Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 11, 2024 SAM #8080
SOURCES SOUGHT

66 -- CPRR AUTOMATED CLINICAL URINALYSIS INSTRUMENT

Notice Date
1/9/2024 2:10:09 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24824Q0421
 
Response Due
1/17/2024 1:00:00 PM
 
Archive Date
02/16/2024
 
Point of Contact
Melissa Everett, Contract Specialist, Phone: 561-628-6754
 
E-Mail Address
melissa.everett@va.gov
(melissa.everett@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 8 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing CPRR (Cost Per Reportable Result) AUTOMATED CLINICAL URINALYSIS INSTRUMENT for the Bruce W. Carter VA Medical Center. The North American Industry Classification Systems (NAICS) is 334516. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 334516. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. STATEMENT OF WORK Request for two (2) automated clinical urinalysis instrument including a chemistry module, microscopy module and a sediment digital image identification GENERAL: The Bruce W. Carter Miami VA HealthCare system has a need for a Urinalysis solution able to integrate Urine Chemistry, Microscopic Particle Counting and Digital Imaging on a single automated line to comply with the needs of our growing veteran population. This system must have two (2) Chemistry modules, two (2) Particle counting modules and at least one (1) Digital Imaging module. Tests must be Food and Drug Administration (FDA) approved. All materials and services are to be calculated as a cost per reportable result (CPRR) and must be billed once per month. The CPRR program should include the equipment, service and maintenance, training, all reagents, controls, calibrators, consumables, reagent strips, calibration strips, cleaning solutions, diluent solutions, and any fluid solution necessary to operate the contractor s equipment. The contract should include a BASE (6 months) with an option to renew for four (4) additional years. SCOPE: The Contractor must provide all the necessary instrumentation, on-site and off-site employee training, preventive maintenance, repairs, parts, emergency and routine service, hot line services, upgrades, all the necessary software, reagents, controls, calibrators, linearities, correlation materials, disposables, consumables, other required supplies (such as tables for the analyzers, printers and PCs for the urinalysis systems, UPS for each instrument and other items required for optimal system performance ) for in-house urinalysis testing in the Pathology & Laboratory Medicine Service (PLMS) at the Bruce W. Carter Miami VA Healthcare System (MVAHS) as outlined below. All work must be performed in accordance with the guidelines established by Federal, State, and local ordinances, Food and Drugs Administration (FDA) manufacturer's guidelines, and with all terms, conditions, provisions, schedules, and specifications provided herein. TERM OF CONTRACT/PERFORMANCE PERIOD: The period of performance is a BASE (6 months) plus 4 years with the BASE year starting on 04/01/2024 with Four (4) option years going through 09/30/ 2028. Supplies associated with this contract will be shipped on Standing Order basis, all other items will be ordered as needed: BASE : 04/01/24 to 09/30/24 Option Year 1: 10/01/24 to 09/30/25 Option Year 2: 10/01/25 to 09/30/26 Option Year 3: 10/01/26 to 09/30/27 Option Year 4: 10/01/27 to 09/30/28 APPLICABLE DOCUMENTS: The following laws, regulations, policies, and procedures in effect on date of contract issuance and all subsequent changes or updates apply: FAR Federal Acquisition Regulation VAAR Veterans Administration Acquisition Regulation GLOSSARY: Acronyms used in this SOW are listed below for easy reference: CAP College of American Pathologists CLIA Clinical Laboratory Improvement Act CFR Code of Federal Regulations COR Contracting Officer s Representative CPTR Cost Per Test Result CPRR Cost Per Reportable Result FAR Federal Acquisition Regulation FDA Food and Drugs Administration FSS Federal Supply Schedule PM Preventive Maintenance SOW Statement of Work UPS Universal Power Supply VAAR Veterans Administration Acquisition Regulation VISTA Veterans Health Information Systems and Technology Architecture PERFORMANCE REQUIREMENTS: Clinical Requirements: The preferred system should be able to integrate Urine Chemistry module (s), Urine sediment particle counting module (s), and Digital Imaging module on a single automated line. The preferred system is to be a linear automation with redundant instruments (2 Chemistry modules and 2 Microscopic modules) connected to the same continuous automation track or bench top. The preferred system must provide true walkaway final results with minimal tech intervention for the re-classification of urine particles. Automated Urine Chemistry module must: Include chemical analysis of urine to include color, clarity, specific gravity, pH and the presence/absence of leukocytes esterase, nitrites, total protein, glucose, blood/hemoglobin, ketone, ascorbic acid, urobilinogen, and bilirubin. Have RFID labelled tests strips with auto humidity checks to ensure strip integrity. Have automatic color correction to reduce false positive due to dark urines (bilirubin). Have a continuous feed of strips/cassettes without operator intervention and at least 2-week on-board stability. Able to process more than 100 samples/hour. Strips or cassettes must have a loading mechanism to reduce misalignment or strip jams. Automated Urine Microscopic/ Digital Imaging must: Include analysis to determine the presence/absence of sediment constituents, such as but not limited to red blood cells, white blood cells, casts, crystals, bacteria, etc. Have a technology that differentiates particles that contain nucleic acids from particles that do not contain nucleic acid (flow cytometry testing technology/fluorescent methodology). And utilize side scatter detection technology to differentiate similarly sized crystals and RBC. Be able to display particle images to provide high confidence in the classification of such elements. Be able to automatically detect presence of crystals and differentiate between similar sized particles. Have a specimen warming function, in addition to reagent, that dissipate the amorphous urate and phosphate crystals. This will help tremendously when analyzing samples from CBOC s. Have a reagent/technology to eliminate mucus interference. Require minimal operator intervention to review or reclassify images. Provide state of the art digital images and auto particle recognition software that provides the most extensive and accurate quantification of urine particles and rigorously tested and accurate urine chemistry assays. It is preferred that the system have special technology that provides reliable, precise, and accurate urine particle differentiation and count. Include digital imaging which yields microscope-quality images with accurate sediment classification and cell ID for fewer screen review. Have a particle detection down to <0.5um to facilitate enhanced bacteria detection. The preferred system must allow the sample to be used for additional testing (no substances introduced into the sample). The system must be barcode driven, random access, and have a precision delivery system. The system should include editable onboard rules that automate reflex testing from urine chemistry to urine particle counting, and also form urine particle counting to confirmatory urine particle digital imaging. The system must be capable of rules based resulting of which the operator is notified when incongruent results are reported between the urine chemistry analyzer and the urine microscopy analyzer. The systems must deliver well established, standout performance on proficiency surveys. It is preferred that the system have automatic reportable parameters such WBC, RBC Epithelial cells, casts, and bacteria that are FDA approved in order to reduce tech interaction. Reduced carryover with user adjustable carryover rinse cycle settings to eliminate interference. It is preferred that the system provides Analytical Measurement Range for WBC of greater than 5,000/µL and greater than 10,000/µL for RBC to reduce dilution requirements and operator intervention. The system must be easily standardized with accurate particle differentiation, bacteria quantification, and enhanced detection down to <0.5 um. The system must strive to eliminate manual microscopy and provide unmatched quality and accuracy. The system should come with a cart or continuous bench top area, and capable of housing reagents for the primary analyzers. The system must have minimal maintenance <30 minutes with walkaway capability and minimize staff hands-on and free technologists for more critical tasks. The system must not require monitoring during a run and should be 100% walk-away system (load-and-go) without operator re-classification of urine particles. Contractor shall provide quality control material at a minimum of two levels: normal and elevated/abnormal levels. The system must be LIS compatible with Vista and Data Innovations. It is preferred that the system comes ready for Autoverification of negative results. It is preferred that the system suspend or turn off the Autoverification process automatically upon QC failures or QC time limits are exceeded. All models shall perform satisfactorily at any laboratory temperature between 59- and 86° F (15 and 30° Celsius). All models shall perform satisfactorily at any laboratory relative humidity between 30 - 80%. An electronic operator s manual must be furnished with each model supplied. Contractor to provide calibration and assisted calibration verification and set up reference ranges. Contractor to provide any ancillary printers, monitors, computers, and scanners required by the system to provide a printed or electronic report. The analyzer must have a single screen to review all analyzer results and individual module status. Contractor to provide training classes including operation, user-performed maintenance, troubleshooting for three staff on three shifts and one key operator. Training must be provided on-site/off-site for all designees and must occur prior to the start of testing. Contractor to provide the training plan and credentials summary of trainers with proposal. Installation of instrumentation will be provided at no cost to the government. Contractor will provide all parts, labor, supplies, reagents, calibrators, linearity materials, disposables and consumables and will ensure proper operation of instruments. Vendor will provide project management to assure that the installation is coordinated with VA and vendor staff. Instrumentation must be compatible with Data Innovations middleware currently in use. Service, repairs, and maintenance to be provided Monday to Sunday, 365 days a year. All service, repairs, and maintenance to be performed by the vendor. Vendor repair staff will need to be on-site within 24 hours or less after notification of instrument downtime. Contractor retains ownership of instruments and will ensure that at least one blood cell analyzer is operational at all times. Parts replaced during service will be removed or disposed of by the vendor. Vendor to provide a hazardous waste determination with the proposal. Contractor must submit all FDA recalls and incidents issued and/or reported on the analyzers, reagents, and control products. Vendor will provide list of references at the local and national level. Vendor must list any reagents or other items that the VA will be responsible to purchase that are not included in the CPRR pricing. Maintenance: The Contractor must perform preventive maintenance (PM) at intervals specified by the manufacturer to ensure proper equipment performance. The Contractor must test all components for proper test performance. After PM, the contractor must submit a detailed work report to include all required materials and labor at no additional cost to the Government. Delivery of PM parts or material: The contractor must provide all preventive service materials at no additional cost to the government. On-call Repairs: On-call repairs are emergency repairs beyond the scheduled Maintenance and will be provided at no additional cost to the government. The contractor must provide technical assistance not limited to test performance, or equipment malfunction twenty-four (24) hours a day, seven (7) days a week, all Federal and religious holidays, via direct communication thru a telephone bank with technically capacitated and contractor-certified personnel. The contractor must respond to routine calls for on-site repair and be at the job site within twenty-four (24) hours during regular working hours, Monday Sunday, 7:30 am 4:00 pm. The contractor must respond to emergency calls for on-site repairs within eight hours or less. After repair, the contractor must submit a detailed work report to include all required labor, materials, and parts at no additional cost to the Government. The contractor must provide the ability to troubleshoot via phone. Service phone call backs must be done within 1 hour. Delivery of repairs parts or materials: The contractor must provide all parts and materials at no additional cost the government. The Contractor must remove all parts, equipment or materials replaced, or upgraded by the contractor due to and not limited to repairs, replacements, recall, and upgrades at no additional cost to the Government. Safety: The Contractor must immediately notify the Government of any changes in reagents kits composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure according to FDA regulations. Test Performance: All tests and procedures must comply and be approved by FDA. All test, procedures and equipment must perform at manufacturer s specifications. Deviations from the performance specifications must be corrected by the contractor. All test performance will be evaluated by and not limited to performance thru peer comparison, quality control and CAP peer evaluation according to CLIA regulations. Contract: Cost per Reportable Results(CPRR): contractors are required to provide a provide a price for each test that can be performed in its equipment. The Cost per Test price must include costs covering (a) equipment use, (b) all reagents, controls, supplies, consumable/disposable items, parts, accessories, and any other item required for the proper operation of the Contractor s equipment and necessary for the generation and reporting of a test results, (c) all necessary maintenance to keep the equipment in good operating condition. PERFORMANCE LOCATION AND HOURS: The Department of Veterans Affairs Medical Center, Pathology & Laboratory Medicine Service, 1201 NW 16th Street, PLMS Room A305 Miami, Florida, 33125. The Government normal duty hours are from 7:30 am - 4:00 pm, Monday through Friday, excluding Federal holidays and weekends. The MVAHS PLMS Main Laboratory is the primary location and provides diagnostic support to the facility and outpatient clinics 24 hours a day, 7 days per week. DELIVERABLES: The contractor must provide on-site training annually or as needed for tests and procedures offered and conduct instructional course(s) to meet the objectives identified in paragraph 5. In addition, the contractor must provide handouts and training materials in sufficient quantity for each participant. These are off-the-shelf courses, and the contractor must provide lesson plans, course materials and media (DVD s, CD s, videos, etc. if required) for each procedure at no additional cost to the Government. The contractor must deliver all equipment, software, hardware, PCs, printers, ribbons/cartridges, and UPS necessary for test performance at no additional cost to the Government. The contractor must deliver all and not limited to operational, maintenance, troubleshooting, repairs, parts, equipment specifications and tests manuals. The contractor must install the equipment and perform test verification according to manufacturer specification, CLIA, FDA and CAP requirements. The contractor must deliver all necessary reagents, calibrators, controls, disposables, and consumables according to the terms and conditions of this contract. In the event that the requested supplies are on back-order, the contractor must inform the COR as to the estimated time of availability. Vendor will decide so critical materials are provided to prevent testing interruption and subsequent failures in patient care. The contractor must deliver all invoices with the term of service included-- for review according to the established contract at the end of each monthly billing cycle. All items not covered under this contract must be specifically detailed on the invoice including description, quantity required, and government cost. Invoices must contain all the necessary information for proper processing. The contractor must immediately notify the COR of any changes in reagents or equipment modifications by electronic as well as by postal mail with supporting documentation of the change and, detailed guidance against implementation within twenty-four (24) hours of its application or according to FDA guidelines. Additional charges incurred by the government to provide the continuity of contracted tests to patients and not limited to outsourcing, transportation and/or any other additional cost must be covered by the contractor at no additional cost to the Government. CONTRACTOR PERSONNEL AND MANAGEMENT: Contractor Personnel: The Contractor must be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor must maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. Government Badges: The COR will coordinate through the Security Service Sponsor/Managers the issuance of required visitor badges to Contractor personnel. Contract personnel must wear identification badges provided by the Government at all times when performing work on-site. Badges must be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and must be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. Contractor Badges: Notwithstanding the requirement to wear a Government furnished badge, Contractor personnel must also wear a contractor identification badge at all times when performing services under this Contract, including when on Government directed travel. The badge will contain a personal picture, name of employee, and Contractor's name. Badges must be worn on the outer garment attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Safety/Security Requirements: The Contractor must comply with all applicable federal, state, and local laws and ensure performance is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel must have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor must not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval by the hospital director or designated representative. Standards of Conduct: Conduct of Personnel. Contractor personnel must always conduct themselves in a professional manner (i.e., timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees must be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises must not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this Statement of Work. The Government must not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length in excess of three inches, while assigned under this contract. Working Attire and Appearance. Contractor personnel must present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes must be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is for verification purposes and not for the Government to become the hiring authority. TRAVEL: If training for key operators requires travel, arrangements to an off-site location will be paid and arranged by the Contractor in accordance with FSS/NAC contract specifications. NON-PERSONAL SERVICE STATEMENT: Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the contract may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). The Government will control access to the facility and will perform the inspection and acceptance of the completed work. NON-PERSONNEL SERVICE STATEMENT: The Contractor must be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor must maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work must be fully capable of performing the requirements contained in the SOW in an efficient, reliable, and professional manner. The normal manner of dress is business casual. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract must, as a minimum: Be qualified by the contractor as capable to perform as a field service representative. Specialized Experience: The Contractor must provide technical guidance to Supply Operations customers concerning supply requirements; provide logistical technical assistance to civilian personnel of all units, elements and activities assigned to, or stationed in the South Florida area; ensure adherence to management, administrative, operational, and safety requirements of the DOL standard operating procedures; ensure that internal control checklists are prepared and submitted to meet established suspense dates and that corrective actions are completed within acceptable timeframes. PERFORMANCE STANDARD AND QUALITY MEASUREMENT: Performance standards define desired services: The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government must use these standards to determine Contractor performance and must compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. Performance Evaluation: After acceptance of the contract, the system will be monitored for equipment performance including but not limited to; safety (recall Notifications and changes in reagents and equipment notifications), quality assurance (emergency repair response, hot line troubleshooting response, quality of results compared to peer groups and CAP survey performance) and documentation (invoice accountability and invoice verification, equipment specification and user manuals), customer satisfaction (response to complaints and laboratory employees training). The QASP and its performance objectives are as follows: Task ID Indicator Standard Acceptable Quality Level Method of Surveillance Incentive Safety 5.c. i Recall Notification Timely recall notification of reagent and supplies. 100% Monthly monitoring Exercise of Option Period and past performance. 5.c.i Changes in reagent and equipment modifications. Timely distribution / notification of 100% Direct Observation Exercise of Option Period and past performance. Quality Assurance 5.a.xxviii Emergency Repairs Within 24 hours <2 Repairs per quarter per equipment. 95% Monthly monitoring Exercise of Option Period and past performance. 5.b.viii Trouble-shooting via phone. Within 1 hour 95% Monthly Monitoring Exercise of Option Period and past performance. 5.a.xxvii Successful reporting of results Repeat runs are minimal 95% Direct Observation, Quality control reports run as needed. Exercise of Option Period and past performance. 5.d.iii Successful Peer group comparison CAP survey performance 95% Direct Observation CAP survey reports Exercise of Option Period and past performance. Documen-tation 7.g Invoice Accountability Monthly invoices 100% Invoices received through OLCS via Austin, Texas. Invoices include the month and year being billed. Exercise of Option Period and past performance. 7.i Invoice Verification Monthly invoices 100% Invoices contain all necessary information for proper processing. Exercise of Option Period and past performance 7.b Equipment specifications and user manuals Provided prior to delivery of equipment. 100% Up to date information supplied by vendor as changed. Exercise of Option Period and past performance Customer Satisfaction 12.b Substantiated complaints from lab users 1 complaint per quarter 100% Reports of contacts or other documentation. Exercise of Option Period and past performance 9 Training of laboratory personnel Provided upon activation of new system and training of new recruits upon request 100% Reports of contacts or other documentation. Exercise of Option Period and past performance No reimbursement will be made for any costs associated with providing information in response to this Sources Sought Notice and no contract will be directly awarded on the basis of this Sources Sought Notice. Any information submitted by respondents to this Sources Sought Notice shall be voluntary. This is not a solicitation and in no way obligates the Government to award any contract. Additionally, a response to this Sources Sought Notice is not a request to be added to a prospective bidders list or to receive a copy of any forthcoming solicitation. To respond to this Sources Sought Notice, please complete the questions below Response Form to Sources Sought Notice and email the information requested to Melissa Everett, Contract Specialist, at melissa.everett@va.gov . Please reference 36C24824Q0421 - CPRR AUTOMATED CLINICAL URINALYSIS INSTRUMENT in the subject of the email. The closing date and time of this Sources Sought Notice is January 17, 2024, at 4:00 PM Eastern Time. Response Form to Sources Sought Notice Please fully complete each section below. The following must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI. Vendor Name: Vendor Address: Socio-Economic Type: UEI (SAM) Number: DUNS Number: Point of Contact: Phone Number: Email Address: Questions (1) Is your company considered SMALL under the NAICS code? Response: (2) Are the requested items/equipment manufactured by a small or large business? Is your company in compliance with the Non-Manufacturer Rule (NMR)? Your company must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. Response: (3) Is your company an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore your company must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. Response: (4) If your company is a small business and considered an authorized distributor/reseller for the referenced requirement or equivalent product/solution, does your company alter, assemble, or modify the items necessary for this requirement in any way? If yes, state how and what is altered, assembled, or modified? Response: (5) Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. Response: (6) If your company is a federal contract holder, are ALL the referenced items/solutions necessary for this requirement available on your schedule/contract? If so, please provide the contract number and a copy of the contract with your response. Response:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a4a8bbd665304937b49e74d09b84026e/view)
 
Place of Performance
Address: Bruce W. Carter VA Medical Center Miami Veterans Healthcare System 1201 NW 16th Street, Miami, FL 33125, USA
Zip Code: 33125
Country: USA
 
Record
SN06931371-F 20240111/240109230045 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.