SPECIAL NOTICE
J -- INTENT TO SOLE SOURCE | CLARKSBURG VAMC | Full-Service Annual Preventative and Corrective Maintenance Service Agreement - PYXIS PRODUCTS/SERVICES by CAREFUSION SOLUTIONS LLC
- Notice Date
- 10/1/2023 6:59:53 PM
- Notice Type
- Justification
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24524Q0028
- Archive Date
- 10/31/2023
- Point of Contact
- AMY WALTER, CONTRACTING OFFICER, Phone: 410-691-7312
- E-Mail Address
-
AMY.WALTER1@VA.GOV
(AMY.WALTER1@VA.GOV)
- Award Number
- 36C24524Q0028
- Award Date
- 10/01/2023
- Awardee
- CAREFUSION 2200, INC. SAN DIEGO 92130
- Award Amount
- 0
- Description
- CLARKSBURG VAMC ACP-PLAN: 36C245-23-AP-1977 IFCAP/2237: 540-24-1-153-0001 Page 2 of 2 SCOPE OF WORK PROJECT NAME CAREFUSION: PREVENTIVE MAINTENANCE Pyxis Pharmacy Equipment Location Louis A. Johnson VA Medical Center 1 Medical Center Dr. Clarksburg, WV 26301 SERVICES Contractor shall provide a Full-Service Annual Preventative and Corrective Maintenance Service Agreement, detailed below, for the listed pharmacy automated medication dispensing equipment located at the VAMC in Clarksburg, WV. All services shall be provided in accordance with the specifications, terms and conditions contained herein. Covered Equipment and Systems Period of Performance: The Period of Performance is for a base year: October 1, 2023 thru to September 30, 2024 The following equipment and systems are to be covered under this service contract. EE # Model Serial Category Location N/A ES VM Large Server w/SQL 42821606 SERVERS: MEDICAL B108-1 33815 IMX105 2105925 REFRIGERATOR MECHANICAL BIOLOGICALS 1220L-1 33816 IMX105 2105954 REFRIGERATOR MECHANICAL BIOLOGICALS 4B14-1 33817 IMX105 2105953 REFRIGERATOR MECHANICAL BIOLOGICALS 3322-1 33818 IMX105 2105906 REFRIGERATOR MECHANICAL BIOLOGICALS B214C-1 33819 IMX105 2105905 REFRIGERATOR MECHANICAL BIOLOGICALS 5A143-CLC 33820 IMX105 2105926 REFRIGERATOR MECHANICAL BIOLOGICALS 3341-1 33821 IMX105 2105904 REFRIGERATOR MECHANICAL BIOLOGICALS 3A106-1 33822 IMX105 2105903 REFRIGERATOR MECHANICAL BIOLOGICALS 1124W-1 33814 IMX113 2105787 REFRIGERATOR MECHANICAL BIOLOGICALS 1273-1 26133 MEDSTATION 4000 15303468 AUTOMATION SYSTEMS: MEDICATION DISPENSING 1220L-1 26134 MEDSTATION 4000 15319571 AUTOMATION SYSTEMS: MEDICATION DISPENSING 1220L-1 26538 MEDSTATION 4000 15359829 AUTOMATION SYSTEMS: MEDICATION DISPENSING B214C-1 25865 MEDSTATION ES 15251199 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3341-1 25867 MEDSTATION ES 15251196 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3A106-1 25868 MEDSTATION ES 15251198 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3322-1 25869 MEDSTATION ES 15251195 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3A106-1 25872 MEDSTATION ES 15251200 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3B142-1 25874 MEDSTATION ES 15251197 AUTOMATION SYSTEMS: MEDICATION DISPENSING 5A143-CLC 25963 MEDSTATION ES 15282061 AUTOMATION SYSTEMS: MEDICATION DISPENSING 4B14-1 25964 MEDSTATION ES 15282067 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3341-1 25965 MEDSTATION ES 15282069 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3315-1 25966 MEDSTATION ES 15282060 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3A106-1 25967 MEDSTATION ES 15282063 AUTOMATION SYSTEMS: MEDICATION DISPENSING 5A143-CLC 25968 MEDSTATION ES 15282058 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3A106-1 25969 MEDSTATION ES 15282057 AUTOMATION SYSTEMS: MEDICATION DISPENSING C132-20 25970 MEDSTATION ES 15282059 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3A106-1 25971 MEDSTATION ES 15282056 AUTOMATION SYSTEMS: MEDICATION DISPENSING C132-20 25972 MEDSTATION ES 15282065 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3322-1 25973 MEDSTATION ES 15282072 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3B142-1 25974 MEDSTATION ES 15282062 AUTOMATION SYSTEMS: MEDICATION DISPENSING 5A143-CLC 25975 MEDSTATION ES 15282070 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3315-1 25976 MEDSTATION ES 15282068 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3341-1 26131 MEDSTATION ES 15319569 AUTOMATION SYSTEMS: MEDICATION DISPENSING 1220L-1 26132 MEDSTATION ES 15319572 AUTOMATION SYSTEMS: MEDICATION DISPENSING 1273-1 26269 MEDSTATION ES 15331711 AUTOMATION SYSTEMS: MEDICATION DISPENSING 3B115-1 26270 MEDSTATION ES 15331712 AUTOMATION SYSTEMS: MEDICATION DISPENSING 2150-1 26271 MEDSTATION ES 15331714 AUTOMATION SYSTEMS: MEDICATION DISPENSING 1115H-1 26272 MEDSTATION ES 15331713 AUTOMATION SYSTEMS: MEDICATION DISPENSING 1124W-1 26273 MEDSTATION ES 15331715 AUTOMATION SYSTEMS: MEDICATION DISPENSING 2208A-1 26539 MEDSTATION ES 15355718 AUTOMATION SYSTEMS: MEDICATION DISPENSING B214C-1 32759 MEDSTATION ES 15477725 AUTOMATION SYSTEMS: MEDICATION DISPENSING 108-CBC MON 32801 MEDSTATION ES 15477724 AUTOMATION SYSTEMS: MEDICATION DISPENSING 102/BRAXTON 34492 Codonics SLS550I 144C06201C.01 PRINTERS: MEDICAL 3316-1 34493 Codonics SLS550I 144C06209C.01 PRINTERS: MEDICAL 3319-1 34494 Codonics SLS550I 144C06228C.01 PRINTERS: MEDICAL 3321-1 34495 Codonics SLS550I 144C06229C.01 PRINTERS: MEDICAL 3B134-1 34496 Codonics SLS550I 144C06230C.01 PRINTERS: MEDICAL 3317-1 34497 Codonics SLS550I 144C06231C.01 PRINTERS: MEDICAL 3B136-1 N/A Med Knowledge Portal Access N/A N/A N/A N/A CCE Enterprise SW Site License N/A N/A N/A 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. Unscheduled Service and maintenance parts & labor are provided at no additional customer cost. Unscheduled Service is provided. Telephone and remote support are provided. Equipment Verification will be provided by the Contractor at no additional customer cost. 2. DEFINITIONS/ACRONYMS: Biomedical Engineering Supervisor CO - Contracting Officer. 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. CM Corrective Maintenance. Maintenance tasks that are undertaken to identify, isolate and repair a fault in order to restore equipment, a machine or a system to an operational condition so it can perform its intended function. Services may include troubleshooting, disassembly, adjustment, repair, part replacement, realignment, and operational verification to manufacturer s or VA s performance specifications, whichever is most rigorous. 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 - Contractor 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 - VAMC 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. VAMC - Department of Veterans Affairs Medical Center. OEM - Original Equipment Manufacturer 3. 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. 4. PREVENTIVE MAINTENANCE (PM): Contractor shall perform annual Preventive Maintenance inspections as per contract and manufacturer recommendations on equipment listed in Covered Equipment and Systems section. The contractor shall furnish documentation, including all measurement and calibration data to certify that the system is performing in accordance with the performance specifications. 5. CORRECTIVE MAINTENANCE (CM): Unscheduled maintenance labor, parts, and travel are covered. Telephone response is covered. Remote services are offered 24/7/365. Contractor must have approved VA MOU-ISA. Onsite response is two business days (or as agreed upon per event). There is a 97% uptime guarantee with this contract. Contractor will provide 24/7/365 support for all Pyxis Products maintenance activities including but not limited to (i) basic product feature support, (ii) basic hardware issue resolution, including drawer jams, cleaning of biometric identification devices, and network cabling issues, (iii) all Pyxis Equipment break/fix activities that require a trained service technician for triage, troubleshooting and service part replacement;, (iv) defects in Pyxis Products, (vi) station database and operating system services, (vii) support for server hardware acquired from contractor, and (viii) Interfaces. This coverage includes labor and travel of contractor staff. Onsite response is guaranteed within eight (8) hours. Contractor will schedule and deploy OEM-approved software patches for all services and stations that are not maintained by VA. Contractor will provide one-time training to VA personnel for (i) basic product feature support for internal staff, including but not limited to general product use, facility-specific and general system settings and user log-in practices, and (ii) customer specific network connectivity and configuration. All required parts shall be furnished by the Contractor. Any exceptions shall be noted by the contractor in writing prior to the initiation of the contract. Please see Section 7, PARTS for more information about parts. All subsequent decisions on classification of parts are at the discretion of the Biomedical Engineer. The CO, COR or designated alternate has the authority to approve/request a service call from the contractor. Updates that increase safety, performance level, or reliability are included. During the Support Term, if the OEM generally releases an Upgrade to the Integral Software, then the contractor will install the Upgrade via remote support or by other means chosen by the contractor and will deliver notice to the VA. Upgrade means a major enhancement, new feature or other improvement to the Integral Software, but does not include any hardware, Third Party Software, or any other Integral Software that OEM generally licenses separately. 6. HOURS OF COVERAGE: Contractor will provide 24/7/365 support. 7. PARTS: Parts for preventative and unscheduled maintenance are covered. The contractor shall furnish and replace parts at no cost. The contractor shall have ready access to unique and/or high mortality replacement parts. All parts supplied shall be OEM. The contract shall include all parts with the exception of consumable or expendable items. The contractor shall use new or rebuilt parts. Used parts, those removed from another system, shall not be installed without approval by the COR. The contractor is required to install VA supplied parts when said parts are determined to be fully compatible. The determination of compatibility is at the discretion of the COR. 8. SERVICE MANUALS: The VAMC 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. 9. DOCUMENTATION/REPORTS: Contractor will provide documentation/reports Within 10 days of the end of the calendar month in which dispatch occurred. The documentation will include equipment down time and detailed descriptions of the scheduled and unscheduled 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# 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 CONTRACTING OFFICER BEFORE SERVICE IS COMPLETED! 10. 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. 11. 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. 12. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO and/or 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/or COR with a written estimate of the cost to make necessary repairs. 13. CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment described in the Covered Equipment and Systems section, 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. 14. 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 Covered Equipment and Systems section. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment identified in Covered Equipment and Systems section. The FSE(s) shall be authorized by the OEM and 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 VAMC. The CO 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 VAMC 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 VAMC equipment. 15. TEST EQUIPMENT: Prior to commencement of work on this contract, the contractor shall make available if requested t 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 VAMC. Test equipment calibration shall be traceable to a national standard. 16. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's FSE shall always wear visible identification 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-Security Service. 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. 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. 17. 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. 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. INFORMATION SECURITY: Per VA Handbook 6500.6 Appendix B: Due to the threat of data breach, compromise or loss of information that resides on either VA-owned or contractor-owned systems, and to comply with Federal laws and regulations, VA has developed an Information and Information Technology Security clause to be used when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor, subcontractor or a third party in any format (e.g., paper, microfiche, electronic or magnetic portable media). In solicitations and contracts where VA Sensitive Information or Information Technology will be accessed or utilized, the CO shall insert the clause found at 852.273-75, Security Requirements for Unclassified Information Technology Resources. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Per VA Handbook 6500.6 Appendix C: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). OEM SOLE SOURCE LETTER **Required, if Response is Given to this INTENT TO SOLE SOURCE** ALL RESPONDENTS SHALL INCLUDE and SUBMIT THE FOLLOWING: Responses to this Request for Information (RFI) shall include company name, address, point of contact, phone number, point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 423450, (size standard of 200 employees, per SBA Table of Small Business Size Standards 2022) AND whether your company is a special socio-economic status (i.e., SDVOSB, VOSB, Small Business, HUBZone, etc.) Respondents shall answer the following questions: Size, status, and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Small Business (SB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? (Size standard of = or < $30M, per SBA Table of Small Business Size Standards 2022) Is your company a large business? Does your company have an FSS contract with GSA or the VA NAC or a GWAC contract holder with any other federal agency? If so, please provide the contract number. If your company holds a FSS GSA/VA NAC contract other federal GWAC contract holder, are the services requested available on your schedule/contract? General pricing of your products is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Information provided by potential sources will be utilized by the Government to determine market availability and procurement strategy. **A contract award will not result from this RFI Notice. Vendors who can meet the requirements listed above shall provide the following information: Business Name Business Address Business Point of Contact, including phone number and email address Business size Business Socioeconomic Status Federal Supply Scheduling (FSS) number, if the items required by the Government are available for purchase on an FSS contract. Any other pertinent capability information that relates to the above stated requirement. ***WILL YOUR COMPANY BE DOING ALL OF THE WORK? IF NOT, WILL YOUR COMPANY BE SUB-CONTRACTING OUT THE WORK?***MUST ANSWER*** Do you intend to self-perform this effort? If you are located outside of the state of Maryland, West Virginia, Virginia, Washington DC, Delaware, how will you self-perform? Or, do you intend to sub-contract the work under these requirements? For SDVOSB/VOSB vendors: If you intend to subcontract the work under this contract, how will you ensure compliance with the limitations of sub-contracting clause VAAR 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2becf4c5d9ea4bdcb3a32c6f180ad7d0/view)
- Record
- SN06850465-F 20231003/231001230052 (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 |