DOCUMENT
65 -- TVHS FY18 Sizewise Bed Rental - Attachment
- Notice Date
- 9/1/2017
- Notice Type
- Attachment
- NAICS
- 337127
— Institutional Furniture Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24917Q1086
- Response Due
- 9/8/2017
- Archive Date
- 9/23/2017
- Point of Contact
- Crystal Baird
- E-Mail Address
-
l.baird@va.gov<br
- Small Business Set-Aside
- N/A
- Description
- Combine Synopsis/Solicitation General Information Document Type: RFQ RFQ Number: VA249-17-Q-1086 Posted Date: 09/01/2017 Response Date: 09/08/2017 @ 12:00 PM CST Classification Code: 6530 NAICS Code: 337127 Contracting Office Address NCO 9 ATTN: Crystal Baird Department of Veteran Affairs Contracting Office, 4th Floor 1639 Medical Center Parkway Murfreesboro, TN 37129 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The Contract Officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tiered order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. This is a request for quotations (RFQ). The quote document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, 2005-95 / 01-19-2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500 employees.. The Network Contracting Office 9 is seeking a vendor that will provide the necessary requirement to the Nashville and Murfreesboro VA Medical Centers. All questions regarding this RFQ must be in writing and may be sent by e mail to crystal.baird@va.gov Questions must be received no later than September 6, 2017 at 12:00 PM. No further questions will be accepted after that date and time. You are reminded that representatives from your company SHALL NOT contact any Tennessee Valley Healthcare System employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. Schedule: CLIN Item Description Quantity Price Total Price 0001 BSWRP2 Bari Rehab Platform 2 Rental Fully Electric Bed, One step lock brake system and steer, trendelenburg and reverse trendelenburg, cardiac chair position, integrated alarm/nurse call interface, integrated bed scale, removable 3 position side rails - up 45 degrees and down, pressure redistribution mattress, head angle indicator, deck low 15", deck high 30", sleep deck with retractable 48" to 39", 1,000 weight capacity. 7 days 0002 RECBD Bari Bedside Recliner Rental mobile recliner with ergonomic push bar, high density seat and back foam with black urethane arm cap, quick release for removable back, breakaway footrest and left side handle, recline depth 73", seat width 30", seat depth 21", overall height 47" and width 40", 750lb weight capacity. 12 days 0003 EVPUL Evolution P Rental fully electric bed, static LAL and pulsation LAL, adjustable pulsation cycle times with feedback sensor, lock out controls, power failure/low pressure audible and visual alarms, CPR emergency feature, waterproof, vapor permeable, low friction and shear top cover, 35" standard width, trendelenburg and reverse trendelenburg functions, cardiac chair position, alarm/nurse call interface and scale, independent lock out, bed function controls at foot end and hand control, high impact head/foot/side boards, deck low: 9": deck high 30", sleep deck width 35" length 82", 600lb weight capacity. 1580 days 0004 EVOR Evolution R Rental Fully Electric Bed, Full Body Lateral Rotation LAL Therapy, LAL, Pulsation LAL, and Static LAL, Independent Adjustable Left/Right Rotation up to 40 degrees or 40+ degrees, 1-30 minute cycle times, lock out controls, power failure/low pressure audible and visual alarms, CPR emergency feature, waterproof vapor permeable, low friction and shear top cover, 35" standard width, trendelenburg and reverse trendelenburg, cardiac chair position, alarm/nurse call interface and scale, bed controls at foot end and hand control, high impact head/foot/side rails, deck low 9": deck high 30", sleep deck width 35" length 82", 600lb weight capacity 276 days 0005 EVO Evolution Rental Fully Electric Bed, trendelenburg and reverse trendelenburg, cardiac chair position, alarm/nurse call interface and scale, independent lock out, bed functioning controls at foot end and hand control, head angle indicator, high impact head/foot/side rails, deck low 9": deck high 30", sleep deck width 35" length 82", 850lb weight capacity 191 days 0006 EVO39+ Evolution Expandable Bed Rental Fully Electric Bed, Trendelenburg & Reverse Trendelenburg Functions, Cardiac Chair Position, Integrated, Alarm/Nurse Call Interface and Scale, Independent Lock-Out Feature and Bed Functioning Controls at Foot End & Hand Control, Head Angle Indicator, High Impact Head/Foot Boards and Side Rails, Deck Low 9": Deck High 30", Expandable Deck Option Sleep Deck Width 39", 42", and 48" and Length 82" 529 days 0007 BSCC Shower/Commode Chair w/Swing wheels, removable back and arm rails, locking front casters, stainless steel construction, commode pail is disposable, seat depth 20", seat width 26" to 30" 750lb weight capacity 1227 days 0008 FLEXRPA2 Rehab Platform w/Air Flex 2 Rental Rehab platform 2 with RSS/Scale system, air support surface, mobility item 407 days 0009 FLEXRPA Rehab platform flex w/air Rental rehab platform with scale system, air support surface, mobility item 193 days 0010 ABT48 Big Turn Mattress Rental Full body lateral rotation LAL therapy, LAL, pulsation LAL, static LAL, independent adjustable left/right rotation up to 40 degrees or 40+ degrees, 1-30 minute cycle times, lock out controls, power failure/low pressure audible and visual alarms, built in 3"air base, CPR emergency feature, percussion/vibration module, waterproof, vapor permeable, low friction, and shear top cover, 48" width 1,000lb weight capacity 157 days 0011 BLOMAT Defined Perimeter Mattress 35" Rental 297 days 0012 MA48 Mighty Air 48" Mattress Rental Static LAL or Alternating LAL Capable with 8 comfort settings, variable cycle times from 3 minutes to 20 minutes, 1 in 3 alternation, lock out controls power failure/ low pressure audible and visual alarms, built in 2" foam base, CPR emergency feature, maximum inflate function, waterproof, vapor permeable, low friction and shear top cover, 48" width 80" length 1,000lb weight capacity 157 days 0013 BTRAP Full Frame Trapeze Rental 87 days 0014 IM35 Sizewise Immerse Rental 35"x80"x10" Pulsation with LAL and Immersion with LAL, Adjustable Pulsation Cycle Times with Feedback Sensor, auto firm, static/pulsate, adjustable pulsation, cycle times and feedback sensor, lock out controls, power failure/low pressure audible and visual alarms, built in 2" foam base, CPR emergency feature, waterproof, vapor permeable, low friction and shear top cover, 600lb weight capacity 18 days TOTAL PRICING QUOTE FORMAT AND EVALUATION CRITERIA Offerors shall provide only one quote. Quote should be emailed to crystal.baird@va.gov NLT 09/08/2017 at 12:00 pm CST. Non-compliance with this requirement will result in disqualification of the quote. The quotes will be evaluated on a lowest price technically acceptable, with past performance as part of the technical evaluation. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM Vendors shall provide a minimum quote acceptance period of 90 days after RFQ closing for offers. Award: The offeror s initial quote should contain the offeror s best terms from a price standpoint. Offerors are cautioned to submit sufficient information and in the format specified in the quote instructions. Offerors may be contacted to resolve minor or clerical errors and the Contracting Officer reserves the right to award without further conversations. Place of Performance: Nashville VA Medical Center, 1310 24th Avenue South, Nashville, TN 37212, and Alvin C. York VA Medical Center 3400 Lebanon Pike, Murfreesboro, TN 37129. The government intends to award a contract as a result of this RFQ that will include the terms and conditions set forth herein. To facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the RFQ are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the RFQ are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Offerors must complete annual representations and certifications on-line at http://www.acquisition.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors 52.219-8 Utilization of Small Business Concerns (NOV 2016) Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Re-representation (JUL 2013) 52.222-3 Convict Labor (JUNE 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (OCT 2016) 52.222-35 Equal Opportunity for Veterans (OCT 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) VAAR 852.211-73 Brand Name or Equal (JAN 2008) (Note: as used in this clause, the term "brand name" includes identification of products by make and model.) (a) If items called for by this invitation for bids have been identified in the schedule by a "brand name or equal" description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory. Bids offering "equal" products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. (b) Unless the bidder clearly indicates in the bid that the bidder is offering an "equal" product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an "equal" product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid. The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity. CAUTION TO BIDDERS. The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity. Accordingly, to insure that sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JULY 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 852.232-72 Electronic Submission of Payment Requests (NOV2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail, the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.246-70 Guarantee (JAN 2008) The contractor guarantees the equipment against defective material, workmanship and performance for a period of one year, said guarantee to run from date of acceptance of the equipment by the Government. The contractor agrees to furnish, without cost to the Government, replacement of all parts and material that are found to be defective during the guarantee period. Replacement of material and parts will be furnished to the Government at the point of installation, if installation is within the continental United States, or f.o.b. the continental U.S. port to be designated by the contracting officer if installation is outside of the continental United States. Cost of installation of replacement material and parts shall be borne by the contractor. (End of Clause) 852.246-71 Inspection (JAN 2008) Rejected goods will be held subject to contractors order for not more than 15 days, after which the rejected merchandise will be returned to the contractor s address at his/her risk and expense. Expenses incident to the examination and testing of materials or supplies that have been rejected will be charged to the contractor s account. (End of Clause) The following RFQ provisions apply to this acquisition: 52.204-22 Alternative Line Item Proposal. (a) The Government recognizes that the line items established in this solicitation may not conform to the Offeror's practices. Failure to correct these issues can result in difficulties in acceptance of deliverables and processing payments. Therefore, the Offeror is invited to propose alternative line items for which bids, proposals, or quotes are requested in this solicitation to ensure that the resulting contract is economically and administratively advantageous to the Government and the Offeror. (b) The Offeror may submit one or more additional proposals with alternative line items, provided that alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation. However, acceptance of an alternative proposal is a unilateral decision made solely at the discretion of the Government. Offers that do not comply with the line items specified in this solicitation may be determined to be nonresponsive or unacceptable. (End of Provision) 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of Provision) 52.216-1 Type of Contract (Apr 1984) The Government contemplates award of a Firm Fixed Priced contract resulting from this RFQ. (End of Provision) 52.233-2 Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Network Contracting Office 9 1639 Medical Center Pkwy, Suite 400 Murfreesboro, TN 37129. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester s representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process. If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 Alternate Protest Procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW., Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW., Washington, DC 20420. The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) Points of Contact Contract Specialist Name: Crystal Baird Organization: NCO 9 Phone No.: 615-225-5628 E-Mail Address: crystal,baird@va.gov Contractor Point of Contact: Contractor Legal Business Name: TO BE DETERMINED DUNS: CAGE CODE: Contractor POC: E-Mail Address: Phone Number: Fax Number:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24917Q1086/listing.html)
- Document(s)
- Attachment
- File Name: VA249-17-Q-1086 VA249-17-Q-1086.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3774328&FileName=VA249-17-Q-1086-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3774328&FileName=VA249-17-Q-1086-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-17-Q-1086 VA249-17-Q-1086.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3774328&FileName=VA249-17-Q-1086-000.docx)
- Place of Performance
- Address: Nashville VA Medical Center;1310 24th Avenue S.;Nashville, TN
- Zip Code: 37212
- Zip Code: 37212
- Record
- SN04659018-W 20170903/170901231731-d1102165f4a5df033ec8828c9dcf7724 (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 |