Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
DOCUMENT

65 -- Zeiss Visual field machine - Attachment

Notice Date
8/1/2018
 
Notice Type
Attachment
 
NAICS
339115 — Ophthalmic Goods Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 Delafield Road;Pittsburgh, PA 15215
 
ZIP Code
15215
 
Solicitation Number
36C24418Q9447
 
Response Due
8/10/2018
 
Archive Date
9/9/2018
 
Point of Contact
donna.cooper2@va.gov
 
E-Mail Address
Donna.Cooper2@va.gov
(Donna.Cooper2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for Zeiss Visual Field, BRAND NAME, as 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. A firm-fixed price purchase order is anticipated. The Department of Veteran Affairs, Wilkes-Barre VA Medical Center, Wilkes-Barre, PA, requires the acquisition, delivery, and installation of all items listed below. Delivery will be within 45 days ARO, installation should be within fourteen (14) to twenty-one (21) days after delivery of items. Delivery will be to: Wilkes-Barre VAMC, 1111 East End Boulevard, Wilkes-Barre, PA 18711; Attn: Warehouse. Minimum requirements will be outlined in the specifications under Section (vi). Contractors shall have no access to Department of Veterans Affairs computer systems.    If required, each contractor employee working on-site must complete training course VA Privacy and Information Security Awareness and Rules of Behavior.    When a new contractor employee arrives on-site they must contact Contracting Officer Representative (COR), who will arrange for this training. (ii) The solicitation number is 36C24418Q9447 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101, effective July 20, 2018. (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 339112 has a small business size standard of 1000. (v) Contract Line Items (CLIN): (vi) BRAND NAME ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Zeiss Visual Field Zeiss Visual Field, HFA3 Model 860 with Liquid Trial Lens, RELEYE, Kinetic, GPA, Heat Trk., Gaze Trk., Printer, and Table. GRAND TOTAL __________________ In accordance with VAAR 811.104-71 (b), based on the inclusion of FAR 52.211-6, Brand Name or Equal (AUG 1999) and VAAR 852.211-73, Brand Name or Equal (JAN 2008), offerors proposing to furnish an equal product other than referenced in the solicitation, shall insert the following description for each equal product (See also VAAR 852.211-73 (c)(1) and (c)(2). Manufacturers Name: ____________________________________________________________________________. Brand: _______________________________________________________________________ Model No.:____________________________________________________________________ Comparable products must be brand name or equal containing the following salient features: Salient Characteristics of the HFA3 Model 860 Zeiss Visual Field Machine: Visual Field Index (Summary measurement of visual field status expressed as a percent of a normal age-adjusted visual field) Simple and intuitive global index to determine the % visual field loss on every visual field. Will forecast future VFI index to show a rate of change. Less affected by cataract and cataract surgery Optimizes progression analysis Liquid Lens Technology Using Liquid Pressure, 1 Trail lens for patients Using liquid pressure, the new Liquid Trial Lens instantly delivers each patient's refractive correction. Reduces patient set up time by automatically loading each patients refractive correction from previous exam. The result is faster patient flow and reduced chance of error by not needing to select a lens during set up. Smart Touch Interface (Ready, Set, Test) Touch screen interface allows for a quicker more efficient work flow GPA (Guided Progression Analysis) Individualized patient management: Change from baseline is the most sensitive method to detect change. Progression analysis validated in the Early Manifest Glaucoma Trial Designed to automatically correct for cataract effects, test point location, severity and overall field status. Measures both changed from baseline and rate of change. Estimates risk of future vision loss. All test data from previous Humphrey Visual Fields can be passed and used on the new Humphrey Visual Fields. Manufacturer service contract Ensures prompt service with all parts availability Must have at least two service technicians within an hour drive of the VA. Must offer onsite service SITA (Swedish Interactive Threshold Algorithm) as an available testing strategy Most proven testing strategy for determining glaucoma and other visual field related diseases. Standard in the industry Dramatically reduces test time without sacrificing accuracy. Achieves the fastest possible test with less fatigue. Reliable results delivered SITA-SWAP (Blue-Yellow Perimetry) Provides early glaucoma detection Replaces the Full Threshold and FastPac strategies for testing SWAP visual fields due to the much shorter test times available when utilizing SITA SWAP. STATPAC Simplifies interpretation with intuitive graphics and plain language terms. Helps Identify statistically significant visual field loss on individual tests and between multiple tests over time. Differentiates between normal and abnormal visual fields for 14 normative databases, corrected for age, test point location and strategy. Must be able to import the visual fields from the old HFA into the new system and utilize both old and new data to create a single progression analysis report Manages and tracks glaucoma over time. Must be FDA validated progression analysis that enables the combination of old and new test into one report. Automated Patient Monitoring/Fixation Control (Video Eye Monitor, Heijl-Krakau Blindspot Monitor, Gaze Tracking, Head Tracking, Vertex Monitoring: Patented, two-variable gaze tracking measures the distance between pupil position and corneal reflex. Reliability tool so the clinician can assess the usefulness of the test results. High precision fixation monitoring, unaffected by the patient s head position or movement. Provides real time feedback and generates documentation of test reliability. Allows for superior accuracy in testing Must have the ability to track a patients gaze direction for each stimulis presented. Tracks pupil size and position relative to the trial lens coupled with automatic X, Y movement of the chin rest to correct for patient movements and misalignments. Kinetic Testing Emulates manual standard Goldmann perimetry. Present stimuli starting from 80 degrees (peripherally), 30 degrees (centrally), or anywhere you choose. Glaucoma Hemifield Test Powerful statistical tool to identify glaucomatous visual field loss. GHT compares local defects in 5 zones of the upper field with those found in mirror image zones in the lower hemifield Analyzes upper and lower hemifield test point differences in terms of deviations from the age-corrected normal reference field and then translates them into the probability domain, first in individual test point locations, and then for the whole central field. Must be able to compare testing quadrants and specify if the visual field is within, or outside normal limits. DICOM Conformant Must have IT connectivity with Forum Must offer bi-direction DICOM Must be able to import all raw data and algorithms of any previous HFA Efficient clinical presentation of structure/function information Streamlined clinic workflow. Creates modality worklist. Offers capabilities of combined structure/function reporting with Cirrus OCT on a 1 page report. HFA-Net Pro Automatically synchronizes patient data between HFA II-i instruments connected to practice server Facilitates and EMR integration Improves electronic workflow and simplifies interpretation and treatment decisions Connectivity is a standard feature with HFA-Net Pro EasyConnect RCT (Remote Configuration Tool) Simplifies networking setup and configuration Enables printing to virtually any network printer Provides Increased Practice Efficiency RELEYE Fixation Monitoring System Legacy Data Pt. Data can be transferred from the HFAII, and HFAII-I, to the HFA 3 Operating System Windows 7-64 bit Internal Storage 500 Gb Electrical Requirement 100-120V 50/60 Hz, 4.0A Dimensions: 18.11 L, 20.47 W, 22.83 H (inches) Additional Information: This machine uses a liquid lens, which instantly delivers each patient s refractive correction with the touch of a button; this reduces patient setup time by automatically loading each patient s refractive correction from the previous exam and provides for a more accurate refractive correction with reduced chance of error when selecting a lens during test setup. This provides for a more accurate test outcome and prescriptive lens for the patient. This machine can also generate combined reports of the HFA3, along with the ZEISS CIRRUS HD-OCT for each day. Installation: Contractor shall provide installation services for this procurement. Contractor shall install all applicable software and configure all network connections on the equipment. Contractor shall perform a full functionality test on the equipment to ensure that the equipment is properly sending data either directly to the Zeiss Forum or to its client PC and then to the Zeiss Forum. Contractor shall ensure any bi-directional communication is tested fully, allowing for sending and retrieval of data. Contractor shall provide Biomedical Engineering with all back up discs, licensure, software keys and passwords necessary to fully maintain the equipment. Clinical Training: Clinical training will be provided to staff on-site once installation is completed. Technical Training: Technical training will be provided to staff on-site once installation is completed. Warranty: All equipment, software and hardware shall have a minimum of one year warranty. Remote and on-site support will be provided at no charge to the Lebanon VA Medical Center during the warranty period. Delivery: The Zeiss Visual Field Machine and accessories shall be delivered, installed and all training completed. All deliveries shall be coordinated with the Point of Contact (POC), to be determined. Failure to coordinate delivery will be grounds to refuse delivery. A local Business Associate Agreement (BAA) is required for the procurement and is attached. All offerors who are submitting a quotation, must complete the attached BAA and return at the time of quotation submittal. MARCH 12, 2010 VA HANDBOOK 6500.6 APPENDIX B VA ACQUISITION REGULATION SOLICITATION PROVISION AND CONTRACT CLAUSE 3. VA INFORMATION CUSTODIAL LANGUAGE a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). j. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: (i) in response to a qualifying order of a court of competent jurisdiction, or (ii) with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. k. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. 5. INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE g. All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract. 6. SECURITY INCIDENT INVESTIGATION a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 7. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. d. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; 2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. c. Each risk analysis shall address all relevant information concerning the data breach, including the following: (1) Nature of the event (loss, theft, unauthorized access); (2) Description of the event, including: (a) date of occurrence; (b) data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; (3) Number of individuals affected or potentially affected; (4) Names of individuals or groups affected or potentially affected; (5) Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; (6) Amount of time the data has been out of VA control; (7) The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); (8) Known misuses of data containing sensitive personal information, if any; (9) Assessment of the potential harm to the affected individuals; (10) Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and (11) Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. 9. TRAINING a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. NARA Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 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 by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 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, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set- Aside (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. Offerors must submit proper authorization or other pertinent documentation at the time of submitting a response to this combined synopsis/solicitation in order to be considered for award. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) Evaluation of this requirement will be based on PRICE ONLY. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 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 addresses: http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to donna.cooper2@va.gov and received no later than 4:00pm EST on the close date, August 10, 2018. Quote may be submitted on this document or the vendor s own form. When submitting a quote using this document, must include: Business Name, address and point of contact (POC). (xvi) For information regarding the combined synopsis/solicitation, please contact Donna Cooper at donna.cooper2@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9447/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24418Q9447 36C24418Q9447_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520347&FileName=36C24418Q9447-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520347&FileName=36C24418Q9447-000.docx

 
File Name: 36C24418Q9447 Attachment BAA Blank.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520348&FileName=36C24418Q9447-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520348&FileName=36C24418Q9447-001.doc

 
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: Department of Veteran Affairs;Wilkes-Barre VA Medical Center;1111 East End Boulevard;Wilkes-Barre, PA
Zip Code: 18711
 
Record
SN05015585-W 20180803/180801231335-1bd5f27aed49443f4247ef4bb8c90e2b (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.