchase order shall be awarded as a result of this combined synopsis/solicitation. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Oct 2019) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015)(31 U.S.C. 6101 note) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Mar 2020) (15 U.S.C. 657f) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Veterans, (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contacts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) FAR 52.217-8, Option to Extend Services (Nov 1999) Within 30 Days. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000)- Within 30 days; with a notice at least 60 Days; 5 Years. FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.212-72, Gray Market and Counterfeit Items (Mar 2020) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) All ""quoters"" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All ""quotations shall be sent via email at maria.teodoro-tanksley@va.gov. Submission shall be received not later than 1:00PM PST on 08 Oct 2020. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All questions regarding this solicitation must be emailed to maria.teodoro-tanksley@va.gov no later than three business days prior to the quote due date. Verbal inquiries or questions will not be addressed or accepted. This is an open-market combined synopsis/solicitation for services as defined herein.  The government intends to award a firm fixed price purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Point of Contact Contract Specialist: Maria Teodoro-Tanksley, (916) 923-4511 email: maria.teodoro-tanksley@va.gov. (End of Combined Notice)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6f442dc6d4ae4cb49edabfbfb3ab4dd5/view)
 
Place of Performance
Address: VANCHCS
 
Record
SN05805340-F 20200923/200921230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.