Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2022 SAM #7694
SOLICITATION NOTICE

65 -- RFQ-Dental Instrumentation-Knoxville-621

Notice Date
12/19/2022 10:53:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24923Q0068
 
Response Due
1/6/2023 11:00:00 AM
 
Archive Date
03/07/2023
 
Point of Contact
Nicole McVey, Contract Specialist, Phone: emails only, please
 
E-Mail Address
Elyse.McVey@va.gov
(Elyse.McVey@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis-Solicitation for Commercial Items 36C24923Q0068 2 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. The James H. Quillen Veterans Affairs Medical Center is seeking to purchase BRAND NAME Hu-Friedy dental instrumentation for the activation of the Knoxville Dental Clinic. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08. This solicitation is set-aside 100% for SDVOSB. A redacted Justification for Single Source Award is included as Attachment 1. The associated North American Industrial Classification System (NAICS) code for this procurement is 339114, with a small business size standard of 750. The FSC/PSC is 6520. All interested companies shall provide Brand Name quotations for the following: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 30.00 EA ____________ ____________ IMNPROPHY IMS Infinity Series Prophy Setup LOCAL STOCK NUMBER: IMNPROPHY 0002 50.00 EA ____________ ____________ IMS Infinity Series Exam Setup LOCAL STOCK NUMBER: IMNEXAM 0003 50.00 EA ____________ ____________ IMS Infinity Series Restorative Setup LOCAL STOCK NUMBER: IMNRESTOR 0004 15.00 EA ____________ ____________ IMS Infinity Series Endo Setup LOCAL STOCK NUMBER: IMNENDO 0005 400.00 EA ____________ ____________ Infinity Series A/W Clip Next Gen LOCAL STOCK NUMBER: IM1005N 0006 15.00 EA ____________ ____________ Oral Surgery Sig Cassette Orange LOCAL STOCK NUMBER: IMOS3 0007 10.00 EA ____________ ____________ OS, Red, 3 Elevators, 14 Reg Rails LOCAL STOCK NUMBER: IMOS0-14E3 0008 10.00 EA ____________ ____________ #34S Seldin Str. Elevator LOCAL STOCK NUMBER: E34S-U 0009 10.00 EA ____________ ____________ #301 Apexo Elevator LOCAL STOCK NUMBER: E301-U 0010 10.00 EA ____________ ____________ #77R Elevator (Serrated) LOCAL STOCK NUMBER: E77R-U 0011 10.00 EA ____________ ____________ Cone Socket Mirror Handle, Satin Steel LOCAL STOCK NUMBER: MH6-U 0012 10.00 EA ____________ ____________ MIRROR,DENTAL,CONE SOCKET,FRONT SURFACE,NUMBER 5,STAINLESS STEEL,HANDHELD,REUSABLE LOCAL STOCK NUMBER: MIR5 0013 10.00 EA ____________ ____________ #3 Scalpel Handle LOCAL STOCK NUMBER: 10-130-03-U 0014 10.00 EA ____________ ____________ #9 Molt Periosteal Elevator LOCAL STOCK NUMBER: P9-U 0015 10.00 EA ____________ ____________ #86 Lucas DE Surgical Curette LOCAL STOCK NUMBER: CL86-U 0016 10.00 EA ____________ ____________ #1X Miller-Colburn Bone File LOCAL STOCK NUMBER: BF1X-U 0017 10.00 EA ____________ ____________ #43 Adson-Brown Tissue Pliers LOCAL STOCK NUMBER: TP43-U 0018 10.00 EA ____________ ____________ #9 Dean Scissors LOCAL STOCK NUMBER: S9-U 0019 10.00 EA ____________ ____________ Mayo-Hegar Needle Holder LOCAL STOCK NUMBER: NHMH-U 0020 10.00 EA ____________ ____________ #1 Hu-Friedy Rongeurs LOCAL STOCK NUMBER: R1-U 0021 10.00 EA ____________ ____________ Retractor U of Minnesota LOCAL STOCK NUMBER: CRM-U 0022 5.00 EA ____________ ____________ Markel Mouth Prop (Child Pair) LOCAL STOCK NUMBER: MP52-U 0023 20.00 EA ____________ ____________ Syringe Anesthetic Aspir CW Style 1.8ml LOCAL STOCK NUMBER: SYRCW-U 0024 10.00 EA ____________ ____________ #2 Kelly Hemostat - Curved LOCAL STOCK NUMBER: H2-U 0025 10.00 EA ____________ ____________ #3 Mosquito Hemostat - Curved LOCAL STOCK NUMBER: H3-U 0026 10.00 EA ____________ ____________ Backhaus Towel Clamp - 3 1/4in LOCAL STOCK NUMBER: TC3-U 0027 6.00 EA ____________ ____________ COLORVUE Probe Handle, #6 LOCAL STOCK NUMBER: PH6 0028 10.00 EA ____________ ____________ #TU17/23 DE Explorer, Satin XTS Coating LOCAL STOCK NUMBER: EXTU1723XT 0029 10.00 EA ____________ ____________ #EN1 DE EXPLORER #6 SATIN STEEL HANDLE LOCAL STOCK NUMBER: EXDENT16 0030 10.00 EA ____________ ____________ #23/CP-12 Expro, XTS 6 Satin Steel Hdl LOCAL STOCK NUMBER: XP23/12XTS 0031 4.00 EA ____________ ____________ Signature Series Complete Tub - Orange LOCAL STOCK NUMBER: IMS-1403 0032 2.00 EA ____________ ____________ #5 HD CS Mirror DS, 1 EA LOCAL STOCK NUMBER: MIR5DSHD 0033 10.00 EA ____________ ____________ Cone Socket Mirror Handle, Satin Steel LOCAL STOCK NUMBER: MH6 0034 10.00 EA ____________ ____________ #2 Dressing Pliers (College) LOCAL STOCK NUMBER: DP2 0035 10.00 EA ____________ ____________ Articulating Paper Forceps LOCAL STOCK NUMBER: APF2 0036 10.00 EA ____________ ____________ Universal Crown Remover LOCAL STOCK NUMBER: CRGR 0037 4.00 EA ____________ ____________ Iwanson Spring Caliper Wax LOCAL STOCK NUMBER: CLP2 0038 5.00 EA ____________ ____________ #34 Seldin Str. Elevator LOCAL STOCK NUMBER: E34 0039 5.00 EA ____________ ____________ #301W Seldin Elevator LOCAL STOCK NUMBER: E301W 0040 5.00 EA ____________ ____________ #150 Cryer Forceps LOCAL STOCK NUMBER: F150 0041 5.00 EA ____________ ____________ #151 Cryer Forceps LOCAL STOCK NUMBER: F151 0042 5.00 EA ____________ ____________ #13 European Style Forceps LOCAL STOCK NUMBER: FX13E 0043 5.00 EA ____________ ____________ 23 Cowhorn, IS Forceps LOCAL STOCK NUMBER: F23IS 0044 5.00 EA ____________ ____________ #1 Hu-Friedy Rongeurs LOCAL STOCK NUMBER: R1 0045 5.00 EA ____________ ____________ #2 Davis SE Root Tip Pick LOCAL STOCK NUMBER: ED2 0046 5.00 EA ____________ ____________ #3 Davis SE Root Tip Pick LOCAL STOCK NUMBER: ED3 0047 5.00 EA ____________ ____________ #1 Heidbrink Root Tip Pick LOCAL STOCK NUMBER: EHB1 0048 5.00 EA ____________ ____________ #1L Seldin Elevator LOCAL STOCK NUMBER: E1L 0049 5.00 EA ____________ ____________ #1R Seldin Elevator LOCAL STOCK NUMBER: E1R 0050 20.00 EA ____________ ____________ #2 Kelly Hemostat - Curved LOCAL STOCK NUMBER: H2 0051 15.00 EA ____________ ____________ Mayo-Hegar Perma Sharp Needle Holder LOCAL STOCK NUMBER: NH5042 0052 5.00 EA ____________ ____________ Retractor U of Minnesota LOCAL STOCK NUMBER: CRM 0053 10.00 EA ____________ ____________ PLIERS DENTAL ADERER THREE JAW LOCAL STOCK NUMBER: 678-302 0054 5.00 EA ____________ ____________ Stainless Steel Ruler 6 inch LOCAL STOCK NUMBER: CLR6 0055 10.00 EA ____________ ____________ #1 Endo Dressing Pliers (Locking) LOCAL STOCK NUMBER: EPL1 0056 15.00 EA ____________ ____________ Syringe Anesthetic Aspir CW Style 1.8ml LOCAL STOCK NUMBER: SYRCW 0057 5.00 EA ____________ ____________ #10 (25G) Scissors LOCAL STOCK NUMBER: S10 0058 5.00 EA ____________ ____________ #2 Molt SE Curette LOCAL STOCK NUMBER: CM2 0059 5.00 EA ____________ ____________ Curette, Bone #6 Handle LOCAL STOCK NUMBER: CM116 0060 5.00 EA ____________ ____________ 9 Molt Periosteal Elevator, Black Line LOCAL STOCK NUMBER: P9X GRAND TOTAL _______________ Delivery of all quantities to the following location FOB Destination: James H. Quillen VA Medical Center Building 205 Warehouse Corner of Lamont Street and Veterans Way Mountain Home, TN 37684 Invoices shall be submitted in arrears upon acceptance of all products. The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into FAR 52.212-4 as an addendum to this contract: FAR 52.204-13, System for Award Management Maintenance, (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance, (AUG 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors, (NOV 2021) FAR 52.252-2, Clauses Incorporated by Reference, (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FAR 52.204-13, System for Award Management Maintenance, (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance, (AUG 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Contractors, (NOV 2021) VAAR 852.212-71, Gray Market Items, (APR 2020) VAAR 852.212-72, Gray Market and Counterfeit Items, (MAR 2020) VAAR 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items, (APR 2020) 852.203-70, Commercial Advertising 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72, Electronic Submission of Payment Requests 852.246-71, Rejected Goods VAAR 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, (SEPT 2021) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see F(a)FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-10 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [Contracting Officer fill-in or removal (see 13 CFR 121.1205). This requirement must be included for a single end item. However, if SBA has issued an applicable waiver of the nonmanufacturer rule for the end item, this requirement must be removed in the final solicitation or contract.] or [Contracting Officer tailor clause to remove one or other block under subparagraph (iii).] [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. [Contracting Officer fill-in or removal. See 13 CFR 121.406(d) for multiple end items. If SBA has issued an applicable nonmanufacturer rule waiver, this requirement must be removed in the final solicitation or contract.] (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] qualifies as a manufacturer or nonmanufacturer as stated herein and that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting requirement specified in the resultant contract, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address: ________________________________________ _________________________________________________________________ VAAR 852.247-73, Packing for Domestic Shipment, (OCT 2018) Material shall be packed for shipment in such a manner that will insure acceptance by common carriers and safe delivery at destination. Containers and closures shall comply with regulations of carriers as applicable to the mode of transportation. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2022) (JULY 2020) (DEVIATION) The following subparagraphs of FAR 52.212-5 are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (SEP 2021) (15 U.S.C. 657f). 52.219-28, Post-Award Small Business Program Rerepresentation (SEP 2021) (15 U.S.C. 632(a)(2)). 52.219-33, Nonmanufacturer Rule (SEP 2021) (15 U.S.C. 657s). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222 36, Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). 52.225-1, Buy American Supplies (NOV 2021) (41 U.S.C. chapter 83). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) (31 U.S.C. 3903 and 10 U.S.C 2307). The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items , (NOV 2021) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.204-7, System for Award Management, (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting, (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, (NOV 2021) FAR 52.212-2, Evaluation Commercial Products and Commercial Services, (NOV 2021) QUESTIONS: Potential offerors are to submit questions regarding this requirement via email to Elyse.McVey@va.gov and ronnie.hall2@va.gov on or before 12:00 PM Central Time on January 3, 2023 with the subject line, Dental Instruments. An amendment responding to all questions, which may or may not extend the response due date, will be published at Contract Opportunities. QUOTES: Offerors are to email complete quotes to Elyse.McVey@va.gov on or before 1:00 PM Central Time on January 6, 2023. Instructions for the Preparation of Quotes Offeror shall provide the following documentation for the quote to be considered: A completed Price Schedule (to include pricing for all Line Items), located on pages 1-5 of this document. An Authorized Distributor Letter from the OEM or by an intermediary distributor authorized by the OEM (See VAAR 852.212-72), which shows evidence of being an authorized OEM Distributor or Reseller of the quoted products. Delivery Date of quoted products. A letter from the OEM, confirming the quoted items are in stock and the delivery date included in the Offeror s quote is accurate. Completion of FAR Clause 52.225-2 Buy American Certificate, if applicable. Addendum to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES In accordance with FAR 13.106-2(b)(3), the Government will evaluate quotes based on the comparative evaluation process, by comparing one quote with another in a uniform and fair manner to determine which quote provides the best value to the Government. The following factors shall be used to evaluate offers: Past Performance, Date of Delivery, and Price. The Government will issue an order to the responsible vendor whose quotation conforming to the solicitation will be most advantageous to the Government, price, and other factors considered. Quotes will be evaluated to determine compliance with the requirements of this solicitation as follows: Past Performance. The past performance evaluation will be based on the Contracting Officer s knowledge of and previous experience with the supply being acquired and a review of the Contractor Performance Assessment Reporting (CPARS) and/or other available information. Date of Delivery. An evaluation will assess quotes depicting a firm delivery date that is most advantageous to the Government. Price. Offerors shall provide the unit price and extended price for the item listed above. The extended price will be evaluated as the overall price. (Note: Any delivery or freight charges shall be rolled into the item unit price as appropriate via FOB Destination) The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (End of Provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (MAY 2022) (JUL 2020) (DEVIATION) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Nicole McVey Contract Specialist Network Contracting Office 9 1630 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 Email: Elyse.McVey@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6ba0cb631d2e4ad2a441c0e5e7f8dc55/view)
 
Place of Performance
Address: Mountain Home VA Medical Center Knoxville Dental Clinic Corner of Lamont St and Veterans Way, Mountain Home, TN 37684, USA
Zip Code: 37684
Country: USA
 
Record
SN06547014-F 20221221/221219230106 (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.