SOURCES SOUGHT
J -- Single Vendor BPA, Automatic Door Operators
- Notice Date
- 10/9/2025 5:45:53 AM
- Notice Type
- Sources Sought
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0024
- Response Due
- 10/17/2025 2:00:00 PM
- Archive Date
- 11/16/2025
- Point of Contact
- Nathan Langone, Contract Specialist, Phone: 603-624-4366
- E-Mail Address
-
Nathan.Langone@va.gov
(Nathan.Langone@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation. If a solicitation is issued it shall be announced at a later date, and all interest parties must response to that solicitation announcement separately. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 811310 (Commercial and Industrial Machinery and Equipment Repair and Maintenance) SBA size standard $12.5 Million. The Veterans Health Administration (VHA) is seeking a vendor for Automatic Door Openers (ADO s) Inspection and Repair Services that can be used to issue individual task orders (TO s) for service to each VA Medical Center (VAMC) listed below. The purpose of this solicitation is for interested vendors to provide quotes that could lead to a single-award VA Connecticut Healthcare System BPA, to allow eligible VAMC s to meet future Automatic Door work requirements. The duration of the BPA will be 5 years from the date of award. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirements described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this Sources Sought Notice by 17:00 EST, 17th of October 2025. All responses under this Sources Sought Notice must be emailed to Nathan.Langone@va.gov with Sources Sought # 36C24126Q0024 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested parties should complete the attached Sources Sought Worksheet. Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Sources Sought Worksheet. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format. PERFORMANCE WORK STATEMENT BLANKET PURCHASE AGREEMENT For Inspection and Repair Services of Automatic Door Openers (ADOs) GENERAL This is a solicitation for a Basic Purchasing Agreement (BPA) for Automatic Door Openers (ADO s) Inspection and Repair Services that can be used to issue individual task orders (TO s) for service to each VA Medical Center (VAMC) listed below. The purpose of this solicitation is for interested vendors to provide quotes that could lead to a single-award VA Connecticut Healthcare System BPA, to allow eligible VAMC s to meet future Automatic Door work requirements. The duration of the BPA will be 5 years from the date of award. The Performance Work Statement (PWS) details the basic requirements of the resulting BPA. There is no guarantee of work orders to be placed off the BPA. Work may be ordered off the BPA on a Task Order (TO) basis, generally of either a job or annual basis with defined work requirements. The contractor will be required to respond to automatic door issues. Successful vendors will provide labor, transportation, materials, apparatus, tools, equipment, along with applicable state license and permits necessary for these services. Additional, related work may be ordered by the VA Contracting Officer, at their discretion. No work outside of that detailed in this work description will be paid by the VA without the express prior written authorization of the Contracting Officer. No other government employee has the authority to change the resulting contract s terms or conditions or to commit funding. No funding is guaranteed by the award of this BPA. The VA Contracting Officer may appoint a Contracting Officer s Representative (COR) to coordinate and supervise the work on behalf of VAMC s. TASKS While each TO s specified work may vary, the tasks that may be ordered using the resulting BPA are: Inspections of ADOs. Installation and repair of electronic ADOs. Emergency response services. Preventative Maintenance Services. Preventative maintenance shall be performed on each ADO defined in Appendix A. Appendix A may not be a complete listing of all ADO s, and the vendor may be contacted to maintain or repair ADO s not documented in the Appendix. Preventative maintenance shall be performed by the issuance of a TO and should include but not be limited to the following: Inspection and lubrication of all mechanical systems. Inspection and verification of motor operation and condition. Investigation and verification of door operating speeds and force in compliance with ADA standards. Inspection and verification of control functionality and condition in compliance with ADA standards. Inspection of all electrical and control connections. Inspection of operator housing to identify any damage or concerns. The vendor shall provide a detailed list of documented discrepancies within 15 working days of the conclusion of the preventative maintenance interval. Other services related to the above tasks. Coordinate all placement and removal of Lockout Tagout devices for any energy sources with FMS VA COR/Maintenance & Operations IAW Medical Center Policy, MCP 138-075. Protect all equipment in place during work activities. WORK REPORT REQUIREMENTS The contractor shall provide reports detailing the status of the serviced items, any deficiencies, and actions taken to correct identified deficiencies to the COR. The COR may also require the contractor to complete additional reports to meet facility standards, at no additional cost to the VAMC. VAMC WORK CONDITIONS The technician s service site visit shall be scheduled in advance with the permission of the COR. Technicians who show up without prior permission may be turned away at the fault of the vendor. When the technician arrives at the VAMC to perform the work, the technician shall check in with the COR and follow their directions in performing the work in accordance with VAMC standards. The government retains the right to refuse entry to the VAMC to any personnel for any or no reason. WORK HOURS: Routine Working hours are from 7:00 a.m. EST to 4:30 p.m. EST weekdays. This may vary by VAMC, and if so, will be specified in individual TO s. National holidays are excluded from routine working hours. Scheduling must be coordinated in advance with the COR of the ordering VAMC. The vendor should expect to provide (at the longest) a 5 -day response time to have a qualified technician at the requesting site and ready to work for routine hour work requests. Emergency response capability must be available by the vendor. A 2-hour response time from when a COR initiates the call for service to having a qualified technician at the requesting site and ready to work for emergency requests. VA CONNECTICUT HEALTHCARE SYSTEM (VACHS) VA MEDICAL CENTER WEST HAVEN 950 Campbell Avenue West Haven, CT 06516 VA MEDICAL CENTER NEWINGTON 555 Willard Avenue Newington, CT 06111 INFECTION CONTROL Contractor shall conform to the infection control measures as specified in individual TO s. Reasonable pricing adjustments that result from elevated infection control measure costs will be considered on the TO quote evaluations. SECURITY REQUIREMENTS The contractor shall comply with all security regulations imposed by the ordering VAMC, as articulated by the COR and VA Police. Any necessary security clearances shall be obtained prior to commencement of work. Contractor Check-In: All employees of the service provider shall comply with VA Security Management Program and obtain permission of the VA Police and restricted from unauthorized access. Upon arrival, the contractor shall sign-in at Building 15, FMS office in West Haven, or Building 3, 3rd Floor, FMS office in Newington, and/or receive a temporary identification badge prior to performing services at VA Connecticut Healthcare System. The contractor shall wear visible identification always displaying the name and company ID while on site. All site visits shall be coordinated with the VA COR. TRANSPORTATION, HANDLING, AND STORAGE The contractor shall coordinate with suppliers and shippers to ensure that incoming materials are properly identified with the contractor s information. The contractor shall designate an authorized individual to be available to receive shipment. The VAMC warehouse facilities are not the shipping point and are not available for Contractor s use, without the CO s prior, written approval. On-site storage will have to be coordinated with the VAMC s COR. The CO will not authorize payment for any issues or damages arising from the receipt of materials not properly handled in accordance with these terms. CLEANUP AND DISPOSAL OF DEBRIS AND FILL MATERIALS At the end of each workday, the contractor shall clean up the work and storage areas and stack all materials in a manner approved by the COR. Upon completion of a project, the contractor shall ensure that all dirt, trash, and debris resulting from the construction operations are removed from the work area. Unless directed otherwise in the TO, disposal of debris shall be made at the contractor s expense and shall be delivered to a state-approved disposal site located off the VAMC grounds. Debris shall not be left in such a manner that wind or other weather conditions can cause the debris to be scattered outside the work area or inside the facilities via local foot traffic. QUALITY ASSURANCE The COR shall monitor contractor performance quality, and the COR s feedback will inform the performance evaluations created by the CO. Key items the COR will watch for include, but are not limited to; response timeliness, technician preparation and readiness to perform the work, the quality of the work performed, professionalism of the technicians, compliance with contract and facility requirements, and proper invoicing. The COR shall inform the CO of any performance deficiencies. If the CO finds the complaint to be valid, he shall give the contractor an opportunity to correct the deficiency (at no additional cost to the VA.) If correction is not made by the contractor; the CO may authorize payment of less than the invoiced amount for services rendered and retains the right to exercise all other legal remedies. The contract shall provide at least a 1-year manufacturer s warranty on all parts and labor. The VAMC will not pay for travel and shipping costs associated with any warranty repairs. These costs shall be borne by the contractor. Parts may be purchased and provided for the use by the VA. Parts purchased by the VA and used by the contractor but is found to have latent deficiencies will be exempt from this warranty requirement. CONTRACTOR QUALIFICATIONS The contractor shall provide high quality technicians with adequate training to resolve all the inspection or repair issues encountered. All technicians used by the contractor in contract performance must possess any required factory certified training for installation and repair of electronic ADO equipment. All work shall be in conformance with the following standards/codes/specifications to include but not limited to: National Fire Protection Association (NFPA) 101-15 Life safety code. Builders Hardware Manufacturers Association (BHMA) A156.10-11 Power operated pedestrian doors. OEM specifications and maintenance manuals on recommended services and service intervals. OEM s shall include but not be limited to the following: Nabco Gyrotech Besam Automatic Door Systems Boon Edam Pro Swing Ditec Horton Dept. of Veterans Affairs Master Construction Specification Division 8 Section 08 71 13. The contractor must have a minimum of 5 years experience working in the hospital environment. The contractor must have an established supply network and a proven ability to secure parts needed for these service tasks. The contractor must have the ability to inspect the state of the electronic and automatic door openers. ORDERING Individual TO s will be issued on an as-needed basis during the life of the BPA. Contractors shall have the ability to accept credit card orders. The services to be furnished under this contract will be ordered by issuance of TO s by the CO for eligible VAMC s. Any properly warranted federal Contracting Officer in NCO1 is authorized to issue orders from the BPA for services within VISN 1. All TO s incorporate the terms and conditions of the BPA. The Government reserves the right to incorporate additional clauses and terms as appropriate into individual TO solicitations and awards. QUOTE REQUIREMENTS For quotes submitted for this solicitation to be considered responsive, they must address these elements: PRICING INFORMATION REQUIRED: As the BPA does not have set task details on which vendors can provide quotes, the resulting Task Orders will. To establish which quote presents the best value to the government, the price elements that will be used to produce Firm-Fixed Price Task Orders using the BPA shall be provided by quoting vendors. The price elements identified by the CO required are: The contractor will provide a routine service hourly rate. This represents the normal business hour timeframes outlined above. The contractor will provide an emergency service hourly rate. This represents both 24/7 emergency calls and outside normal business hours timeframe. Federal Holidays observed by the department of Veterans Affairs are as follows: New Years Labor Day MLK Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day The contractor will provide the minimum number of hours charged for a service call. The contractor will provide any mobilization fee for travel to and from VAMC for a service call not covered by the warranty. The base cost shall be included in the Price/Cost Schedule. If the mobilization fee changes from VAMC to VAMC, please indicate the changes in Section D next to each eligible VAMC. The contractor will provide their material cost mark-up % of materials that may be ordered to meet service needs over the cost of the material to the contractor. The quoting contractor is free to provide additional pricing information or structures over and above the elements listed above and in the Price/Cost Schedule. The elements identified by the CO are required to be provided, and quotes with incomplete responses will be considered non-responsive. CONTRACTOR INFORMATION REQUIRED The vendor s statement of which VAMC(s) they can service. Please indicate on the list in Section D at which VAMCs the vendor proposes to provide service. In all quotes submitted, the quoting vendor shall identify if they will self-perform the contract requirements or if they will subcontract any part of it. If subcontracting, the quoting vendor shall identify the percentage (%) of proposed contract value the prime and the subcontractor(s) will account for, as well as what key asks will be performed by which party. This will be closely monitored for compliance by the government, and the act of submitting a quote constitutes the granting of permission to the government to audit such activity. The CO retains the right to refuse the use of any subcontractor for any or no reason. The vendor shall provide copies of licenses and certifications required as described in Contractor Qualifications above. QUOTE EVALUATION CONSIDERATIONS The evaluation of quotes received will be done using the using Technical Ability, Past Performance, Pricing, and VAMCs to be Serviced as the factors. Non-price factors are more important than Price. Price remains important, as only the quote representing the best value to the government will be used. As Technical Ability is one of the Evaluation Factors being used in this Solicitation, the quoting vendor shall provide all details the vendor wishes to be considered in bolstering their claim to Technical Ability. A portion of the Technical Ability factor is how much of the contract value will be represented by the prime vs subcontractor s contributions to performance. As Past Performance is one of the Evaluation Factors being used in this Solicitation, the quoting vendor shall provide past performance references of related work to demonstrate their ability to successfully perform this service. Broad discretion is provided to the quoter to present the best evidence of their qualities regarding these evaluation factors, and all evidence submitted will be fairly considered by the selecting authority. No pricing information, past work references, customer satisfaction ratings, detailed plans for performance of work, evidence of industry certification and training, and other relevant information will strengthen the quote. Should no quotes received represent the best value to the government, a new solicitation will be issued for broader competition. Quoting vendors should provide their best pricing in the initial quote package submitted. RECORDS MANAGEMENT STATEMENT Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. VA Medical Center West Haven and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of the VA Medical Center West Haven or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to VA Medical Center West Haven. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA Medical Center West Haven control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The 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, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VA Medical Center West Haven guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA Medical Center West Haven policy. The Contractor shall not create or maintain any records containing any non-public VA Medical Center West Haven information that are not specifically tied to or authorized by the contract. The 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 from public disclosure by an exemption to the Freedom of Information Act. The VA Medical Center West Haven owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA Medical Center West Haven shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.22720. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #3873736, Records Management for Records Officers and Liaisons. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. Appendix A VAMC West Haven Location: Bldg.: Qty: Automatic Single Door: Automatic Double Door: Sliding Door: Revolving Door: SG Morgue Loading Dock 1 1 X SG 106 Trailer 1 1 X MEG Center Entrance 1 1 X SPS Trailer Ramp 1 2 X Exit Next to SPS Trailer 1 1 X SG 130 1 2 X SG 191 1 2 X G 268 (Loading Dock) 1 1 X G 220 IV Room 1 4 X G 210 1 1 X G 186 1 1 X G 186 1 1 X G 187 1 1 X 1002 1 2 X 1123 1 1 X 1133 1 1 X 1137 1 1 X 1193 1 2 X 2179 1 1 X 3251 (PACU) 1 2 X 3211 (Pre-Op) 1 1 X 3212 (Per-Op) 1 1 X OR Front Desk 1 2 X OR Entrance 1 1 X 3101 1 1 X APU 1 1 X SICU 1 1 X 3182 1 1 X 4123 1 1 X 4143 1 1 X 4102 1 1 X 4204 1 1 X 5109 1 1 X 6134 1 1 X 6126 1 1 X 6104 1 1 X 6194 1 1 X Main Entrance 2 1 X X Main Entrance 2 1 X G 122 Dialysis 2 1 X G 123 Dialysis 2 1 X Dialysis Main Entrance 2 1 X Audiology / ENT Entrance 2 1 X ED Entrance 2 X Adjacent to Rm. 1133 2 1 X Adjacent to Rm. 1130 2 1 X Adjacent to Rm. 1126 2 1 X Ambulance Entrance to ED 2 2 X Adjacent to Ambulance Entrance to ED 2 1 X Adjacent to 1178 2 1 X Rm. 1152 2 1 X Rm. 1156 2 1 X Rm. 1210 2 1 X Rm. 1210A 2 1 X Rm. 1239 2 1 X Rm. 1240 2 1 X Rm. 1287 2 1 X Rm. 1286 2 1 X Rm. 1285 2 1 X Rm. 1282 2 1 X Rm. 1280 2 1 X Courtyard Entrance (North) 2 1 X Loading Dock Adjacent to Police 2 1 X Smoke Bubble Entrance/Exit 2 2 X Rm. 1330 2 1 X Rm. 1351 2 1 X Rm. 1352 2 1 X Rm. 2114 2 1 X Rm. 2115 2 1 X Rm. 2154 2 1 X Rm. 2155 2 1 X Rm. 2178 2 1 X Rm. 2177 2 1 X Dental Clinic 2 1 X Rm. 3131 2 1 X Rm. 3228, Chapel 2 1 X Rm. 3185 2 1 X Rm. 4133 2 1 X Rm. 4135 2 1 X Rm. 4184 2 1 X Executive Site 2 1 X Rm. 5153 2 1 X Rm. 5155 2 1 X Rm. 6187 2 1 X Rm. 6180 2 1 X Rm. 6131 2 1 X Rm. 6130 2 1 X Rm. 7180 2 1 X Rm. 7181 2 1 X Rm. 7171, Women s Clinic 2 1 X Adjacent to Rm. 8113 2 1 X Adjacent to Rm. 8120 2 1 X North Side Entrance 3 1 X D107 4 1 X D108 4 1 X Main Entrance 5 2 X Credentialing 5 1 X Courtyard Entrance 5 1 X North Side Entrance 5 1 X North Side Entrance 7 1 X North Side Entrance 27 1 X VAMC Newington Location: Bldg.: Qty: Automatic Single Door: Automatic Double Door: Sliding Door: Revolving Door: West Entrance 2C 2 X Dental 2C 2 X B054 Canteen Lobby 2E 2 X C1-1 and C1-2 Main Entrance 2E 3 X 1053 Urgent Care Entrance 2E 3 X 1064 2E 1 X 3036 2E 1 X 3037 2E 1 X 3026 2E 1 X 3100 2E 1 X 3101 2E 1 X 3102 2E 1 X 4151 2E 1 X 4033 2E 1 X 4036 2E 1 X 4100 2E 1 X 5023 2E 1 X 5033 2E 1 X 5043 2E 1 X Attachment 1 Sources Sought Worksheet QUALIFICATION INFORMATION: Company / Institute Name: _______________________________________________________ Address: ______________________________________________________________________ Phone Number: ________________________________________________________________ Point of Contact: _______________________________________________________________ E-mail Address: ________________________________________________________________ Unique Entity Identifier (UEI) #:� ___________________________________________________ CAGE Code: __________________________________________________________________ SAM Registered: (Y / N) Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ SOCIO-ECONOMIC STATUS: VIP Verified SDVOSB: (Y / N) VIP Verified VOSB: (Y / N) 8(a): (Y / N) HUBZone: (Y / N) Economically Disadvantaged Women-Owned Small Business: (Y / N) Women-Owned Small Business: (Y / N) Small Business: (Y / N) NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. CAPABILITY STATEMENT: Provide a brief capability and interest in providing the service as listed in Attachment 2 Statement of Work with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2d431da39d0f40d58100ad97aff13991/view)
- Place of Performance
- Address: VAMC West Haven 950 Campbell Ave, West Haven, CT 06516, USA
- Zip Code: 06516
- Country: USA
- Zip Code: 06516
- Record
- SN07616709-F 20251011/251009230044 (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 |