Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

N -- Combined Synopsis/Solicitation GetWell TVs & Installation for Hospital Wide Upgrade Request for Quote (RFQ)

Notice Date
4/7/2021 2:06:57 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24521Q0350
 
Response Due
4/21/2021 8:00:00 PM
 
Archive Date
05/01/2021
 
Point of Contact
Contract Specialist, David J. Valenciabonilla, Phone: XXX-XXX-XXXX
 
E-Mail Address
David.Valenciabonilla@va.gov
(David.Valenciabonilla@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 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. This solicitation is issued as a REQUEST FOR QUOTE (RFQ)/BRAND NAME ONLY. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05. This solicitation is set-aside for: 100% Service Disabled Veteran Owned Small Business (SDVOSB) The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 (Other Computer Related Services), with a small business size standard of 150 employees. The Product Service Code (PSC) is N059 (Installation of Equipment - Electrical and Electronic Equipment Components). The Washington DC Veterans Affairs Medical Center (VAMC) is seeking to purchase GetWell Televisions and Installation for Hospital Wide Upgrade (exact replacement required). All interested companies shall provide quotations for the following (Must be Exact Match): Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 157 EA __________________ __________________ FLYTECH AIO SWING ARM, SUPPORTS 13 LBS, EXTENDED CABLES POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): PDI-AA1413-GWN-B LOCAL STOCK NUMBER: PDI-AA1413-GWN-B 0002 157 EA __________________ __________________ FLYTECH AIO RF KEYBOARD BUNDLE POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): FLYTECH AIO RF LOCAL STOCK NUMBER: FLYTECH AIO RF 0003 157 EA __________________ __________________ J72-6B-COMPRESSION POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): TFC46500620 LOCAL STOCK NUMBER: TFC46500620 0004 157 EA __________________ __________________ PDI 255E MOUNTING PLATE - GRAY POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): PDI-255E (GRAY) LOCAL STOCK NUMBER: PDI-255E (GRAY) 0005 157 EA __________________ __________________ PDI WALL MOUNT EXTENSION / U-SHAPE ENCLOSURE W/ COVER - GRAY POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): PDI-179C-GWN LOCAL STOCK NUMBER: PDI-179C-GWN 0006 8 EA __________________ __________________ FLYTECH AIO RF KEYBOARD BUNDLE POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): FLYTECH AIO RF KEYBO LOCAL STOCK NUMBER: FLYTECH AIO RF KEYBOARD 0007 8 EA __________________ __________________ FLYTECH AIO SWING ARM, SUPPORTS 13 LBS, EXTENDED CABLES POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): PDI-AA1413-GWN-B LOCAL STOCK NUMBER: PDI-AA1413-GWN-B 0008 8 EA __________________ __________________ PDI 255E MOUNTING PLATE - GRAY POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): PDI-255E (GRAY) LOCAL STOCK NUMBER: PDI-255E (GRAY) 0009 8 EA __________________ __________________ PDI WALL MOUNT EXTENSION / U-SHAPE ENCLOSURE W/ COVER - GRAY POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): PDI-179C-GWN LOCAL STOCK NUMBER: PDI-179C-GWN 0010 8 EA __________________ __________________ J72-6B-COMPRESSION POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): TFC46500620 LOCAL STOCK NUMBER: TFC46500620 0011 165 EA __________________ __________________ VOLTAGE BLOCKING COUPLER POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): VBC LOCAL STOCK NUMBER: VBC 0012 6 EA __________________ __________________ 11"" STANDARD DUTY NYLON CABLE TIES, 75 LBS TENSILE STRENGTH, UV BLACK (100 PCS) POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): CT11-75C0W-R LOCAL STOCK NUMBER: CT11-75C0W-R 0013 157 EA __________________ __________________ GOVERNMENT DEPLOYMENT FEE POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): GWN-DPLMNT-GV LOCAL STOCK NUMBER: GWN-DPLMNT-GV 0014 1 EA __________________ __________________ CABLING, INSTALLATION OF INFRASTRUCTURE AND GWN EQUIPMENT POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP PRINCIPAL NAICS CODE: 541519 - OTHER COMPUTER RELATED SERVICES PRODUCT/SERVICE CODE: N059 - INSTALLATION OF EQUIPMENT - ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS MANUFACTURER PART NUMBER (MPN): CABLING/INSTALLATION LOCAL STOCK NUMBER: CABLING/INSTALLATION 0015 1 EA __________________ __________________ SHIPPING AND HANDLING POP: ONE YEAR FROM DATE OF AWARD CONTRACT TYPE: FFP LOCAL STOCK NUMBER: SHIPPING AND HANDLING GRAND TOTAL __________________ STATEMENT OF WORK SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to install and network the existing GetWell TVs and infrastructure hardware that will support the Hospital Wide Upgrade. They shall run ethernet cable to support the televisions and provide cabling for the television and infrastructure equipment. The Contractor shall be responsible for trash disposal. 1. EQUIPMENT: The contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. 2. AREAS TO BE SERVICED: (one or all as necessary and appropriate to this contract) Washington DC VAMC 50 Irving Street NW Washington, DC 20422 3. PERIOD OF PERFORMANCE: One year from date of award. 4. TASK FREQUENCY AND INSTRUCTIONS: This will be a single visit, be it a single day or multiple days, at the facility for a period sufficient to complete the work set forth in the scope of work. This visit is to be scheduled in advance with the DC VAMC s Biomedical Engineering department. Contractor shall check in with Biomedical Engineering prior to visiting the worksite. Service report shall be provided within 5 business days of work completion. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use on the system. In the case of equipment turn-in, exchange, repair or replacement hard drives used by the VA shall be removed from the equipment and remain in possession of VA this includes loaned or rented equipment. 5. PROPERTY DAMAGE: The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 6. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. 7. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD: The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to bloodborne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract. FOB: Destination. Place of Performance/Place of Delivery Address: Washington DC VAMC Attn: Engineering 50 Irving St NW Washington, DC Postal Code: 20422 Country: United States The following solicitation clauses and provisions but not limited to apply to this acquisition: FAR 52.212-1, Instructions to Quoters Commercial Items ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3( b ) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. End of Provision FAR 52.212-2, Evaluation Simplified Acquisition Procedures Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate quotations: Price Alone. Must provide an Authorized Distributor Letter. Price: The Government will evaluate the price by adding the total of all line item prices, including all options The Total Evaluated Price will be that sum. Firm-Fixed Price. End of Provision FAR 52.212-3, Quoters Representations and Certifications Commercial Items www.sam.gov registration is required to be complete at time of submission of response. Quoters 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, Quoters Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply but not limited to: 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 (Jan 2021) Applicable clauses are but not limited to: 52.203-6, 52.203-17, 52.203-70, 52.204-4, 52.204-10, 52.204-13, 52.204-18, 52.209-6, 52.217-8, 52.219-8, 52.219-27, 52.219-28, 52.219-74. 52.222-19, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52,228-5, 52.232-18, 52.232-19, 52.232-33, 52.232-40, 52-233-3, 852-203-70, 852.204-70, 852.212-72, 852.212-73, 852.219-10, 852.232-72, 852.233-70, 852.233-71, 852.242-71, 852.246-71, 852.270-1. Applicable provisions are but not limited to: 52.204-7, 52.204-16, 52.204-24, 52.212-1, 52.212-2, 52.212-3, 52.216-1, 52.229-11, 52.233-2. The full text of FAR provisions or clauses may be accessed electronically at: http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) All quoters shall submit the following: Quotes shall be submitted on company letterhead. Commercial format is encouraged. All quoters shall include the following information printed on each quote: DUNS Number E-mail Address Legal Business/Company Name (as it is indicated in beta.SAM.gov | Home) Point of Contact Name Telephone number Warranty Information (Can be a separate attachment) Authorized Distributor Letter 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. Submission of your response shall be received not later than April 21, 2021 at 11:00 PM EST at email: David.Valenciabonilla@va.gov. No quotes will be accepted through phone, fax, or any other means of communication. No late submissions of quotation(s) will be accepted. Point of Contact David J. Valenciabonilla | David.Valenciabonilla@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/926f5442dee340bb82a2b009593109a2/view)
 
Place of Performance
Address: U.S. Department of Veterans Affairs Veterans Health Administration Washington DC VA Medical Center 50 Irving St NW, Washington, DC 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN05964779-F 20210409/210407230112 (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  © 1994-2020, Loren Data Corp.