DOCUMENT
70 -- NSOC Recabling - Attachment
- Notice Date
- 5/25/2012
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;260 Industrial Way West;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11812R0396
- Response Due
- 6/5/2012
- Archive Date
- 7/5/2012
- Point of Contact
- James Martin
- Small Business Set-Aside
- N/A
- Description
- PERFORMANCE WORK STATEMENT (PWS) DEPARTMENT OF VETERANS AFFAIRS Office of Field Security Operations Network Security Operations Center (NSOC) Critical Information Protection Service (CIPS) NSOC Recabling Date: May 3, 2012 TAC-12-04216 PWS Version Number: 0.6 Contents 1.0BACKGROUND4 2.0APPLICABLE DOCUMENTS4 3.0SCOPE OF WORK5 4.0PERFORMANCE DETAILS6 4.1PERFORMANCE PERIOD6 4.2PLACE OF PERFORMANCE6 4.3TRAVEL7 5.0SPECIFIC TASKS AND DELIVERABLES7 5.1PROJECT MANAGEMENT7 5.1.1PROJECT SCHEDULE7 5.1.2REPORTING REQUIREMENTS7 5.1.3PRE-INSPECTION MEETING8 5.1.4DAILY MEETINGS8 5.2installations and modifications8 5.2.1ROOM 147N AND 147X MODIFICATIONS8 5.2.2RACK 1, 2, 11, & 12 MODIFICATIONS8 5.2.3ROOM 147X MODIFICATIONS9 5.2.4RACK 5, 6, 7 & 8 MODIFICATIONS10 5.2.5RACK #17 TO RACKS 11 & 12 MODIFICATIONS10 5.2.6ROOM 147Y HALF RACK AND ROOM 147X PATCH PANEL ADDITIONS10 5.2.7PROPER CABLE LABELING, CABLE RAILS AND FLANGES INSTALLATION10 The Contractor shall ensure:10 1.Proper cable interconnections and proper cable installation in cable rails and flanges.10 2.All cables will be properly labeled with a unique identification numbers at both ends of each cable.10 3.These numbers will be document with port number and switch Blade and Port number association10 6.0GENERAL REQUIREMENTS11 6.1ENTERPRISE AND IT FRAMEWORK11 6.2POSITION/TASK RISK DESIGNATION LEVEL(S) AND CONTRACTOR PERSONNEL SECURITY REQUIREMENTS11 6.2.1LOW RISK DESIGNATION TASKS12 6.2.2MODERATE RISK DESIGNATION TASKS12 6.2.3HIGH RISK DESIGNATION TASKS12 6.2.4CONTRACTOR PERSONNEL SECURITY REQUIREMENTS12 6.3METHOD AND DISTRIBUTION OF DELIVERABLES13 6.4PERFORMANCE METRICS14 6.5FACILITY/RESOURCE PROVISIONS15 6.6GOVERNMENT FURNISHED PROPERTY15 ? 1.0 BACKGROUND The mission of the Department of Veterans Affairs (VA), Office of Field Security Operations, Network Security Operations Center (NSOC) serves as VA's security operations element of under Office of Information Security (OIS). The NSOC manages, protects, and monitors the cyber and security posture of the Department, coordinates externally with government incident response centers, performs threat and vulnerability analyses, reports cyber security deficiencies, develops concept of operations or guidelines relating to cyber security incidents, performs analyses of cyber security events, maintains detailed logs and databases of VA cyber security incidents and responses, and generally performs the full range of functions across the spectrum of activities relating to incident management and response, vulnerability scanning, event correlation and analysis, audit log analysis, patch distribution, and remediation planning. The Local Area Network (LAN) equipment that supports the Hines facility VA-NSOC has not been substantially updated since the opening of the Hines Facility in 2006. The LAN needs upgrades to support new capabilities for both voice and data networking. This technology refresh will enable future projects in areas such as Voice over IP (VoIP). The Hines Refresh project covers the removal of the entire existing LAN at Hines and the installation and configuration of new LAN equipment. This new LAN equipment has already been procured, and existing network equipment will be retired and returned to the Inventory Control group. The project includes verification that the physical and environmental conditions of the Hines Room 147X data center are adequate for the new LAN. The project also includes documentation of the new LAN and migration of all users at Hines to the new LAN. This request is in support of the Hines Refresh project and is required in order to install and re-cable the Hine, IL data center infrastructure. 2.0 APPLICABLE DOCUMENTS In the performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: 1.44 U.S.C. § 3541, "Federal Information Security Management Act (FISMA) of 2002" 2.Federal Information Processing Standards (FIPS) Publication 140-2, "Security Requirements For Cryptographic Modules" 3.FIPS Pub 201, "Personal Identity Verification of Federal Employees and Contractors," March 2006 4.10 U.S.C. § 2224, "Defense Information Assurance Program" 5.5 U.S.C. § 552a, as amended, "The Privacy Act of 1974" 6.42 U.S.C. § 2000d "Title VI of the Civil Rights Act of 1964" 7.Department of Veterans Affairs (VA) Directive 0710, "Personnel Suitability and Security Program," May 18, 2007 8.VA Directive 6102, "Internet/Intranet Services," July 15, 2008 9.VA Handbook, 6102, Internet/Intranet Services 10.36 C.F.R. Part 1194 "Electronic and Information Technology Accessibility Standards," July 1, 2003 11.OMB Circular A-130, "Management of Federal Information Resources," November 28, 2000 12.32 C.F.R. Part 199, "Civilian Health and Medical Program of the Uniformed Services (CHAMPUS)" 13.An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, October 2008 14.Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998 15.Homeland Security Presidential Directive (12) (HSPD-12), August 27, 2004 16.VA Directive 6500, "Information Security Program," August 4, 2006 17.VA Handbook 6500, "Information Security Program," September 18, 2007 18.VA Handbook 6500.1, "Electronic Media Sanitization," March 22, 2010 19.VA Handbook 6500.2, "Management of Security and Privacy Incidents," June 17, 2008. 20.VA Handbook 6500.3, "Certification and Accreditation of VA Information Systems," November 24, 2008. 21.VA Handbook, 6500.5, Incorporating Security and Privacy in System Development Lifecycle. 22.VA Handbook 6500.6, "Contract Security," March 12, 2010 23.National Institute Standards and Technology (NIST) Special Publications 24.VA Directive 6508, VA Privacy Impact Assessment, October 3, 2008 25.VA Directive 6300, Records and Information Management, February 26, 2009 26.VA Handbook, 6300.1, Records Management Procedures, March 24, 2010 27.VAAR 852.273-75 Security Requirements For Unclassified Information Technology Resources 28.ANSI/TIA-1005 Telecommunications Infrastructure Standard for Industrial Premises 29.ANSI/TIA/EIA-606 Administration Standard for the Telecommunications Infrastructure of Commercial Buildings 30.TIA/EIA Cabling Standards 568 and 569 3.0 SCOPE OF WORK The Contractor shall provide project management support, installation of network equipment and recabling of infrastructure. 4.0 PERFORMANCE DETAILS 4.1PERFORMANCE PERIOD The period of performance is estimated at thirty (30) calendar days for the completion of the installation of network equipment and recabling of the infrastructure. The Contractor shall commence work no later than (NLT) ten (10) calendar days after award. Normal work hours are defined as 8am-5pm EST Monday to Friday, except Federal holidays Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). (If required, the CO may designate the Contractor to work during holidays and weekends) There are ten (10) Federal holidays set by law (USC Title 5 Section 6103) that VA follows: Under current definitions, four are set by date: New Year's DayJanuary 1 Independence DayJuly 4 Veterans DayNovember 11 Christmas DayDecember 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's BirthdayThird Monday in January Washington's BirthdayThird Monday in February Memorial DayLast Monday in May Labor DayFirst Monday in September Columbus DaySecond Monday in October ThanksgivingFourth Thursday in November 4.2PLACE OF PERFORMANCE Tasks under this PWS shall be performed in VA facilities located at: VA Network and Security Operations Center 1st Avenue North of 22nd Street Bldg 215 NSOC Hines, IL 60141 4.3TRAVEL The Government anticipates no travel under this PWS other than to the place of performance. Travel costs are not reimbursable. 5.0 SPECIFIC TASKS AND DELIVERABLES The Contractor shall perform the following: 5.1PROJECT MANAGEMENT 5.1.1PROJECT SCHEDULE The Contractor shall deliver a Project Schedule in Microsoft Project that lays out the Contractor's milestones, tasks, resource support and timeline to be used in executing this effort. Deliverables: A.Project Schedule 5.1.2REPORTING REQUIREMENTS The Contractor shall provide the Contracting Officer's Representative (COR) with Weekly Progress Reports in electronic form in Microsoft Word and Project formats. The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding Week. The Weekly Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period. The report shall also identify any problems that arose and a description of how the problems were resolved. If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The Contractor shall monitor performance against the project schedule and report any deviations. It is expected that the Contractor will keep in communication with VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. The Contractor shall notify the COR, in writing, immediately if problems arise adversely impacting performance of the tasks Deliverables: A.Weekly Progress Report 5.1.3PRE-INSPECTION MEETING The Contractor shall attend a Pre-Inspection meeting to be held at Hines VA NSOC Building 215 within ten (10) days after contract award. The Pre-Inspection Meeting will be held at the beginning of the duty day; between 0730-0830; to review and clarify any questions with any of the deliverables. The meeting will also involve a tour of the facility where the work will be done to further clarify the work to be done and where it will be done. Deliverables: A.Pre-Inspection Meeting minutes 5.1.4DAILY MEETINGS The Contractor and NSOC shall hold daily meeting to review the workload and to surface any issues resulting from the on-going installation work. The Contractor shall follow-up with a brief end-of-the-day report via email summarizing the day's effort and issues encountered (if any). Deliverables: A.Daily Summary Report 5.2INSTALLATIONS AND MODIFICATIONS 5.2.1ROOM 147N AND 147X MODIFICATIONS The Contractor shall: A.Provide and Install one 48port and one 24port patch panels into Patch Panel Rack B located in room 147N and one 48 Port Patch Panel in Patch Panel Rack C located in room 147X. B.Provide and install 72 Cat 6 Plenum Copper cables approximately 36 feet in length each between Patch Panel B located in room 147N and Patch Panel C located in room 147X. C.All new cables and patch panels installed in room 147N and 147X shall be tested for connection continuity along with each port being labeled with its appropriate port number. These ports shall be in consecutive numbering sequence. D.All old cables removed for the above modification shall be disposed of by the Contractor. 5.2.2RACK 1, 2, 11, & 12 MODIFICATIONS The Contractor shall modify the following: A.Provide and Install in each of the racks 1, 2, 11 & 12, a 24 port Ethernet Patch Panels and a 12 pair (24 Strand) Port Multi mode MM 50 Micron) Fiber enclosures in each of the Racks 1,2,11 &12 B.Install and Patch a 24 port Telco Panel in Rack 2 and patch it to the Telco Panel located in the Patch Panel C to the right of the front row of the Racks. C.Racks 2 and 1 shall each have one 24 Port Ethernet and one 12 port 24 Strand Fiber Patch Panel installed Both Fibers and Ethernet cables are approximately 25 Feet in length. D.Racks 12 and 11 shall each have one 24Port Ethernet and one 12port 24 Strand Fiber Patch Panel installed. Both Fiber and Ethernet cables are approximately 25 feet long. 1.Ethernet cables from Racks 1 and 2 shall be split to Racks 11 and 12. a.Ethernet cables from Rack 1 Cables 1-12 shall go to ports 1-12 in rack12 and Ports 1-12 in Rack 2 shall go to Ports 1-12 in Rack 11. b.Ethernet Cables 13-24 from Rack 2 shall go to Ports 13-24 in Rack 11 and cables 13-24 in Rack 1 shall go to Ports 13-24 in 12 For Redundancy purposes. 2.Fiber cables from rack 1 and 2 shall be split to racks 11 and 12 a.Fiber ports 1-6 (12 Strands) from Rack 1 shall go to ports 1-6 to rack 12 and Fiber ports 1-6 from rack 2 go to ports 1-6 in rack 11. b.Fiber ports 7-12 from Rack 1 shall go to Ports 7-12 in Rack 12 and cables 7-12 in Rack 2 shall go to Ports 7-12 in Rack 11 for Redundancy purposes. All Ethernet cables installed shall be Superior/Essex Cat 6 Non Plenum and Fiber shall be Corning MM 50micron 10 Gig. 5.2.3ROOM 147X MODIFICATIONS The existing ports from Catalyst 4507 in Racks 1 and 2 shall be cabled to the installed patch panel C located to the right of the first row of racks in room 147X. The patch panel ports are numbered in sequence starting Port 1A and continue to Port 111C. Each Port number indicates a workstation or wall location which may have a similar number followed by an alphabetic letter which shall indicate how many ports at a single location. Utilizing Blue Colored Ethernet cable, all Ports in each cube shall be wired to the Catalyst 4507 Switches which shall be on the VA Network with the exception of Port C at each workstation location. Example: 79C. Utilizing Red Colored Ethernet Cable, Port C on the Patch panel shall be patched to the 3750 Stack located in Rack 1. The estimated number of Patch cords for the Comcast is approximately 52. The estimated number of VA Network Cables (Blue Ethernet Cables), is Approximately 342 Patch cords. All patch cords are being use to patch from Rack 1 and 2 and the Patch Panel C is approximately 32 Feet in length each. The total number of cables being created and installed is approximately 394 which are the 342 VA Network cables which shall be Blue in Color and approximately 52 Comcast Cable which shall be Red in Color 5.2.4RACK 5, 6, 7 & 8 MODIFICATIONS Racks 5, 6, 7, & 8 in the back row shall require a 48 Cat 6 Copper cables each and a 12Pair (24Strands) port Fiber Panel each wired to Rack 11 and 12. Racks 11 and 12 shall need two 48 ports Ethernet each and Two 48 port Fiber Enclosure each. A total 8 48Port Ethernet Patch panels and Four 48 Port Fiber Enclosures are required. All Copper cable installed shall be Superior/Essex Cat 6 Non Plenum and Fiber shall be Corning MM 50micron 10 Gig. 5.2.5RACK #17 TO RACKS 11 & 12 MODIFICATIONS The Contractor shall provide and install four (4) - 48Port Patch Panel and four (4) - 12 Port (24 Strand) Multi Mode (MM) 50 Micron Fiber Enclosure in Cabinet # 17 next to Net-Apps Filers and cabinets 11& 12. This shall allow patching of present Ethernet and Future Fiber Patching for the additional 2 Net-Apps Filers. A.Provide and Install 48 Cat 6 Copper Cables, and 12 port (24 strands) MM fiber optic from cabinet 17 to cabinet 12. B.Provide and Install 48 Cat 6 Copper Cables, and 12 port (24 strands) MM fiber optic from cabinet 17 to cabinet 11. 5.2.6ROOM 147Y HALF RACK AND ROOM 147X PATCH PANEL ADDITIONS The Contractor shall: A.Provide and Install a 48Port Patch panel in existing wall Mounted securable closet/cabinet in room 147Y. B.Provide and Install a 48 port Patch Panel in existing rack in room 147X. C.Provide and install 48 Cat 6 Plenum copper cables from Patch panel in room 147Y to Patch Panel in room 147X.48 CAT6 Ethernet Cables shall be approximately 40 feet Long. 5.2.7PROPER CABLE LABELING, CABLE RAILS AND FLANGES INSTALLATION The Contractor shall ensure: 1.Proper cable interconnections and proper cable installation in cable rails and flanges. 2.All cables will be properly labeled with a unique identification numbers at both ends of each cable. 3.These numbers will be document with port number and switch Blade and Port number association 6.0 GENERAL REQUIREMENTS 6.1ENTERPRISE AND IT FRAMEWORK The OIT Technical Reference Model (One-VA TRM) does not apply to this requirement. 6.2POSITION/TASK RISK DESIGNATION LEVEL(S) AND CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Position SensitivityBackground Investigation (in accordance with Department of Veterans Affairs 0710 Handbook, "Personnel Security Suitability Program," Appendix A) LowNational Agency Check with Written Inquiries (NACI) A NACI is conducted by OPM and covers a 5-year period. It consists of a review of records contained in the OPM Security Investigations Index (SII) and the DOD Defense Central Investigations Index (DCII), FBI name check, FBI fingerprint check, and written inquiries to previous employers and references listed on the application for employment. In VA it is used for Non-sensitive or Low Risk positions. ModerateModerate Background Investigation (MBI) A MBI is conducted by OPM and covers a 5-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check], a credit report covering a period of 5 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, law enforcement check; and a verification of the educational degree. High Background Investigation (BI) A BI is conducted by OPM and covers a 10-year period. It consists of a review of National Agency Check (NAC) records [OPM Security Investigations Index (SII), DOD Defense Central Investigations Index (DCII), FBI name check, and a FBI fingerprint check report], a credit report covering a period of 10 years, written inquiries to previous employers and references listed on the application for employment; an interview with the subject, spouse, neighbors, supervisor, co-workers; court records, law enforcement check, and a verification of the educational degree. The Tasks identified below and the resulting Position Sensitivity and Background Investigation delineate the Background Investigation requirements by Contractor individual, based upon the tasks the particular Contractor individual will be working. The submitted Contractor Staff Roster must indicate the required Background Investigation Level for each individual, based upon the tasks the Contractor individual will be working, based upon their submitted proposal. 6.2.1LOW RISK DESIGNATION TASKS a)Position Sensitivity and Background Investigation - The position sensitivity and the level of background investigation commensurate with the required level of access for tasks 5.1 - 5.8 within the Performance Work Statement is: 1Low/NACI 6.2.2MODERATE RISK DESIGNATION TASKS N/A 0Moderate/MBI 6.2.3HIGH RISK DESIGNATION TASKS N/A 0High/BI 6.2.4 CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Contractor Responsibilities: a.The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak and understand the English language. b.The Contractor shall bear the expense of obtaining background investigations. c.Within 3 business days after award, the Contractor shall provide a roster of Contractor and Subcontractor employees to the COR to begin their background investigations. The roster shall contain the Contractor's Full Name, Full Social Security Number, Date of Birth, Place of Birth, and individual background investigation level requirement (based upon Section 6.2 Tasks). d.The Contractor should coordinate the location of the nearest VA fingerprinting office through the COR. Only electronic fingerprints are authorized. e.For a Low Risk designation the following forms are required to be completed: 1.OF-306 and 2. DVA Memorandum - Electronic Fingerprints. For Moderate or High Risk the following forms are required to be completed: 1. VA Form 0710 and 2. DVA Memorandum - Electronic Fingerprints. These should be submitted to the COR within 5 business days after award. f.The Contractor personnel will receive an email notification from the Security and Investigation Center (SIC), through the Electronics Questionnaire for Investigations Processes (e-QIP) identifying the website link that includes detailed instructions regarding completion of the investigation documents (SF85, SF85P, or SF 86). The Contractor personnel shall submit all required information related to their background investigations utilizing the Office of Personnel Management's (OPM) Electronic Questionnaire for Investigations Processing (e-QIP). g.The Contractor is to certify and release the e-QIP document, print and sign the signature pages, and send them to the COR for electronic submission to the SIC. These should be submitted to the COR within 3 business days of receipt of the e-QIP notification email. h.The Contractor shall be responsible for the actions of all personnel provided to work for VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor shall be responsible for all resources necessary to remedy the incident. i.A Contractor may be granted unescorted access to VA facilities and/or access to VA Information Technology resources (network and/or protected data) with a favorably adjudicated Special Agreement Check (SAC) or "Closed, No Issues" (SAC) finger print results, training delineated in VA Handbook 6500.6 (Appendix C, Section 9), and, the signed "Contractor Rules of Behavior." However, the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for VA. The investigative history for Contractor personnel working under this contract must be maintained in the database of r the Office of Personnel Management (OPM). j.The Contractor, when notified of an unfavorably adjudicated background investigation on a Contractor employee as determined by the Government, shall withdraw the employee from consideration in working under the contract. k.Failure to comply with the Contractor personnel security investigative requirements may result in termination of the contract for default. 6.3METHOD AND DISTRIBUTION OF DELIVERABLES The Contractor shall deliver documentation in electronic format, unless otherwise directed in Section B of the solicitation/contract. Acceptable electronic media include: MS Word 2000/2003/2007, MS Excel 2000/2003/2007, MS PowerPoint 2000/2003/2007, MS Project 2000/2003/2007, MS Access 2000/2003/2007, MS Visio 2000/2002/2003/2007, AutoCAD 2002/2004/2007/2010, and Adobe Postscript Data Format (PDF). 6.4 PERFORMANCE METRICS The table below defines the Performance Standards and Acceptable Performance Levels for Objectives associated with this effort. Performance ObjectivePerformance StandardAcceptable Performance Levels 1.Technical NeedsShows understanding of requirements Efficient and effective in meeting requirements Meets technical needs and mission requirements Offers quality services/productsSatisfactory or higher 2.Project Milestones and ScheduleQuick response capability Products completed, reviewed, delivered in timely manner Notifies customer in advance of potential problemsSatisfactory or higher 3. Project StaffingCurrency of expertise Personnel possess necessary knowledge, skills and abilities to perform tasksSatisfactory or higher 4. Value AddedProvided valuable service to Government Services/products delivered were of desired qualitySatisfactory or higher The Government will utilize a Quality Assurance Surveillance Plan (QASP) throughout the life of the contract to ensure that the Contractor is performing the services required by this PWS in an acceptable manner. The Government reserves the right to alter or change the surveillance methods in the QASP at its own discretion. 6.5FACILITY/RESOURCE PROVISIONS The Government will provide office space, telephone service and system access when authorized contract staff work at a Government location as required in order to accomplish the Tasks associated with this PWS. All procedural guides, reference materials, and program documentation for the project and other Government applications will also be provided on an as-needed basis. The Contractor shall request other Government documentation deemed pertinent to the work accomplishment directly from the Government officials with whom the Contractor has contact. The Contractor shall consider the COR as the final source for needed Government documentation when the Contractor fails to secure the documents by other means. The Contractor is expected to use common knowledge and resourcefulness in securing all other reference materials, standard industry publications, and related materials that are pertinent to the work. VA will provide access to VA specific systems/network as required for execution of the task via a site-to-site VPN or other technology, including VA specific software such as Veterans Health Information System and Technology Architecture (VistA), ClearQuest, ProPath, Primavera, and Remedy, including appropriate seat management and user licenses. The Contractor shall utilize Government-provided software development and test accounts, document and requirements repositories, etc. as required for the development, storage, maintenance and delivery of products within the scope of this effort. The Contractor shall not transmit, store or otherwise maintain sensitive data or products in Contractor systems (or media) within the VA firewall IAW VA Handbook 6500.6 dated March 12, 2010. All VA sensitive information shall be protected at all times in accordance with local security field office System Security Plans (SSP's) and Authority to Operate (ATO)'s for all systems/LAN's accessed while performing the tasks detailed in this PWS. For detailed Security and Privacy Requirements refer to ADDENDUM A and ADDENDUM B. 6.6GOVERNMENT FURNISHED PROPERTY Not applicable
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a49503218e6a5096f38a57048fbea9d)
- Document(s)
- Attachment
- File Name: VA118-12-R-0396 VA118-12-R-0396.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349810&FileName=VA118-12-R-0396-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349810&FileName=VA118-12-R-0396-000.docx
- File Name: VA118-12-R-0396 TAC 04216 DRAFT PWS_02.DOCX (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349811&FileName=VA118-12-R-0396-001.DOCX)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349811&FileName=VA118-12-R-0396-001.DOCX
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-12-R-0396 VA118-12-R-0396.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=349810&FileName=VA118-12-R-0396-000.docx)
- Record
- SN02758561-W 20120527/120525234522-0a49503218e6a5096f38a57048fbea9d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |