Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
DOCUMENT

Q -- On-Site Emergency Department Physicians - VA Loma Linda Healthcare System (VALLHS). - Attachment

Notice Date
8/14/2018
 
Notice Type
Attachment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218Q0595
 
Response Due
8/27/2018
 
Archive Date
9/11/2018
 
Point of Contact
timothy.wanamaker@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
PRE-SOLICITATION NOTICE ON-SITE, EMERGENCY DEPARTMENT PHYSICIAN SERVICES This Presolicitation Notice is issued solely for informational and planning purposes. It does not constitute a Request for Quotes (RFQ) nor is it a promise to issue an RFQ in the future. Not responding to this Pre-solicitation Notice does not preclude participation in any future RFQ; no response to this pre-solicitation notice is required. Any responses received to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the (www.fbo.gov) site for additional information pertaining to this Presolicitation Notice. DATE: 08-14-2018 GOVERNMENT: Administrative Contracting Officer, 36C262, Timothy Wanamaker Department of Veterans Affairs Network Contacting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach, CA 90815 PSC: Q201 General Healthcare Services NAICS Code: 621111 Offices of Physicians (except mental Health Specialists) Ref. RFQ: 36C26218Q0595 To be posted on or about 08-16-2018 to www.fbo.gov GENERAL. The Department (Dept.) of Veteran Affairs (VA) seeks to establish a IDIQ contract to provide repetitive and recurring Emergency Care Services in estimated quantities: three (3) Emergency Board-Certified/Board-Eligible Physicians for the VALLHS ED. The Contractor s care shall cover the range of services normally provided in a similar civilian healthcare facility, in accordance with the specifications and requirements contained in the forthcoming Performance Work Statement (PWS). The Contractor shall provide Board-Certified/Board-Eligible Emergency Department Physician Services on-site in accordance with the specifications contained herein to Veteran-beneficiaries of the Dept. of VA and the VALLHS. The Contractor shall provide on-site emergency department physician services that meet or exceed the American College of Emergency Physician Guidelines http://www.ACEP.org/ Place of Performance: Contractor shall furnish services at: VALLHS, Emergency Department, 11201 Benton Street, Loma Linda, CA 92357. Authority: Title 38 USC 8153, Health Care Resources (HCR) Sharing Authority. QUALIFICATIONS. Physicians shall be duly licensed in a State, Territory, or Commonwealth of the U.S. or the District of Columbia (D.C.) and residency trained in the specialty of service/Emergency Room Medicine they are providing (THE CONTRACT PHYSICIAN(S) MUST HAVE GRADUATED FROM AN APPROVED SCHOOL AND COMPLETED A RESIDENCY OR FELLOWSHIP ACCEPTABLE TO THE SURGEON GENERAL), credentialed by the appropriate civilian American Medical Association specialty association, and indemnified by an appropriate/legal third party corporate entity for their professional activities. License The Contractor s physician (s) assigned by the Contractor to perform the services covered by this contract shall have a current license to practice medicine in any State, Territory, or Commonwealth of the U.S. or D.C.) when services are performed on-site at the VALLHS facility. All licenses held by the personnel working on this contract shall be full and unrestricted licenses. Contractor s physician(s) who have current, full and unrestricted licenses in one or more states, but who have, or ever had, a license restricted, suspended, revoked, voluntarily revoked, voluntarily surrendered pending action or denied upon application will not be considered for the purposes of this contract. Board-Certification - All Contractor s physician(s) shall be Board-Certified or Board-Eligible in Emergency Medicine and be currently certified in Basic Life Support (BLS) Advanced Cardiac Life Support (ACLS) or equivalency. All continuing education courses required for maintaining certification shall be kept up to date always. Documentation verifying current certification shall be provided by the Contractor to the VALLHS COR on an annual basis for each year of contract performance. Credentialing and Privileging Physicians may perform services at the VALLHS only when the credentialing process is completed by the VALLHS Medical Staff Office as outlined in VA Regulation and Station 605 Memorandum. The privileging process shall be in accordance with all pre-privileging and privileging requirements in VA Regulations and local VA Medical Staff Bylaws. The credentials required and privileges granted by the Government must be sufficient to allow for performance of all the requirements under this contract. Credentialing and privileging is to be done in accordance with the provisions of VHA Handbook 1100.19. The Contractor is responsible to ensure that proposed physician(s) possesses the requisite credentials enabling the granting of privileges. No services shall be provided by any Contractor s physician(s) prior to obtaining approval by the VALLHS Professional Standards Board, Medical Executive Board and Medical Center Director. If an Contractor s physician(s) is not credentialed and privileged or has credentials/privileges suspended or revoked, the Contractor shall furnish an acceptable substitute without any additional cost to the government. Technical Proficiency: The Contractor s physician(s) shall be technically proficient in the skills necessary to fulfill the government s requirements, including the ability to speak, understand, read and write English fluently. The Contractor shall provide documents upon request of the CO/COR to verify current and ongoing competency, skills, certification and/or licensure related to the provision of care, treatment and/or services performed. Contractor shall provide verifiable evidence of all educational and training experiences including any gaps in educational history for all Contractor s physician(s) and Contractor s physician(s) shall be responsible for abiding by the Facility's Medical Staff By-Laws, rules, and regulations that govern medical staff behavior. Continuing Medical Education (CME)/ Certified Education Unit (CEU) Requirements: Contractor shall provide the COR copies of current CMEs as required or requested by VALLHS. Contractor s physician(s) registered or certified by national/medical associations shall continue to meet the minimum standards for CME to remain current. Contractor shall report CME hours to the credentials office for tracking. These documents are required for both privileging and re-privileging. Failure to provide shall result in loss of privileges for contract physician(s). Training (ACLS, BLS, CPRS and VA-MANDATORY): Contractor shall meet all VA educational requirements and mandatory course requirements defined in the forthcoming PWS; all training must be completed by the Contractor s physician(s) as required by VALLHS. Other training may become required; the VALLHS COR will communicate any training requirement changes to the Contractor. Standard Personnel Testing (e.g., purified protein derivative (PPD)): Contractor shall provide proof of the following tests for physicians within five (5) calendar days after contract award and prior to the first duty shift to the COR and CO. {Contractor tests shall be current within the past 12 months}. TUBERCULOSIS TESTING:  Contractor shall provide proof of a negative Tuberculosis Skin Test (TST) or interferon-gamma release assays (IGRA) for all Contractor s physician(s). A negative chest radiographic report for active tuberculosis shall be provided in cases of positive TST or IGRA results.  The TST or IGRA testing shall be repeated annually. {This is applicable to all healthcare workers}. MEASLES, MUMPS, & RUBELLA TESTING: Contractors shall provide proof of immunity for all Contractor physicians. {This is applicable to all healthcare workers}. VARICELLA: Contractors shall provide proof of immunity for all Contractor physicians. {This is applicable to all healthcare workers}. ACELLULAR PERTUSSIS: Contractors shall provide proof of 1 dose of Tdap vaccination for all Contractor physicians. {This is applicable to all healthcare workers}. INFLUENZA: Contractors shall provide proof that all Contractor physicians have received the annual influenza vaccine unless it is contraindicated. If the Contractor physician has a medical contraindication to the vaccine they shall be required to wear a mask during the Influenza season. {This is applicable to all healthcare workers}. OSHA REGULATION CONCERNING OCCUPATIONAL EXPOSURE TO BLOODBORNE PATHOGENS:  Contractor shall provide evidence of completing and passing generic self-study blood-borne pathogen training for all Contractor s physician(s); provide their own Hepatitis B vaccination series and hepatitis  B surface antigen test results  following the hepatitis B vaccination series; maintain an exposure determination and control plan; maintain required records, and; ensure a proper follow-up evaluation is provided following an exposure incident.{This is applicable to all healthcare workers}. The COR shall notify the Contractor of any significant communicable disease exposures as appropriate.  Contractor shall adhere to current CDC/HICPAC Guideline for Infection Control in healthcare personnel (as published in American Journal for Infection Control- AJIC 1998; 26:289-354 http://www.cdc.gov/hicpac/pdf/InfectControl98.pdf) for disease control.  Contractor shall provide follow-up documentation of clearance to return to the workplace prior to return. National Provider Identifier (NPI): NPI is a standard, unique 10-digit numeric identifier required by HIPAA. The Veterans Health Administration must use NPIs in all HIPAA-standard electronic transactions for individual (health care practitioners) and organizational entities (medical centers). The Contractor shall have or obtain appropriate NPI and if pertinent the Taxonomy Code confirmation notice issued by the Centers for Medicare and Medicaid Services (CMS) National Plan and Provider Enumeration System (NPPES) be provided to the Contracting Officer with the Quote. DEA: Contractor shall provide copy of current DEA certificate. Conflict of Interest: The Contractor and all Contractor s physician(s) are responsible for identifying and communicating to the CO and COR conflicts of interest at the time of Quote and during the entirety of contract performance. At the time of Quote, the Contractor shall provide a statement which describes, in a concise manner, all relevant facts concerning any past, present, or currently planned interest (financial, contractual, organizational, or otherwise) or actual or potential organizational conflicts of interest relating to the services to be provided.  The Contractor shall also provide statements containing the same information for any identified consultants or subcontractors who shall provide services.  The Contractor must also provide relevant facts that show how it s organizational and/or management system or other actions would avoid or mitigate any actual or potential organizational conflicts of interest. These statements shall be in response to the VA Acquisition Regulation (VAAR) provision 852.209-70 Organizational Conflicts of Interest (Jan 2008) and fully outlined in response to the subject attachment in Section D of the solicitation document. Citizenship-related Requirements: The Contractor certifies that the Contractor shall comply with all legal provisions contained in the Immigration and Nationality Act of 1952, as amended; its related laws and regulations enforced by Homeland Security, Immigration and Customs Enforcement, and the U.S. Department of Labor as these may relate to non-immigrant foreign nationals working under contract or subcontract for the Contractor while providing services to Department of Veterans Affairs patient referrals; While performing services for the Dept. of VA, the Contractor shall not knowingly employ, contract or subcontract with an illegal alien or foreign national non-immigrant who is in violation their status as a result of their failure to maintain or comply with the terms and conditions of their admission into the U.S. Additionally, the Contractor is required to comply with all E-Verify requirements consistent with Executive Order 12989 and any related pertinent Amendments, as well as applicable Federal Acquisition Regulations. If the Contractor fails to comply with any requirements outlined in the preceding paragraphs or its Agency regulations, the Dept. of VA may, at its discretion, require that the foreign national who failed to maintain their legal status in the U.S. or otherwise failed to comply with the requirements of the laws administered by Homeland Security, Immigration and Customs Enforcement and the U.S. Department of Labor, shall be prohibited from working at the Contractor s place of business that services Department of Veterans Affairs patient referrals; or other place where the Contractor provides services to veterans who have been referred by the Dept. of VA and shall form the basis for termination of this contract for breach. This certification concerns a matter within the jurisdiction of an agency of the U.S. and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under 18 U.S.C. 1001. The Contractor agrees to obtain a similar certification from its subcontractors. The certification shall be made as part of the Contractors response to the RFQ using the subject attachment in Section D.3 (citizenship-related document section) of the pending solicitation document. Annual Office of Inspector General (OIG) Statement: In accordance with HIPAA and the Balanced Budget Act (BBA) of 1977, the Department of Health and Human Services (HHS) Office of Inspector General (OIG) has established a list of parties and entities excluded from Federal health care programs. Specifically, the listed parties and entities may not receive Federal Health Care program payments due to fraud and/or abuse of the Medicare and Medicaid programs. The Contractor shall review the HHS OIG List of Excluded Individuals/Entities on the HHS OIG web site at http://oig.hhs.gov/exclusions/index.asp to ensure that the proposed Contractor s physician (s) are not listed. Contractor should note that any excluded individual or entity that submits a claim for reimbursement to a Federal health care program, or causes such a claim to be submitted, may be subject to a Civil Monetary Penalty (CMP) for each item or service furnished during a period that the person was excluded and may also be subject to treble damages for the amount claimed for each item or service. CMP s may also be imposed against the Contractor that employ or enter into contracts with excluded individuals to provide items or services to Federal program beneficiaries. By submitting their Quote, the Contractor certifies that the HHS OIG List of Excluded Individuals/Entities has been reviewed and that the Contractors are and/or firm is not listed as of the date the offer/bid was signed. Clinical/Professional Performance: The qualifications of Contractor personnel are subject to review by the VALLHS COS or clinical designee, and approval by the VALLHS Medical Center Director as provided in VHA Handbook 1100.19. Clinical/Professional performance monitoring and review of all Contractor physician personnel covered by this contract for quality purposes will be provided by the appointed VALLHS COS, and/or the Chief of the Service or designee. Note: only the CO is authorized to consider any contract modification request and/or make changes to the contract during the administration of the resultant contract. Non-Personal Healthcare Services: The parties agree that the Contractor and all Contractor s physician(s) shall not be considered Dept. of VA employees for any purpose. Indemnification: The Contractor shall be liable for, and shall indemnify and hold harmless the Government against, all actions or claims for loss of or damage to property or the injury or death of persons, arising out of or resulting from the fault, negligence, or act or omission of the Contractor, its agents, or employees. Prohibition Against Self-Referral: Contractor s physicians are prohibited from referring VA Veteran-patients to Contractor s or their own practice(s). Inherently Government Functions: Contractor and Contractor s physician(s) shall not perform inherently governmental functions. This includes, but is not limited to: determination of agency policy, determination of federal program priorities for budget requests, direction and control of government employees (outside a clinical context), selection or non-selection of individuals for federal government employment (including the interviewing of individuals for employment), approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy. No Employee Status: The Contractor shall be responsible for protecting Contractor s physician(s) furnishing services. To carry out this responsibility, the Contractor shall provide or shall certify the following is provided for all their staff providing services under the resultant contract: Workers compensation; Professional liability insurance; Health examinations; Income tax withholding, and; Social security payments. Tort Liability: The Federal Tort Claims Act does not cover Contractor or Contract physician(s). When a Contractor or Contractor s physician(s) has been identified as a provider in a tort claim, the Contractor shall be responsible for notifying their legal counsel and/or insurance carrier. Any settlement or judgment arising from a Contractor s (or contract physician(s)) action or non-action shall be the responsibility of the Contractor and/or insurance carrier. KEY PERSONNEL AND RESPONSIBILITIES: The VA Full Time Equivalency (FTE) for the services required is 2080 hours = One (1) FTEE (Full Time Equivalency Employee)). An FTE is defined by VA as a minimum of 80 hours every two (2) weeks and excludes holidays. The estimated number of Emergency Department Board-Certified physicians required to be on-site daily is three (3). The Contractor shall propose a minimum of SIX (6) key personnel to be credentialed and be available for scheduling to meet the requirements of THREE (3) on-site key personnel per the pending contract. It is essential that continuity of services is maintained to the maximum degree possible, hence, substitution of Contractor provided Physicians shall be limited to urgent/emergent absences of approved, assigned providers. The Contractor shall be responsible for providing coverage to VALLHS during periods of vacancies of the Contractor s personnel due to sick leave, personal leave, vacations, exhaustion, and additional coverage as required. Personnel Substitutions: During the first ninety (90) calendar days of performance, the Contractor shall make NO substitutions of key personnel unless the substitution is necessitated by illness, death or termination of employment. The Contractor shall notify the CO, in writing, within five (5) calendar days after the occurrence of any of these events and provide the information required below. After 90 days, the Contractor shall submit the information to the CO at least five (5) calendar days prior to making any permanent substitutions. The Contractor shall provide scheduled services throughout the contract period. In the event of the absence of Contractor s personnel for any reason, the Contractor shall bear the responsibility of providing replacement personnel to provide the scheduled services. The Contractor point of contact shall arrange for pre-credentialed locum tenens coverage when primary Physicians will be unable to provide services for one (1) or more consecutive scheduled shift. The Contractor shall provide a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the CO. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. The CO will notify the Contractor within five (5) calendar days after receipt of all required information of the decision on the proposed substitutes. The contract will be modified to reflect any approved changes of key personnel. For temporary substitutions where the key person shall not be reporting to work for three (3) consecutive work days or more, the Contractor shall provide a qualified replacement for the key person. The substitute shall have comparable qualifications to the key person. Any period exceeding two (2) weeks will require the procedure as stated above. The Government reserves the right to refuse acceptance of any Contractor personnel at any time after performance begins, if personal or professional conduct jeopardizes patient care or interferes with the regular and ordinary operation of the VALLHS facility. Breaches of conduct include intoxication or debilitation resulting from drug use, theft, patient abuse, dereliction or negligence in performing directed tasks, or other conduct resulting in formal complaints by patient or other staff members to designated Government representatives. Standards for conduct shall mirror those prescribed by current federal personnel regulations. Should the COS or designee show documented clinical problems or continual unprofessional behavior/actions with any Contractor s physician(s), the COR may request, without cause, immediate replacement of said Contractor s physician(s). The CO and COR shall address issues concerning a Contractor s physician(s) conduct; the final arbiter on questions of acceptability is the CO. Contingency Plan: Continuity of care is an essential part of VALLHS medical services. As such, the Contractor shall have a contingency plan in place to be utilized if the Contractor s physician(s) leaves Contractor s employment or is unable to continue performance in accordance with the terms and conditions of the contract. HOURS OF OPERATION: 24 HOURS, SEVEN (7) DAYS-PER-WEEK, 365 DAYS-PER-YEAR; ON-SITE VALLHS EMERGENCY ROOM COVERAGE. Veteran-patients must be seen by a Contractor s physician(s) on-site at VALLHS in a timely manner in accordance with VA Rules and Regulations on clinic wait-times and consult completion. Contractor shall notify the COR at least monthly about any obstacles to meeting this performance measure. Contractor s Physician(s) shall be available and present in the ED during normal VALLHS ED Hours of Operation, which will be established, and may be revised, as deemed appropriate for Veteran-patient care by the Chief of Staff. Currently, normal clinic hours entail 12-hour shift coverage. Per the qualification section of this PWS, the Contractor shall provide the following staff: THREE (3) BOARD-CERTIFIED/BOARD-ELIGIBLE, EMERGENCY DEPARTMENT PHYSICIANS. Scope of Care: Contractor s physician(s) (as appropriate and within scope of practice/privileging) shall be responsible for providing Emergency Department care, including, but not limited to: Evaluation, Emergent Treatment and Management: Employment of the principles of emergency care for life/limb threats, resuscitation and stabilization, triage, diagnosis and disposition. Initial evaluation, emergent treatment and management of minor wound care, respiratory illness, gastrointestinal illness, burns, musculoskeletal trauma, dermatological illness, ENT, eye and urological problems. Initial evaluation, emergent treatment and management of minor procedures such as local infiltration anesthesia, incision and drainage, simple laceration repair, nail trephination, electro-coagulation, nasal cautery, gastric lavage, bladder catheterization, peripheral venous line insertion, and spinal immobilization. Initial evaluation, emergent treatment and management of abdominal and gastrointestinal disorders (including trauma) of the esophagus, stomach, small bowel and colon rectum and anus, liver and biliary tree and pancreas. Initial evaluation, emergent treatment and management of cardiovascular disorders (including trauma) involving cardiac failure, differential diagnosis of chest pain, cardiac structural disorders, cardiac rhythm and conduction defects, pericardial disorders, disease of peripheral arteries and veins, shock, and cutaneous disorders. Initial evaluation, emergent treatment and management of emergent disorders caused by antigens, organisms and other foreign substances such as reactions of hypersensitivity; reactions from venoms, bites and stings; reactions caused by infectious agents; disorders due to chemical, drug and physical agents; and disorders associated with the environment to include barotraumas, near drowning, electrical injury, hypothermia and radiation injury. Initial evaluation, emergent treatment and management of emergent disorders of the hematopoietic system such as anemia, coagulopathy and management of acute neoplastic disease complication. Initial evaluation, emergent treatment and management of emergent disorders of endocrine, metabolic and nutritional natures relating to acid-base disturbances, adrenal, parathyroid and thyroid disturbances. Initial evaluation, emergent treatment and management of emergent disorders of the head and neck (including trauma) involving the ears, nose, oral cavity, larynx/trachea, face and vestibular system. Initial evaluation, emergent treatment and management of emergent disorders (including trauma) of the eye involving the lids and lachrymal apparatus conjunctiva, cornea, sclera, internal aspects of the globe and orbit. Initial evaluation, emergent treatment and management of emergent disorders (including trauma) of the musculoskeletal system involving shoulder girdle, upper extremity and hand, lower extremity and foot, thorax and vertebrae and arthopathies. Initial evaluation, emergent treatment and management of emergent disorders (including trauma) of the nervous system including cerebral edema, coma, cranial nerve disease, cerebro-vascular disease and infection. Initial evaluation, emergent treatment and management of emergent disorders of psychiatric origin including depression, anxiety reactions, suicide and psychosis. Initial evaluation, emergent treatment and management of emergent respiratory disorders including pulmonary, infection, trauma, neoplasia, metabolic and complications of cardiovascular disease. Initial evaluation, emergent treatment and management of emergent renal and urologic disorders including acute/chronic renal failure, infections, obstructive uropathy and hematuria and trauma. Initial evaluation, emergent treatment and management of emergent OB/GYN disorders such as trauma, infection and pregnancy (ectopic and intra-uterine). Suture minor lacerations. Major procedures: shall be performed in the VALLHS emergency department when safe and appropriate to do so for procedures such as central venous line placement, arterial catheter placement, emergency chest tube or needle thoracostomy to relieve tension pneumothorax, peritoneal lavage, defibrillation and synchronized cardioversion, endotracheal intubation, lumbar puncture, proctoscopy/anoscopy, pericardialcentisis, simple closed fracture and dislocation reduction, arthrocentesis, local and up to moderate systemic anesthesia (intravenous/regional), peri cardiocentesis, temporary pacemaker placement, chest tube thoracostomy and cricothyroidotomy. Stabilization and transfer: Veteran-patients suffering traumatic injuries and when clinical level of care is not available at the VALLHS, the Contractor s physician(s) shall provide initial stabilization and readying of such Veteran-patients for transport to the Level One Trauma Center. Clinic: Contractor s physician(s) shall be present on-time for any scheduled clinics as documented by physical presence in the clinic at the scheduled start time. Inpatient Admissions: Contractor s physician(s) shall review all admissions to inpatient hospital care recommended by Mid-level (Physician Assistant or Nurse Practitioner) provider. Every admission to inpatient care shall have a person-to-person hand-off/hand-over from the admitting Provider to a responsible member of the admitting team. Consultation and Referral Responsibilities: Contractor s physician(s) shall provide consultation with, and instruction to referring physicians, regarding appropriate indications for procedures so that the most expeditious and clinically appropriate work-up can be done. Contractor s physician(s) shall determine the appropriate course of treatment and communicate in-person or by phone with the referring clinicians. Contractor s physician(s) shall initiate appropriate social work referrals for all identified homeless veterans, and for Veteran-patients who do not have primary care providers and appear regularly in the ED. Orthopedic devices: Contractor s physician(s) shall apply orthopedic devices such as splints and braces to stabilize orthopedic injuries. Medications: Contractor s physician(s) shall follow all established medication policies and procedures. No sample medications shall be provided to Veteran-patients. Discharge education: Contractor s physician(s) shall provide discharge education and follow-up instructions that are coordinated with the next care setting for all emergency department Veteran-patients. --End of Pre-solicitation Announcement--
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0595/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218Q0595 36C26218Q0595_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541603&FileName=36C26218Q0595-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4541603&FileName=36C26218Q0595-000.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: VALLHS;Emergency Department;11201 Benton St;Loma Linda, CA
Zip Code: 92357
 
Record
SN05036153-W 20180816/180814231253-2c8ebf0d141fb00b02ff93431493612d (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.