Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 22, 2021 SAM #7265
SOURCES SOUGHT

R -- Copy of VISN 15 Stericycle Base year Document Destruction 6-1-21 thru 5-31-22

Notice Date
10/20/2021 11:50:15 AM
 
Notice Type
Sources Sought
 
NAICS
561990 — All Other Support Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25522Q0031
 
Response Due
10/27/2021 2:00:00 PM
 
Archive Date
11/06/2021
 
Point of Contact
Juszczak, Janie, Contract Specialist, Phone: 913-946-1966
 
E-Mail Address
janie.juszczak@va.gov
(janie.juszczak@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract on the basis of this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Vendors will need to fill in a PRICE BREAKDOWN AND CALCULATION OF SELF PERFORMED/SUBCONTRACTED WORK. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 561990. Vendors will need to fill in a PRICE BREAKDOWN AND CALCULATION OF SELF PERFORMED/SUBCONTRACTED WORK. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. All interested vendors should provide a response to Janie Juszczak at janie.juszczak@va.gov before 4:00 p.m. CST October 27, 2021. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide Document Destruction Service in support of all VISN 15 VA Medical Centers and supporting CBOCs (see performance work statement below.) The request is for 12-month service for Document Destruction Service, with the potential for an additional four (4) option years. The NAICS code for this service is 561990 (All Other Support Services) with a size standard of $11.0 million. Statement of Work A. GENERAL: 1. The contractor shall provide all labor, personnel, equipment, supplies, secured vehicles, materials, supervision and other related services necessary to provide commercial document destruction services for the facilities within Department of Veteran Affairs, VA Heartland Network 15 (VISN 15). Facilities include VA Medical Center, Marion, IL; VA Medical Center, Poplar Bluff, MO; VA Medical Center, John Cochran Division and Jefferson Barracks Divisions, St. Louis, MO; VA Medical Center, Columbia, MO; VA Medical Center, Kansas City, MO; VA Medical Centers in Topeka and Leavenworth, KS which comprise the Eastern Kansas Healthcare System (EKHS) and the VA Medical Center, Wichita, KS. Also included are VISN 15 supported Community Based Outpatient Clinics (CBOC) that are supported by the VA Heartland Network 15. Currently, the VA Medical Center, Kansas City, MO and surrounding CBOCs; EKHC (Topeka and Leavenworth, KS) and VA Medical Center, Marion, IL and surrounding CBOCs are participating in this requirement. This will have over 81 locations with additional locations added throughout the contract s life. 2. The Government intends to negotiate with the awarded contractor for possible inclusion of other sites within VISN 15 during the term of the agreement. 3. The contractor shall furnish the number of locked security waste container(s) (bins), as required for each facility without additional cost to the Government. 4. Pickup schedule for each location shall be coordinated with the facility Contracting Officer Representative (COR) after award. 5. No guarantees are made as to the estimated pickup and delivery frequencies or volumes, or the quantities of bulk containers required at each VA Heartland Network 15 facility. The locations for the bulk containers are subject to change by the Government. The Government shall notify the contractor, in writing, of location changes within five (5) working days of any changes. 6. The Contracting Officer will designate multiple COR s depending on the geographic locations serviced. B. INITIAL DOCUMENT DESTRUCTION SPECIFICATIONS: 1. The VA will designate documents and materials for destruction by placing such materials into the contractor furnished disposal containers ( bins ) located throughout the VA. Such designation shall be deemed to occur when the VA employee or other VA authorized person deposits the material into the contractor furnished disposal container (described later in this statement of work). At a minimum, basic shredding shall be done on site. Interim destruction of temporary paper records requires macerating, chopping, pulverizing, or shredding of these records to a degree that does not definitively ensure that they are not readable or reconstructable to any degree, but does ensure that they are not readable or reconstructable without extraordinary effort. This destruction of temporary records is a preliminary step 2. The contractor shall protect, safeguard, control, manage and destroy VA designated confidential documents complying with VA Directive 6371, dated April 8, 2014 (Attachment IX), NIST 800-88 Guidelines for Media Sanitization and FIPS 199 Security Categorization of the System Confidentiality. This is to reduce the impact of harm of unauthorized disclosure of information from the media. Materials collected for destruction and disposal shall be secured until the confidential material is rendered unrecognizable. 3. This contract is designed to destroy VA designated confidential documents according to the prescribed document destruction standards in the Statement of Work (SOW). The Government will retain title to paper until the paper is rendered unrecognizable. The contractor will retain risk of loss from pickup through destruction. C. DESCRIPTION OF CONFIDENTIAL DOCUMENT DISPOSAL CONTAINERS: 1. The Government (VA) may utilize several different types of locked document disposal containers. Containers shall be Contractor Furnished Equipment (CFE) owned and provided by the contractor. Pricing for such containers shall be included in the disposal prices. The contractor is responsible for maintaining all containers in a clean and odor-free safe condition. All containers must comply with Life Safety Code: NFPA 101-2000) 19.7.5.5., for use in non-hazardous areas. 2. The VA shall retain flexibility to increase or decrease the size or the number of containers without incurring any additional costs. The costs for each container shall be based on established pricing. 3. Contractor shall assure that contractor furnished containers comply with applicable regulations from the point of collection through transportation and destruction. The COR s shall be afforded an opportunity to approve collection container size and quantities prior to use. The COR s may require the contactor to check-in for each periodic container pickup appointment/visit. 4. The Government reserves the right to order additional containers on a surge basis as required for unforeseen situations such as office relocations, file closeouts, etc. 5. Bins will be top loaded and have a built-in lock to ensure waste deposited cannot be removed without a key. A key to each bin will be provided to the VA facility COR. The contractor will provide up to two sets of shred bin keys per listed facility. Contractor employees may occasionally be asked by VA employees, patients or visitors to retrieve items from the shred bin. Contractor employees will not retrieve items from the bins and turn over to VA staff except as approved by the local COR. 6. The pickup schedule and container placement will be reviewed initially on a week by week basis for a ten (10) week period (by contractor and VA COR) and then on an as-needed basis to adjust the minimum/maximum usage of the containers. 7. Contractor is ultimately responsible for document security from pickup at VA through final destruction. Contractor shall transport by secure means and safeguard designated destruction materials at all times and in all locations from pickup through certified destruction. Pickup of the secure waste shall take place during normal working hours, Monday through Friday, 8:00 a.m. 4:30 p.m. At no time will shred materials be left unsecured. During pickup, worker will assure that bins are either locked or continuously attended. Pickup carts will be equipped with covers and will be closed except when actually loading or unloading materials. D. SPECIFIC REQUIREMENTS FOR VAMC, KANSAS CITY, MO: The designated locations for bins is identified on Attachment VII, Shred Bin Locations. E. SPECIFIC REQUIREMENT FOR VAMC, EKHCS: (Topeka and Leavenworth, KS): All collection receptacles (mobile or stationary) shall not exceed 32 gallon (121L) in capacity F. TASKS: 1. To support the contract, the contractor shall perform tasks described below. The contractor shall work closely with designated COR s. (a) Task 1: The contractor must maintain a chain of security from pick up to final destruction by one of the acceptable manners as listed in Task 2. (b) Task 2: Final Destruction: The process through which temporary paper records are pulped, macerated, or shredded to a degree that definitively ensures that they are not readable orreconstructable to any degree. If this final destruction is performed away from a VA facility it must be performed, where practicable, by a National Association for Information Destruction (NAID) certified, bonded and insured recycler or paper mill and any intermediary processes must protect the records until final destruction is completed. Contractor shall render VA designated materials unrecognizable by one of the following VA approved destruction techniques: (1) Destroy paper using crosscut shredders which produce particles that are 1 x 5 millimeters in size (reference devices on the NSA paper Shredder EPL), OR (2) To pulverize/disintegrate paper materials using disintegrator devices equipment with a 3/32-inch security screen (reference NSA Disintegrator EPL). OR (3) Wet pulp, macerate, chop, shred, or otherwise definitively destroy the information contained in the records so that it is not readable or reconstructable. NOTE: If papers are only chopped and shredded and not wet pulped/macerated then the 1x5 millimeter or 3/32-inch security screen requirements in (1) and (2) apply. Note: If final destruction of the material is to be done off site (for example pulping) then at a minimum interim destruction of material must occur on site. The interim destruction of records is proper for ensuring their security when transportation is necessary for final destruction. Interim destruction of these records must take place at the VA facility and this destruction must be to the degree that the information contained on them is not readable and not reconstructable without extraordinary effort. If interim destruction is not carried out by VA employees, it must be carried out by a National Association for Information Destruction (NAID) certified, bonded, and insured contractor who has contracted to provide sufficient reasonable safeguards to protect the records until final destruction has been completed. Methods of interim destruction carried out by a contractor must be witnessed by a Federal employee or, if authorized by the organization that created the records, a contractor employee may act as witness, and the written attestation shall be submitted to the organization that created the records. The contractor employee may be the vendor performing the interim destruction as long as a certification of destruction is provided to VA. 2. At the request of the COR at any time in the contract the contractor must turn over to the VA a small sample (approximately 5 ounces) of shredded material for review of compliance. G. NON-DISCLOSURE OF SENSITIVE INFORMATION 1. Contractor staff involved in this contract will have access to some privileged and confidential materials of the US Government. These printed and electronic documents are for internal use only and remain the sole property of the US Government. Some of the materials are protected by Privacy Act of 1974 (Amended) and Title 38. Unauthorized disclosure of Privacy Act or Title 38 covered materials, by any contractor or subcontracted staff, is a criminal offense. The contractor is responsible for actions of contract employees. 2. The contractor acknowledges that in the performance of this contract, the contractor will have access to sensitive information, including information provided on a proprietary basis by carriers, equipment manufacturers, and other private or public entities. The contractor agrees to safeguard these privileges and use the information exclusively in the performance of this contract. The contractor shall comply with applicable Government regulations regarding information document security to prevent disclosure of sensitive information to unauthorized individuals or organizations. H. VISN 15 PERSONAL SECURITY VERIFICATION (PIV) CARD AND/OR SECURITY BADGE REQUIREMENTS FOR CONTRACTOR EMPLOYEES: (a) Definitions. As used in this clause Access means routine, unescorted physical entry into, and to the extent authorized, mobility within a Government facility. Also, it means the ability to obtain, view, read, modify, delete, and/or otherwise make use of information technology. Contractor employee means an employee of the prime contractor or of any subcontractor, affiliate, partner, joint venture, or team members with which the contractor is associated. It also includes consultants engaged by any of those entities. Facility and Government facility mean buildings, including areas within buildings, owned, leased, shared, occupied, or otherwise controlled by the federal government. Information technology means any equipment or interconnected system or subsystem of equipment, including telecommunications equipment that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information. This includes both major systems/applications and general support systems as defined by OMB Circular A-130, owned by VA or owned and operated on VA s behalf by another party. (b) Access to VA Facilities or Systems. (1) General. The performance of this contract requires contractor employees to have routine, unescorted access to VA facilities. All such employees who do not already possess a current Security Badge or PIV Card acceptable to VA shall be required to provide personal information, undergo an FBI National Criminal History Fingerprint Check, and obtain a Security Badge or PIV Card prior to being permitted access to any such facility in performance of this contract. No contractor employee will be permitted routine, unescorted access to a VA facility without a proper Security Badge or PIV Card. (2) Citizenship-related requirements. If required by the contract, each affected contractor employee as described in paragraph (a) shall be a United States (U.S.) citizen. Otherwise, each affected contractor employee as described in paragraph (a) shall be: (A) A United States (U.S.) citizen; or (B) A national of the United States (see 8 U.S.C. 1408); or (C) An alien lawfully admitted into the United States for permanent residence as evidenced by an Alien Registration Receipt Card Form I 151. (3) Background information. (A) Each contractor employee that has access to VA facilities or systems shall complete the attached Special Agreement Check (SAC) worksheet and deliver to the VA office responsible for fingerprinting and processing contractor employees. The Contracting Officer s Representative will provide instructions to the contractor regarding the local procedures for fingerprinting and obtaining a Security Badges or PIV card. (B) After completion of the fingerprint check, the Contracting Officer will notify the contractor in writing if any contractor employee is determined to be unsuitable to be given access to a government facility or VA system. If so notified, the contractor shall not allow such employees to perform work on this contract. (4) Security Badge or PIV Cards. (A) VA will issue a Security Badge or PIV Card to each contractor employee who is to be given routine, unescorted access to VA facilities or access to VA systems and does not already possess a Security Badge or PIV Card. VA will not issue the Security Badge or PIV Card until the contractor employee has successfully cleared the FBI National Criminal History Fingerprint Check. (B) Security Badge or PIV Cards shall identify individuals as contractor employees. Contractor employees shall display their Security Badge or PIV Cards on their persons at all times while working in a VA facility and shall present their cards for inspection upon request by VA officials or VA security personnel. (C) The contractor shall be responsible for all Security Badge or PIV Cards issued to the contractor s employees and shall immediately notify the Contracting Officer if any Security Badge or PIV Card(s) cannot be accounted for. The contractor shall notify the Contracting Officer immediately whenever any contractor employee no longer has a need for his/her VA-issued Security Badge or PIV Card (e.g., employee terminates employment with the contractor, employee s duties no longer require access to VA facilities). In such cases, the Contracting Officer will instruct the contractor on how to return the Security Badge or PIV Card. Upon expiration of this contract, the Contracting Officer will instruct the contractor on how to return all VA-issued Security Badge or PIV Cards not previously returned. The contractor shall not return Security Badge or PIV Cards to any person other than the individual(s) named by the Contracting Officer. (5) Control of access. VA shall have and exercise full and complete control over granting, denying, withholding, and terminating access of contractor employees to VA facilities and systems. The Contracting Officer will notify the contractor immediately when VA has determined that an employee is unsuitable or unfit to be permitted access to a VA facility or system. The contractor shall immediately notify such an employee that he/she no longer has access to any VA facility or system, shall retrieve the employee s Security Badge or PIV Card from the employee, and shall provide a suitable replacement employee in accordance with the requirements of this clause. The Government may not be able to give the contractor the reason for requiring the removal of the unsuitable contractor employee. The Government shall not be responsible for any costs incurred by the contractor as a result of removing such employee from the subject contract. (6) Termination. Failure on the part of the Contractor to comply with the terms of this clause may result in termination of this contract for default. I. BUSINESS ASSOCIATE AGREEMENT (BAA): A Business Associate Agreement (BAA) shall be required for the contractor and each subcontractor having access to sensitive or confidential materials under this contract. See Sample BAA, Attachment III. J. DESIGNATION OF CONTRACTING OFFICER REPRESENTATIVES (COR): 1. Select individuals will be designated as the Contracting Officer s Representative (COR) to assist the Contracting Officer (CO) in the discharge of the CO s responsibilities. The COR is responsible for monitoring, giving progress reports to the Contracting Officer and overall technical surveillance of services to be performed under this contract and should be contacted regarding questions or problems of a technical nature. In no event will any understanding or agreement, modification, change order, or other matter deviating from the terms of the contract between the Contractor and any person other than the CO be effective or binding upon the Government. 2. When, in the opinion of the Contractor, the COR requests effort outside the existing scope of the contract, the Contractor must promptly notify the CO in writing. 3. No action will be taken by the Contractor under such technical instruction unless the CO has issued a contractual change. 4. The responsibilities of the COR include, but are not limited to, the following: (a) The Contracting Officer s Representative (COR) at the participating VA facility is authorized to act as an official representative of the Contracting Officer. The Contracting Officer s Representative (COR) for each facility will be named prior to award of contract. (b) The above is designated by the Contracting Officer and are authorized to act within the limitations specified herein and written restrictions specifically imposed under the terms of the order and by the Contracting Officer. This authority shall extend to the following: inspection, acceptance, or rejection of work. (c) This designation does not include authority to direct changes in scope, price, terms or conditions of the contract or order. The authority herein also does not include authority to execute modifications to the contract or order, which require the signature of the Contracting Officer, or to bind the Government by contract in terms of a proposed contract change. (d) Confer with representatives of the Contractor regarding any non-performance or unsatisfactory performance; follow through to assure that all non-performance or unsatisfactory performance is performed/corrected, or payment adjustment is recommended to the CO. (e) Review and certify invoices in accordance with invoicing instructions of the contract. Maintain a file with copies of these documents. (f) Advise the CO of any performance problems and make recommendations for corrective action to correct performance issues. (g) Furnish the CO with any requests for change, deviation, or waiver (whether generated by Government personnel or Contractor personnel), including all supporting paperwork in connection with such change, deviation, or waiver. K. INSPECTION: Representatives of the VA shall have the right to inspect the contractor s and/or Subcontractor s facilities and operations provided for the performance of work under this agreement. L. PERMITS AND LICENSES: In performance of work under this contract, the Contractor shall, without additional expense to the Government, be responsible for obtaining all necessary licenses and permits, including a city license and for complying with any Federal, State and municipal laws, codes, and regulations applicable to the performance of this contract. M. OVERTIME: All overtime cost is included in the contract price. The contractor is obligated, at no additional compensation, to meet all requirements of this contract. The contractor shall pay overtime premiums to all employees as required by the terms and conditions of this contract and all applicable State and Federal laws at no increase in the contract fixed price and no additional expense to the Government. N. CONTRACTOR QUALITY CONTROL: The contractor shall develop and maintain quality control programs to ensure destruction services are performed in accordance with commonly accepted NIST 800-88 Guidelines for Media Sanitization and FIPS 199 Security Categorization of the System Confidentiality and commercial practices. The contractor shall develop and implement procedures to identify and prevent the occurrence of defective services. The contractor shall develop quality control procedures to remediate any processes where acceptable quality levels are not met. Contactor shall comply with the specification s requirements for destruction of data and records. The contractor will provide for full and timely inspection, upon request, by a VA representative of the contractor s facilities where the records are processed, and final destruction takes place as well as for inspection of any interim transportation, storage or processing site or equipment. O. GOVERNMENT PROPERTY: The Government will retain title to the paper until the paper is rendered unrecognizable. P. WORK HOURS: The following terms have the following meanings and are applicable to this contract: 1. Normal Work Hours: 8:00 am 4:30 pm, Monday through Friday 2. National Holidays: The ten holidays observed by the Federal Government are: New Year s Day, Martin Luther King s Birthday, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Q. CERTIFICATION OF DESTRUCTION: The contractor shall prepare and submit to the medical facility s COR an original signed Certificate of Destruction for each pick up for each site within three (3) working days of destruction. The contractor shall maintain proper records concerning each Certificate of Destruction issued. The Certificate of Destruction shall as a minimum contain the following: a. Pickup/Delivery Location b. Pickup/Delivery Date c. Name of Government COR at Pickup Location d. Amount of shredded waste (number of containers picked up and pounds shredded) e. Destruction Certification Document Number f. Destruction Certification Date g. Any other information as determined necessary by the COR. Final destruction must be performed by a National Association for Information Destruction (NAID) certified; bonded and insured recycler or paper mill and any intermediary processes must protect the records until final destruction is completed. The wastepaper contractor must be required to wet pulp, macerate, chop, shred, or otherwise definitively destroy the information contained in the records so that it is not readable or reconstructable. The destruction of the information must be witnessed either by a Federal employee or, if authorized by the organization that created the records, by a contractor employee. This witnessing may be completed by the wastepaper contractor as long as a documented certification of destruction is provided to VA that certifies complete destruction of the records. The vendor will provide the facility with documented evidence of the amount and date the material was collected prior to transporting off-site. R ACTIVITY LOGS/REPORTS: The contractor shall maintain an Activity Log of shredding/destruction services accomplished at each site. One copy of the Activity Log shall be provided to the COR with a copy of the monthly invoice. The contractor will provide to the site COR an annual report of the approximate tonnage of paper recycled for each medical center as a total for that medical center and associated facilities. S CONTRACTOR PERSONNEL: 1. The contractor shall provide the COR with a list of contractor employees expected to enter the buildings to pick up confidential documents, that have or in the process of a background check in order to receive the Security Badge require per (H). Based on local facility polices, the contractor may be required to report to the VA Medical Center Police Office to receive the temporary access badge. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. 2. As applicable to local facility polices an access badge will be given to the contractor s employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the COR. All contract personnel must properly display their access badges. All contractor personnel are required to wear Contractor ID Badges noting Contractor Name, Personal Name, and Photo of Contractor personnel. Access badges must be worn at or above the waist (facing forward.) The pictures and access code information (front of the card) must be visible at all time while on VA premises. The contractor s employees must return the access badge(s) to the COR when it is no longer needed because of retirement, separation, change of employee duties, functions, etc. 3. The contractor shall provide qualified employees. The contractor shall be required to comply with all security requirements of VA Heartland Network 15. The contractor shall be responsible for coordinating with the COR and providing all information required of their employees for performance of work. All security requirements must be met, and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. T CONTRACTOR VEHICLES: All contractor vehicles utilized in this contract shall be insured (up to the minimum coverage required by the State in which the VA facility is located) and maintain current state vehicle registration. All contractor employees shall possess a valid State Driver s license and have no traffic violations on his/her driving record. The contractor or his/her employees while performing under this contract shall use no personal vehicles. U QUALITY ASSURANCE: The Government may inspect each task as completed or increase the number of quality control inspections if deemed appropriate because of repeated failures discovered during quality control inspections. Likewise, the government may decrease the number of quality control inspections if performance dictates. The Government will also receive and investigate complaints from various customers located at the business locations. V PARKING: 1. It is the responsibility of the contractor s personnel to park in the appropriate designated parking areas. Parking information shall be coordinated with each facility COR. 2. VA Heartland Network 15 does not validate or make reimbursement for parking violations of the contractor s personnel under any cir...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18ea978e42b14cdf9d80f50bce9174aa/view)
 
Place of Performance
Address: VISN 15 81 & MORE VARIOUS LOCATIONS WITHIN VISN 15, USA
Country: USA
 
Record
SN06161581-F 20211022/211020230117 (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.