Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 31, 2018 FBO #5972
DOCUMENT

65 -- Swisslog Autopharm Enterprise Solution 598-18-2-784-0060/VA256-18-AP-2920 - Attachment

Notice Date
3/29/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;1800 BUCKNER ST.;SHREVEPORT, LA 71101
 
ZIP Code
71101
 
Solicitation Number
36C25618Q9022
 
Response Due
4/6/2018
 
Archive Date
4/6/2018
 
Point of Contact
HECTOR LOPEZ
 
Small Business Set-Aside
Veteran-Owned Small Business
 
Description
Page 1 of 17 Page 1 of 17 The Department of Veterans Affairs Network Contracting Office 16 is seeking Service Disabled Veteran Owned Business (SDVOSB) and/or Veteran-Owned Small Business (VOSB) sources capable of providing the equipment as detailed in the Statement of Need below for the Central Arkansas VA Health Care System, located in Little Rock, AR 72205. The acquisition will be accomplished using commercial item procedures in accordance with FAR art 12 & 13. The North American Industry Classification System (NAICS) is 339113. Any SDVOSB/VOSB firm who wishes to identify their interests and capability to provide this service must provide interest information by notifying the Contract Administrator no later than 11:00 AM Central Standard Time, April 06, 2018. Such notification must include any documentation that includes certification to be able to provide the equipment and pertinent installation, maintenance and support during the warranty period. Notification shall be e-mailed to Hector Lopez, Contract Administrator, hector.lopez@va.gov. NOTE: TO QUALIFY SDVOSB/VOSB VENDORS MUST BE VERIFIED AND CERTIFIED IN THE VA VENDOR INFORMATION DATABASE (VIP). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Page 2 of 17 STATEMENT OF NEED: GENERAL OBJECTIVES AND REQUIREMENTS Title of Project: Little Rock Drug Accountability and Inventory Management Solution (Autopharm Enterprise Solution) Definitions and Abbreviations: Central Arkansas Veterans Healthcare System-CAVHS John L McClellan Memorial Hospital-JLM Customer- CAVHS Pharmacy Service Vendor- To be determined ARO-after receipt of order Contracting Officer- CO Customer Point of Contact- POC Current VA Hospital Patient Records Software - VISTA Authority: CAVHS Pharmacy Service (119/LR) at JLM Purpose: The vendor is seeking to procure a VISTA compatible inventory control/drug accountability solution which integrates with a medication carousel for stock medication storage. The solution should allow the customer to complete pharmacy inventory from arrival in the pharmacy to the patient care area. It should integrate with a medication unit dose packager, a carousel, and other hardware devices to enhance efficiency, and provide greater inventory control. It should enable barcode driven pharmacist checks for improved patient safety and easier recordkeeping. It should also provide high-alert medication warnings and medication management. Background: The customer currently uses the VISTA drug accountability package and open shelving in pharmacy stock room to store, control, and account for all medication within the pharmacy. The need has arisen for better inventory control and drug accountability within the stock medication storage area, as well as all satellite medication storage areas through the pharmacy area. Scope: Contracting Officer/Contract Specialist, COR and other integral personnel information will be provided after award. Methodology: Order and purchase of equipment- Vendor shall correspond efficiently via email with designated CO to facilitate ordering process. All reasonable attempts shall be made to respond to email inquiries with accommodations to be made for travel and vacation schedules. Delivery- Receipt of all deliverables shall be received by the Customer within 17 weeks ARO. All items are to be shipped and delivered to John L McClellan VAMC at 4300 West 7th Street in Little Rock, AR 72205. Installation- Vendor shall provide qualified technicians to install all deliverables identified in the chart below. Vendor shall work with the Pharmacy Project Manager to enter a mutually agreeable project implementation plan to ensure proper scheduling, installation, and implementation of deliverables. The Vendor shall contact the Pharmacy Project Manager within 4 weeks of the start of anticipated install date to establish the project implementation plan. The Pharmacy Project Manager will coordinate with local staff to facilitate installation and implementation of the deliverables. Vendor shall provide enough technicians on-site to ensure that implementation is quick and seamless to not interrupt patient care. Vendor shall provide technicians with all necessary tools, equipment, and any personal protective equipment to perform the install safely, effectively, and timely. Vendor should not allow installation impact patient care. Vendor must make every reasonable effort to complete the installation of listed items in a timely manner in accordance with the project implementation plan. Vendor shall perform installation during normal business hours (Monday through Friday between the hours of 8 AM and 4:30 PM, excluding Federal holidays) when possible. Installation performed outside these hours must be done only if no other option is available or if patient care will be greatly affected when performed during regular hours. Changes to installation times may only be made with the approval of the Customer. Customer responsibilities- Customer will be solely responsible for procuring, purchasing, installing, and maintaining all equipment, telephone lines, communications interfaces, customer operating systems or support software and other hardware necessary to operate the deliverables, as to be more fully described in the project implementation plan. All such Customer-provided equipment and software will meet the Vendor s specifications to facilitate the operation of deliverables. Acceptance- When each deliverable is successfully installed and is, in all material respects, up and running in accordance with its functional specifications, the Customer agrees to promptly sign an acknowledgement form confirming the foregoing. To facilitate Customer s signature on an acknowledgement form, the Vendor will conduct a demonstration showing that the deliverables functionality as set forth in the previous sentence. After the demonstration, the Customer will within 10 days sign and return to the Vendor the acknowledgement form, or provide the CO with written notice detailing the material nonconformities between the deliverables and the applicable functional specifications. Disposition- Vendor shall not retain hard drives or other storage devices. These items will be retained by the facility for sanitization/destruction per local information security protocols. Training- Vendor will need to provide additional training as this is a new system. Support services- The contractor shall furnish labor, parts, supplies and equipment necessary to provide scheduled and unscheduled maintenance, and periodic preventive maintenance inspections. Services shall be performed in accordance with terms, conditions, and specifications contained below: Support includes: -Support will be provided 24 hours a day, 7 days a week, and 365 days a year. -Vendor will provide technical assistance with respect to the Equipment and Software by telephone. Vendor may, in its sole discretion, provide support by remote access through dial-ins or high-speed access to all the equipment on which the Software is operating and/or on-site at the applicable Installation Site. -Customer will be responsible to first determine whether the Equipment requires any maintenance services. Vendor will, as soon as practicable after Customer s service call in this respect, perform any repair or replacement it determines, in its sole discretion, is necessary or useful to restore the Equipment to good operating condition. All parts furnished about repairs and maintenance will become components of the Equipment. -Support calls will be responded to by Vendor by phone within four (4) hours; if the support call is determined to be mission-critical, Vendor will escalate and/or address within 24 hours (including, if appropriate, by providing on-site support within 24 hours). -Any bug fixes, patches, minor enhancements and minor updates and modifications to the Software for which Vendor does not typically charge a fee, on an as available basis are included in the support agreement -On-site preventive maintenance visits for each item of Equipment every six (6) months. -Support Fees. Support Fees are invoiced once per year and are due and payable in advance. -Support Term. Support is provided for twelve (12) month terms. Vendor may choose to not renew Support for equipment that is at the end of its useful life, as Vendor deems in its sole discretion. -Customer Responsibilities. Vendor s provision of support services is subject to the following additional terms and conditions: -Customer will maintain the Equipment in accordance with the written maintenance instructions provided to Customer by Vendor from time to time, to keep the Equipment in good working condition (normal wear and tear excepted). Customer will use the Equipment and Software in compliance with the written guidelines of Vendor and/or its suppliers, as may be provided to Customer from time to time hereunder. -Customer will appoint at least two individuals per Installation Site who have been trained by Vendor in the operation of the Equipment and Software to serve as primary contacts between Customer and Vendor regarding any interaction they may have about any service call ( Customer Representatives ). Customer must have a Customer Representative available for all pharmacy shifts. -Customer will provide Vendor and its subcontractors with all assistance reasonably requested by Vendor for purposes of providing support, including without limitation, adequate access to the applicable Installation Site, Equipment and Software during or after Customer s business hours and the ability to have high speed remote access to the all the equipment on which the Software is operating always. On-site visits required because of Customer s lack of high speed remote access will be charged to Customer. -Customer will document and promptly report to Vendor all detected errors or malfunctions of the Equipment or Software with sufficient detail to enable Vendor to reproduce or recreate the nonconformance. Customer will take all necessary or recommended actions to correct or address such errors or malfunctions within a reasonable time after such actions have been communicated to Customer by Vendor. -Customer will be solely responsible for (i) providing appropriate supervision and management of the use of the Equipment and Software by its personnel and agents and (ii) the implementation of any backup facilities and/or plans for all computer programs and data in the event of errors or malfunction of the Software or Equipment. Support for Browser and Internet connections are Customer s responsibility. -Vendor will provide Service Bulletins which may contain procedures to solve common problems, Customer agrees to comply with applicable items provide in Service Bulletins. -Support Limitations. Vendor will be under no obligation to provide any Support hereunder due to errors, malfunctions or defects arising from: (i) abuse, neglect or misuse; (ii) use of unauthorized parts or failure to maintain the Equipment in accordance with Vendor s written instructions (including without limitation, any relevant user s manuals and documentation and Support Bulletins); (iii) installation, configuration, relocation or re-installation of the Equipment or Software by anyone other than Vendor; (iv) unauthorized modifications, enhancements or additions made by anyone other than Vendor, (v) causes other than ordinary use under normal conditions, including without limitation, accident, fire or water damage, neglect, air conditioning failure or humidity control failure; (vi) failure by Customer to put in place and maintain the Site Requirements; (vii) use of the Equipment or Software with any equipment, accessories, components, consumables or software not provided by Vendor hereunder specifically for use therewith (unless previously approved in writing by Vendor); (viii) failure of Customer to install and use updates of the software provided by Vendor; (ix) user created reports; or, (x) use of a canister for any medication other than the manufacturer-specific medication for which the canister was built. Any services provided by Vendor with respect to any of the foregoing exclusions or for any other cause that is not attributable to Vendor will be billed to Customer at Vendor s then current rates for such services. Support services are not provided for barcode scanners and UPS s i. Warranty- If the media on which any licensed software is embodied contains material defects, the Vendor will replace such media. This will be the Vendor s sole and exclusive obligation with respect to such warranty for the licensed software. Warranty provision begins 30 days after the date of Customer acceptance. j. Payment-The Vendor is required to submit invoices via the Electronic Invoice Presentation and Payment System. The CO and the Customer will accept only a firm fixed price which is to be negotiated and agreed upon prior to acceptance of the contract by the CO. TASKS AND ASSOCIATED DELIVERABLES Description of Deliverables: PRODUCT DESCRIPTION QUANTITY 102 00074 55 AutoPharm Buyers Workstation 2 100 00026 55 AutoPharm Test System 1 102 00101 55 AutoPharm Zone 10 SPN 0007 AutoPharm Software 16 500 00526 00 Motorola Scanner- Multi Battery Charger 4 102 00111 44 Hardware Server 2 700 00002 00 Custom Interface (Formulary Update) 1 700 00003 00 Custom Interface (General Ledger) 1 700 00008 00 Standard Interfaces 1 500 00158 00 AutoCarousel CC14S 24 1 102 00077 55 AutoCarousel Workstation 1 102 00204 00 AutoPack 244DO 2 102 00202 00 AutoPack Workstation 2 100 00057 00 AutoCool+H Unit with Workstation (Initial) 1 100 00061 00 AutoCool+H Additional Unit 4 Reporting Requirements: Contracting shall not commence performance of the services identified in this statement of work until the Contracting Officer (CO) has conducted a post-award conference, or has advised the contractor that a post-award conference has been waived. The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the POC on all matters pertaining to the work being performed. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred thus thereof. CONFIDENTIALITY AND NONDISCLOSURE: The Vendor understands and agrees that confidential information (patients, employee, or facility) must be secured and protected always. The Vendor and its personnel shall be held liable in the event a breach of confidentiality occurs because of the Vendor or its employees. The Business Associate Agreement between the Department of Veterans Affairs Veterans Health Administration and Omnicell Technologies, Inc. is applicable to this contract. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS: The C&A requirements do not apply, and that a Security Accreditation Package is not required. INFORMATION SYSTEMS OFFICER, INFORMATION PROTECTION: The contractor will have access to VA Desktop computers or will have access to online resources belonging to the government while conducting services. PRIVACY OFFICER: The contractor will have access to Patient Health Information (PHI) or they will have the capability of accessing patient information during the services provided to the VA. RECORDS MANAGER: There will be federal records created, maintained, used, or disposed of with this contract; regardless of format or mode of transmission. Salient Characteristics: Automated Medication Dispensing and Inventory Control System Automated medication storage carousel Essential/significant physical, functional, or performance characteristics. Compatibility: The device must use software which is compatible with the Win OS 2012 R2 and Window 7 and support McAfee Anti-virus software. It must use a MSSQL 2014 based database. The device must be able to access the database using web browser IE 11 and IIS for Web Services The device must use the National Medical Device Update Server for OS patches and provide routine OS and security system patches as they become available without prior vendor approval The device must be set up to have autorun for portable media disabled. The device must allow VA to install host based security components such as firewall, host intrusion prevention systems, antimalware software, and/or, any other security software required to operate on the VA production network. If this is not an option, the exclusion list must be able to be provided for antivirus software The device must support the following information security features: an administrator account which is required to operate the device individual user authentication auto logoff and/or session lock Password aging Strong user password Active Directory for user authentication Encryption module with FIPS 140-2 certification The device must allow storage of data elements such as: Patients names Dates Room numbers Patient account numbers or medical record numbers DOB Medication Name NDC Medication Strength Medication Dosage Medication Dosage form Quantity The device must be set up to store back-up data on a hard drive which can be set-up to back-up if needed The device must be compatible with VISTA to allow Vista Batch files to be dropped for patient dispense fills. The device must be configured to allow remote connectivity so device issues can be fixed remotely Dimensions: The device must be easy-to-use, accurate, and designed in a VERTICAL design to ensure maximum storage in a compact footprint. The device must not exceed 10 ft. in height The device must fit within a 60 sq. ft. footprint The device must include counter top space (preferably stainless steel) of at least 18 inches to allow for workspace by technical staff The device needs to have at least 28 shelves. Shelves must be able to storage bins of different sizes. Each bin must be capable of being subdivided using compatible dividers. Preferred bins sizes (approximate sizes based on current needs): small (24 x5 x4 ) large (24 x10 x4 ) The device must be able to fit approximately 1900 different NDC items Weight: The device must be no more than 10,000 lbs. when unladen Industry Standard: The device must be computer based and compatible with at least Win OS 2012 R2 and Window 7. Other characteristics: The device must be UL listed and electrically powered by standard 110 voltage. It must contain a driveshaft which can be cranked by hand or without the use of AC power. The work surface should be at least 40 high to allow for working while standing. The device must be able to hold approximately 400 lbs. per shelf. Door to device must be lockable for increased security. Must be comparable in function and purpose to the Swisslog AutoCarousel model CC14S-24 Purpose the device must be a medication storage device which provides heavy-duty, digitally secure, automated storage for all of your medications. It will be used to: track, store, and check NDC numbers add, change, or remove drugs identify high alert medications view and update lot numbers and expiration dates add new storage devices such as static shelving and refrigerators separate returns and restock processes create a template of medication trays for crash carts and anesthesia carts, etc. report expiring medications create on-demand pick without an electronic order create reports that provide a consolidate view of inventory across facilities provide pharmacist check reports Governing Body or Organization n/a Automated unit dose medication packager Essential/significant physical, functional, or performance characteristics. Compatibility: The device must use software which is compatible with the Win OS 2012 R2 and Window 7 and support McAfee Anti-virus software. It must use a MSSQL 2014 based database. The device must be able to access the database using web browser IE 11 and IIS for Web Services The device must use the National Medical Device Update Server for OS patches and provide routine OS and security system patches as they become available without prior vendor approval The device must be set up to have autorun for portable media disabled. The device must allow VA to install host based security components such as firewall, host intrusion prevention systems, antimalware software, and/or, any other security software required to operate on the VA production network. If this is not an option, the exclusion list must be able to be provided for antivirus software The device must support the following information security features: an administrator account which is required to operate the device individual user authentication auto logoff and/or session lock Password aging Strong user password Active Directory for user authentication Encryption module with FIPS 140-2 certification The device must allow storage of data elements such as: Patients names Dates Room numbers Patient account numbers or medical record numbers DOB Medication Name NDC Medication Strength Medication Dosage Medication Dosage form Quantity The device must be set up to store back-up data on a hard drive which can be set-up to back-up if needed The device must be compatible with VISTA to allow Vista Batch files to be dropped for patient dispense fills. The device must be configured to allow remote connectivity so device issues can be fixed remotely The device must interface in a way that allows unit dose packages to be packaged per patient per a pick list generated by VISTA. Dimensions: Footprint: Should not exceed 18 square feet Height: Should not exceed 8 feet Weight: Should not exceed 1000 lbs. Industry Standard The device must be computer based and compatible with at least Win OS 2012 R2 and Window 7 Other characteristics: -The device must be able to package 60 packages per minute -The device must have at least 240 canisters for unit dose packaging -The device must also have a counting try for medications which cannot be placed in canisters. The tray must have at least 50 slots -The device must have a spare lower unit readily available if the primary lower unit ceases to function -The device must be comparable in function and purpose to the Swisslog AutoPack Model 244DO Purpose the automated unit dose packager is needed for automated packaging of oral solid medications in unit dose packages. Governing Body or Organization n/a Automated medication refrigerator Essential/significant physical, functional, or performance characteristics. Compatibility: The device must be compatible with a computer workstation used to track inventory within the device. Dimensions: Must be have at least 90 L of medication storage space Weight: must not exceed 600 lbs Capacity: Number of Shelves: at least 7 shelves Must have containers or totes for storage of small items Must be able to store anywhere between 21 to 140 totes Total Capacity of device by volume: at least 90 liters Industry Standard n/a Other characteristics: The device must generate a uniform internal temperature: 2 ° to 10 ° A computer workstation must be provided with the device Workstation Operating System: must be at least Window 7 The device must use a NEMA 5-15R Hospital Grade cord The device must be lockable Purpose the device will be used to store refrigerated medications and use barcode technology for tracking inventory. The device must be comparable in function and purpose to the Swisslog AutoCool+H refrigerator. Governing Body or Organization n/a Automated medication dispensing workstations: Essential/significant physical, functional, or performance characteristics. Compatibility: The workstation must have at least Windows 7 Professional 32 bit. The device must be comparable in function and purpose to the Swisslog AutoPharm Workstation. Processor: The workstation must have at least Intel Core i5, 2.5GHz Memory: The workstation must have at least 4 GB of memory Utilities: All utilities necessary to perform accurate drug accountability and automated dispensing should be loaded on the workstation. Software must interface with VA drug distributor (McKesson) software package to ensure seamless flow of information from receipt to dispense, to return. Purpose the automated dispensing system workstation should track, store, and check NDC numbers in the medication carousel, refrigerator, and unit dose packager; add, change, or remove drugs; identify high alert medications; view and update lot numbers and expiration dates; add new storage devices such as static shelving and refrigerators; separate returns and restock processes; create a template of medication trays for crash carts and anesthesia carts; report expiring medications; create on-demand pick without an electronic order; create reports that provide a consolidate view of inventory across facilities; and provide pharmacist check reports Governing Body or Organization n/a Automated medication dispensing system server: Essential/significant physical, functional, or performance characteristics. The device must use software which is compatible with the Win OS 2012 R2 and Window 7 and support McAfee Anti-virus software. It must use a MSSQL 2014 based database. The device must be able to access the database using web browser IE 11 and IIS for Web Services The device must use the National Medical Device Update Server for OS patches and provide routine OS and security system patches as they become available without prior vendor approval The device must be set up to have autorun for portable media disabled. The device must allow VA to install host based security components such as firewall, host intrusion prevention systems, antimalware software, and/or, any other security software required to operate on the VA production network. If this is not an option, the exclusion list must be able to be provided for antivirus software The device must support the following information security features: an administrator account which is required to operate the device individual user authentication auto logoff and/or session lock Password aging Strong user password Active Directory for user authentication Encryption module with FIPS 140-2 certification The device must allow storage of data elements such as: Patients names Dates Room numbers Patient account numbers or medical record numbers DOB Medication Name NDC Medication Strength Medication Dosage Medication Dosage form Quantity The device must be set up to store back-up data on a hard drive which can be set-up to back-up if needed The device must be compatible with VISTA to allow Vista Batch files to be dropped for patient dispense fills. The device must be configured to allow remote connectivity so device issues can be fixed remotely The device must interface and communicate with the carousel, refrigerator, and unit dose packager. Compatibility: Windows server 2012 Processor: Intel 6-core Xeon processor Memory: at least 16GB Hard drive: at least Two (2) 300 Gb hot-swap SATA Optical Drive: Must have a CD/DVD-RW Combo drive Utilities: Must have automation and drug accountability software pre-installed along with printer drivers. The device must be comparable in function and purpose to a Swisslog AutoPharm Server. Purpose the device will be used to track, store, and check NDC numbers; add, change, or remove drugs; identify high alert medications; view and update lot numbers and expiration dates; add new storage devices such as static shelving and refrigerators; separate returns and restock processes; create a template of medication trays for crash carts and anesthesia carts; report expiring medications; create on-demand pick without an electronic order; create reports that provide a consolidate view of inventory across facilities; provide pharmacist check reports Governing Body or Organization n/a GENERAL REQUIREMENTS: The Contractor shall Alexandria VA Health Care System, 2495 Shreveport HWY 71 North, Pineville, LA., in accordance with the terms and conditions stated herein. The primary point of contact for all communication between the contractor and the Government will be the Contracting Officer s Representative (COR). He or she will furnish technical guidance and advice under this contract. He or she will be appointed by and represent the Contracting Officer. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the contractor relative to the financial or legal aspects of the contract. Those matters are the responsibility of the Contracting Officer and will not be delegated. DEFINITIONS: Bioamp Systems: Furnish all labor, equipment, supplies, and chemicals necessary to maintain 2 Bioamp Systems with free flow tablets on a monthly basis to be able to kill at least 3 trillion bacteria every 24hrs. One of the Bioamp Systems is locate in the Canteen kitchen at Bldg. 8, and the other in the main kitchen in Bldg. 4, both at the Alexandria VA Health Care System. Contractor needs to contact the COR prior to performing the monthly service. MODIFICATION: Any modification to the contract will be in writing. The modification will be prepared by the VA ContractingOfficer prior to going into effect. PERIOD OF PERFORMANCE: Base Year DATE OF AWARD FOR 12 MONTHS 4 POSSIBLE OPTION YEARS AFTERWARDS SERVICE SCHEDULE: Contract services shall take place between normal business hours, which are 9:00 a.m. and 3:30 p.m., Mondays thru Fridays except on Government s scheduled holidays described below: GOVERNMENT HOLIDAYS: New Year s Day Martin Luther King s Birthday President s Day Memorial Day Independence Day Labor Day Columbus Day Veteran s Day Thanksgiving Day Christmas Day The frequency of service shall be on a monthly basis; a schedule shall be agreed to by the contractor and the VA. However, contractor must be able to provide emergency service if needed, to include after business hours and weekends. In an event of an emergency, the contractor will agree with the COR the specific time when the service will take place. Note: In accordance with VAAR 852.211-73, any brand names mentioned are for information/description purposes only and are not restrictive.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/36C25618Q9022/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9022 36C25618Q9022.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4189382&FileName=36C25618Q9022-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4189382&FileName=36C25618Q9022-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: CENTRAL ARKANSAS VAHCS;4300 W 7TH ST.;LITTLE ROCK, AR
Zip Code: 72205
 
Record
SN04871769-W 20180331/180329231606-39d9b4d67b7da4f4550f587fe7e76794 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.