Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
DOCUMENT

Q -- Lab Testing and Courier Service - Attachment

Notice Date
10/3/2011
 
Notice Type
Attachment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
VISN 20 Acquisition Division;US Department of Veterans Affairs;960 Broadway Ave Suite 460;Boise ID 83702
 
ZIP Code
83702
 
Solicitation Number
VA26011RQ1953
 
Response Due
10/14/2011
 
Archive Date
10/24/2011
 
Point of Contact
Vincent Iazzetta
 
E-Mail Address
t.iazzetta2@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation number, VA-260-11-RQ-1953, is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 effective August 2, 2010 and Veterans Affairs Acquisition Regulation Supplement (VAAR) current to January 7, 2010. The North American Industry Classification System (NAICS) Code for this acquisition is 621511, Size Standard: $13.5M. This procurement is unrestricted. Statement of Work- Reference Laboratory Reference Laboratory Testing Services Definitions: For purposes of this document "Buyer" is the Department of Veterans Affairs (VA), the "Seller" is the contractor providing the laboratory reference testing services and courier services described in this statement of work. 1.Project Scope: Non Personal service to furnish all reference laboratory tests services and Laboratory testing at the rates specified and transport (courier) of VA specimens from the Community Based Outpatient Clinic locations to the Core Lab in Walla Walla, WA. a.Seller will provide needed manuals and electronic instruction for testing requirements and reporting to all sites. b.Seller will provide courier services of VA laboratory specimens from the Community Based Outpatient Clinics (CBOC) (presently in Yakima Washington, Richland Washington, La Grande Oregon, Lewiston and Grangeville Idaho and Enterprise Oregon ) associated with the Jonathan M. Wainwright Memorial VAMC to the Walla Walla Washington laboratory site at least daily Monday through Friday except Federal Holidays and by request of the Walla Walla Core Lab or the CBOC for training days, all other changes must be through the Walla Walla Core Lab Manager. Couriers will provide services according to IATA transportation regulations. Specimens will be transported according to Time and Temperature requirements (Room Temperature, Refrigerated and Frozen.) Additional courier services may be added or subtracted as additional CBOC's are added or removed. c.Records will be provided at the time of agreement award by Seller of Clinical Laboratory Improvement Act (CLIA) accreditation and accreditation by College of American Pathologists and/ or State where testing is performed. d.Buyer will at least yearly review the Quality and performance of Seller. The Quality Assurance Surveillance Plan (QASP) which is attached to this document, provides the quality and performance measures used in assessing performance. Seller will provide documents as requested for this purpose. e.Seller will provide documentation of completion of annual training of couriers to current IATA transport handling regulations. f.Participation in this Agreement is further offered to all CBOC's affiliated with the Buyer as described in paragraph 1(g) of this statement of work. g.Individuals acting within the scope of their delegated procurement authority from Jonathan M. Wainwright Memorial VAMC and associated clinics listed below are authorized to purchase under this contract: Jonathan M. Wainwright Memorial VA Medical Center 77 Wainwright Dr. Walla Walla, WA 99362 Richland CBOC Federal building 825 Jadwin Avenue Richland, WA 99352 Yakima CBOC 717 Fruitvale Blvd. Yakima WA 98908 La Grande CBOC 202 12th St. La Grande, OR 97850 Lewiston CBOC 1630 23rd Ave Ste 301and 401 Lewiston ID 83501. Grangeville, CBOC 711 North Street Grangeville, ID 83530 Enterprise, CBOC Enterprise, Oregon. h. A standardized system of ordering shall be utilized at all facilities. i. Test Results shall be available within 24 hours as completed by the Seller. The Test reports will be available electronically, by fax or hard copy. j.Clinical or other Medical Records of the VA patients being examined under this contract will remain on the VA facility. ? QUALITY ASSURANCE SURVEILLANCE PLAN For: Reference Laboratory Contract Number: 2.Contract Description: The contract shall furnish all reference laboratory tests services and Laboratory testing at the rates specified and transport (courier) of VA specimens from the Community Based Outpatient Clinic locations to the Core Lab in Walla Walla WA. 3.Contractor's name: (hereafter referred to as the contractor). 1. PURPOSE This Quality Assurance Surveillance Plan (QASP) provides a systematic method to evaluate performance for the stated contract. This QASP explains the following: "What will be monitored. "How monitoring will take place. "Who will conduct the monitoring. "How monitoring efforts and results will be documented. This QASP does not detail how the contractor accomplishes the work. Rather, the QASP is created with the premise that the contractor is responsible for management and quality control actions to meet the terms of the contract. It is the Government's responsibility to be objective, fair, and consistent in evaluating performance. This QASP is a "living document" and the Government may review and revise it on a regular basis. However, the Government shall coordinate changes with the contractor. Copies of the original QASP and revisions shall be provided to the contractor and Government officials implementing surveillance activities. 2. GOVERNMENT ROLES AND RESPONSIBILITIES The following personnel shall oversee and coordinate surveillance activities. a. Contracting Officer (CO) The CO shall ensure performance of all necessary actions for effective contracting, ensure compliance with the contract terms, and shall safeguard the interests of the United States in the contractual relationship. The CO shall also assure that the contractor receives impartial, fair, and equitable treatment under this contract. The CO is ultimately responsible for the final determination of the adequacy of the contractor's performance. Assigned CO: Vincent Iazzetta Organization or Agency: Department of Veterans Affairs, Office of Acquisition and Materiel Management b. Contracting Officer's Technical Representative (COTR) - The COTR is responsible for technical administration of the contract and shall assure proper Government surveillance of the contractor's performance. The COTR shall keep a quality assurance file. The COTR is not empowered to make any contractual commitments or to authorize any contractual changes on the Government's behalf. Assigned COTR: Teresa E. Morrison Laboratory Manager Jonathan M. Wainwright Memorial VA Medical Center c. Other Key Government Personnel - 3. CONTRACTOR REPRESENTATIVES The following employees of the contractor serve as the contractor's program manager for this contract. a. Program Manager - Supplier Contact, Supplier Lab. b. Other Contractor Personnel - 4. PERFORMANCE STANDARDS Performance standards define desired services. The Government performs surveillance to determine if the contractor exceeds, meets or does not meet these standards. The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). ? TaskIDIndicatorStandardAcceptable Quality LevelMethod of SurveillanceIncentive Clinical Information Return1Routine diagnostic testing: clinical information provided back to the authorizing VA medical center. Reports will be available via Electronic, hard copy or fax at least daily.100% of reports have been provided to via one of the methods.Review will be ongoing/daily with Laboratory incomplete reports and included in the Yearly review of the contract. Exercise of Option Period based on past and current performance. 2Urgent diagnostic testing and critical case findings, verbal and written test results provided to the authorizing VA medical center.Verbal results available within 2 hours of specimen receipt for urgent results. Critical case results verbal results available immediately upon discovery ( within 15 min) 100% of urgent test request results and critical case findings will be communicated verbally to ordering provider. If ordering provider is not available MAA desk may contact the Medical Officer of the Day.Turnaround times will be measured and included in the quarterly Critical Test review and contract review. Exercise of Option Period based on past and current performance Quality Care Quality Care 3Review of Proficiency TestingA minimum of 100% analytes will successfully pass proficiency testing. Laboratory Manager will request to examine these yearly. If any analytes are removed from testing due to proficiency or other quality problems VA must be notified immediately 100% Review of proficiency and other monitors will be reported to the Executive Committee of the Medical Staff Yearly. Exercise of Option Period based on past and current performance. 4Review of Test Report Turn Around TimeWithin stated turnaround time (TAT) of the procedure. The TAT varies according to the test. 90% of reports will be received within stated TAT and 100% within an additional 2 days.Turnaround times will be measured and included in Yearly review of the contract.Exercise of Option Period based on past and current performance. 5Review of Test error rate Reporting and correction of Test reports should be less than 5% 95%Case review will be reported to the Executive committee of the Medical Staff yearly.Exercise of Option Period based on past and current performance. 6Accreditation of facility.Facility must be accredited by the following organizations: CLIA, CAP, and Oregon State. 100%Copy of Accreditation certificate will be provided yearly.Lack of Accreditation will not allow exercise of option period. 7Provider credentials. All Pathologists must have current licensing (full and un-restricted).100%Review every Year by Chief Medical Technologist.Lack of Credentials will not allow exercise of option period. Quality Care 8Courier TrainingAll Courier staff must have proof of HIPPA and other security training and Hazardous biological transport training.100%Reference Lab will provide documentation yearly of the training. Exercise of Option Period based on past and current performance Incidents 9Incidents of specimen degradation/loss Specimens will arrive at the VA Walla Walla or Supplier Lab from Walla Walla and CBOC's in the desired state (refrig, room temp, Frozen). Rare occurrence 1-2 yearly Review of incidents and reported as occurrences. Exercise of Option Period based on past and current performance Cost10Cost comparison between other regional Reference Laboratories Cost will be comparable overall to other Regional Reference LaboratoriesOverall cost will not exceed 15% Review by laboratory Manager every 2 yearsExercise of Option Period based on past and current performance Customer Satisfaction11Overall Customer Service is helpful and responsive to needs of the client. Client Services and others in the organization are responsive to the needs of the customer.Client Services and others in the organization respond timely to client needs within 24 hours. Review of incidents of dissatisfaction and satisfaction in the prior year by the Laboratory Manager.Exercise of Option Period based on past and current performance 5. INCENTIVES The Government shall use Exercise of Option Period and past performance as incentives. Incentives shall be based on exceeding, meeting, or not meeting performance standards. 6. METHODS OF QA SURVEILLANCE Various methods exist to monitor performance. The COTR shall use the surveillance methods listed below in the administration of this QASP. a.. PERIODIC INSPECTION. (Evaluates outcomes on a periodic basis. Inspections may be scheduled [Daily, Weekly, Monthly, Quarterly, or annually] or unscheduled, as required.) Review of Performance elements 1,3,4,5,6,7,8,9,11 will be yearly reported to the Laboratory Manager, COTR, Executive Committee of the Medical Staff and Chief Staff by the yearly Reference Lab report. Performance element 2 is reported quarterly to the Quality Management and Patient Safety via the Critical Value Test report. Performance measure 10 is reviewed and completed by Laboratory manager every 2 years. b. RANDOM SAMPLING. (Designed to evaluate performance by randomly selecting and inspecting a sample of cases. Performance element 4 are performed on random specimens and reported yearly to the Laboratory Manager, COTR, Quality Management and Chief Staff via the Reference Lab report. ? 8. RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following ratings shall be used: a.Routine diagnostic testing: clinical information provided back to the authorizing VA medical center: 100% of providing reports will be considered a positive outcome. Less than 95% providing reports is a negative outcome. b.Urgent diagnostic testing and critical case findings verbal and written test results provided to the authorizing VA medical center: 100% of urgent testing requests verbally communicated to provider within 2 hours and written report available within 24 hours will be considered positive outcome. 95% of urgent testing requests verbally communicated to provider within 2 hours and written report available within 24 hours will be considered neutral outcome. 90% of urgent testing requests verbally and written report available within 24 hours will be considered negative outcome. c.Review of Proficiency Testing: 100% of analytes successfully passing proficiency testing will be considered positive outcome.95% of analytes successfully passing proficiency testing will be considered neutral outcome.90% of analytes successfully passing proficiency testing or any Analyte that has been removed from testing due to poor proficiency performance and testing performed on VA specimens will be considered negative outcome. d. Review of Test report turnaround time: 100% reporting within stated TAT and 90% within additional 2 days will be considered a positive outcome. Less than 80% reporting within stated TAT days and less than 70% within 5 days is a neutral outcome. Less than 50% reporting within 3 days and 80% within 5 days is a negative outcome. e.Review of Test error rate: 95% of Tests without corrected errors will be considered positive outcome.90% will be considered neutral outcome and 80% negative outcome. f.Accreditation of facility: Current full and un-restricted Accreditation by CLIA, CAP, and Oregon State will be considered a positive outcome. Less than full accreditation or lapsed accreditation will be considered a negative outcome. g.Provider Credentials: The Laboratory Director, Pathologist and all Pathologists have current licensing (full and un-restricted) will be considered a positive outcome. Lack of current licensing and or restricted license is considered a negative outcome. h.Courier Training: 100% of Courier staff delivering to VA must have proof provided to VA annually of HIPPA and other security training and Hazardous biological transport training will be considered positive outcome. 90% will be considered negative outcome. i.Incidents of specimen degradation/loss: Specimens will arrive at the VA Walla Walla and Supplier in the desired state (refrig, room temp, Frozen) no loss of specimen. Incidents are rare occurrences 1-2 year will be considered a positive outcome. 3-4 occurrences will be considered a neutral outcome and 5-6 will be considered a negative outcome. j.Cost Comparison between other Regional reference Laboratories: Cost will be comparable overall to other Regional Reference Laboratories: Testing cost overall will not exceed 15% of testing costs provided by similar Regional Reference Laboratories will be considered a positive outcome 20% will be considered a neutral outcome and 30% will be considered a negative outcome. k.Customer Satisfaction: Overall Customer Service is helpful and responsive to needs of the client. Client Services and others in the organization respond timely to client needs 100% of the time within 24 hours will be considered a positive outcome, 90% will be considered a neutral outcome and 80% will be considered a negative outcome. 9. DOCUMENTING PERFORMANCE a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COTR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COTR shall document the discussion and place it in the COTR file. When the COTR determines formal written communication is required, the COTR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COTR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. 10. FREQUENCY OF MEASUREMENT a. Frequency of Measurement. During contract performance, the COTR will periodically analyze whether the negotiated frequency of surveillance is appropriate for the work being performed. A quarterly review of Supplier contract Critical test reporting by the quarterly Critical Value reporting report will be submitted to Laboratory Manager, and Patient Safety Committee. b. Frequency of Performance Assessment Meetings. The COTR shall meet with the contractor yearly or more often as necessary to assess performance and shall provide a written assessment. _____________________________ Signature - Contractor Program Manager _____________________________ Signature - Contracting Officer's Technical Representative ? Typical Test Distribution (FY09 actuals) Test TypeAnnual Volume Ethonal36 Aldolase29 Aldosterone19 ANA280 Alpha Anti Trypsin12 Heavy Metal Screen10 Beta HCG52 Cpeptide31 CA 12517 CA 19 9 carb20 CEA125 Ceruloplasmin11 Chlamydia/GC probe38 C diff Ag/Toxin40 Cortisol23 Celiac Panel20 CMV- PCR13 Erythropoietin40 Factor V Leiden11 Alpha Feto protein63 HLA B2729 Haptoglobin34 Helicobacter Pylori104 Homocystine95 Immunofixation Electrophore91 Ionized Calcium17 Legionella13 Lipase86 Lupus anticoagulant14 Mha-Tp28 Metanepharines13 Methadone34 Methylmalonic Acid62 Osmolarity Ua11 Opioid Panel58 Free PSA219 RPR119 RA249 Rubella Titer93 T4 Thyroid Peroxidase AB11 Thyroid Binding Globulin 17 Transferrin17 Tissue Transglutaminase16 Trazodone12 Free T326 Varicella Zoster88 Vit D 25 oh149 Vit D 1`, 2574 Herpes AB10 SPEP246 Urine SPEP44 E.2 SECURITY REQUIREMENTS Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: (1) Vendor must accept the system without the drive; (2) VA's initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or (3) VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. All VA contracts, including maintenance/installation contracts, in which VA sensitive information is accessed by a VA contractor require that the contractor adhere to the following five clauses per 38 U.S.C. § 5723 and 5725: a. A prohibition on unauthorized disclosure: "Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor 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 theVA." b. A requirement for data breach notification: "The contractor shall notify the Contracting Officer Technical Representative (COTR) and simultaneously, the designated Information Security Officer (ISO) and Privacy Officer for the contract of any known or suspected security/privacy incidents (SPI), or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor has access. Such notification shall occur in the time and manner as set forth in Section 4,G. of Business Associated Addendum between the parties effective as of April 23, 2008. 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. c. A requirement to pay liquidated damages in the event of a data breach: "In the event of a data breach or privacy incident involving any SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to those individuals." See Handbook 6500.6, App. C, paragraph 7a, 7d. Note: As of the date of this memorandum and until further notice, $37.50 is the figure to be used in all contracts that require a liquidated damages clause. d. A requirement for annual security awareness training: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall successfully complete, on an annual basis, security awareness training provided or arranged by the contractor that conforms to VA's security and privacy requirements as delineated in the copy of the VA security awareness training provided to the contractor." e. A requirement to sign VA's Rules of Behavior: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign, on an annual basis, an acknowledgment that they have read, understand, and agree to abide by VA's Contractor Rules of Behavior dated March 12, 2010 which is attached to this contract." Note: If a medical device vendor anticipates that the services under the contract will be performed by a large number of individuals, the Contractor Rules of Behavior may be signed by the vendor's designated representative. The contract must reflect that, by signing the Rules of Behavior on behalf of the vendor, the designated representative agrees to ensure that all (End of Provision) ? Price/Cost Schedule ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 0001 1.00 JB ___________________ ____________________ REFERENCE TESTING OF LABORATORY SPECIMENS AND COURIER SERVICE per Statement of Work Courier services for pick up of specimens from VA CBOCs and delivery to Walla Walla VA laboratory 0002 1.00 JB ___________________ ____________________ Option Year One 0003 1.00 JB ___________________ ____________________ Option Year Two ____________________ GRAND TOTAL --- ==================== _ Service Contract Act Applies++++ WD 05-2569 (Rev.-13) was first posted on www.wdol.gov on 06/17/2011? FOB point is Destination (The Contractor is responsible for all freight and travel charges): Department of Veterans Affairs, Walla Walla VA Medical Center, 77 Wainwright, Walla Walla, WA, 99362, Attn: Teresa Morrison, Laboratory Manager. Period of performance is 10 November 2011 through 9 November 2012. Full text version of the clauses and provisions can be viewed at: http://www1.va.gov/oamm/oa/ars/policyreg/index.cfm. The resulting firm fixed price award will incorporate the requirements of the clause at FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Jun 2010). Addenda to FAR 52.212-4: FAR 52.224-1 Privacy Act Notification (Apr 1984), FAR 52.224-2 Privacy Act (Apr 1984), FAR 52.247-34 F.O.B. Destination (Nov 1991), VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manuals (Nov 1984), VAAR 852.211-73 Brand Name or Equal (Jan 2008), VAAR 852.246-70 Guarantee (Jan 2008) (the fill in is one year), VAAR 852.246-71 Inspection (Jan 2008), VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (Interim - October 2008). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (July 2010),for the purposes of this document, the following blocks in paragraph (b) are considered checked: C.1 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2011) C.2 52.216-1 TYPE OF CONTRACT (APR 1984) C.3 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) C.4 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) C.5 52.228-5 INSURANCE - WORK ON A GOVERNMENT INSTALLATION (JAN 1997) C.6 52.232-18 AVAILABILITY OF FUNDS (APR 1984) C.7 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) C.8 SUPPLEMENTAL INSURANCE REQUIREMENTS C.9 VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) C.10 VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) C.11 VAAR 852.270-1 REPRESENTATIVES OF CONTRACTING OFFICERS (JAN 2008) C.12 VAAR 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) C.13 VAAR 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) The provision at FAR 52.212-1, Instructions to Offeror--Commercial Items (June 2008), applies to this solicitation. Addenda to FAR 52.212-1 are as follows: The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) applies to this solicitation. The following factors shall be used to evaluate quotes: Technical Capability to Brand Name or Equal, Past Performance, and, Price. Technical and past performance, when combined, is equal to cost or price. The provision at FAR 52.212-3, Offeror Representations and Certification--Commercial Items (Aug 2009), applies to this solicitation. The contractor shall return a completed copy of this provision with its offer. A copy of the provision may be attained from http://www.arnet.gov/far/ or completed at https://orca.bpn.gov/. As of October 1, 2003, all Contractors, both large and small, are required to register in the Central Contractor Registration (CCR) database before an award. Contractors are responsible for the accuracy of information added to CCR. To register, go to http://www.ccr.gov/. Quotations must be submitted in the format outlined in paragraph (b) of FAR 52.212-1. Quotations are due by October 14, 2011, 5 PM Eastern Time. The assigned Contracting Officer is Vincent Iazzetta. Quotations can be emailed to: Vincent.iazzetta2@va.gov. Quotation shall be marked with the Request for Quote number VA-260-11-RQ-1953. Oral quotes will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC531/BoVAMC531/VA26011RQ1953/listing.html)
 
Document(s)
Attachment
 
File Name: VA-260-11-RQ-1953 VA-260-11-RQ-1953_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264313&FileName=VA-260-11-RQ-1953-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=264313&FileName=VA-260-11-RQ-1953-000.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: Department of Veterans Affairs;J.M. Wainwright Memorial VAMC;77 Wainwright;Walla Walla, WA
Zip Code: 99362
 
Record
SN02600784-W 20111005/111003234702-6c7859d31c0a5e37356988b271e137b7 (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.