Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 14, 2018 FBO #5955
DOCUMENT

J -- OMNICELL PHARMACY EQUIPMENT MAINTENANCE - Attachment

Notice Date
3/12/2018
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
36C24718Q0229
 
Response Due
2/9/2018
 
Archive Date
5/19/2018
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
H
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE DESCRIPTION: This is a source sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a Sources Sought Synopsis only. Questions should be submitted by email to Janica.Francis@va.gov. Provide only the requested information below. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 811219, Other Electronic and Precision Equipment Repair and Maintenance (size standard $20.5 Million). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published on the FBO website. Responses to this source sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors must respond to the solicitation announcement in addition to responding to this source sought announcement. SPECIFIED REQUIREMENT: Network Contracting Office 7, Charleston, SC is seeking sources for a potential contractor to perform the following type of service: STATEMENT of WORK OMNICELL PHARMACY EQUIPMENT PREVENTATIVE MAINTENANCE AND REPAIR SERVICE SCOPE: Vendor shall provide all service, tools, equipment, personnel, transportation, and lodging necessary for performing full corrective and preventive maintenance on the Omnicell Pharmacy Storage and Dispensing equipment (see list of covered equipment below) in use at the Ralph H. Johnson VA Medical Center (RHJVAMC) facility and associated Community-Based Outpatient Clinics (CBOCs). COMPREHENSIVE MAINTENANCE SERVICE AGREEMENT COVERAGE: Vendor shall provide the following: Corrective and Preventive Maintenance: Vendor shall visit RHJVAMC to provide full corrective and preventive maintenance service as required on the Omnicell Pharmacy Storage and Dispensing equipment (see complete list of covered equipment below) when requested by the VA Biomedical Engineering Section. This service shall include unlimited ( 24/7 ) phone support for VA Biomedical Engineering under the contract, all available and applicable software upgrades and updates, a 96% uptime guarantee, and bumper to bumper coverage of all equipment. Vendor shall provide remote software maintenance via an authorized VPN connection to the Omnicell equipment in use at the facility. This VPN access will be used to troubleshoot, repair, configure, and install all updates to software and firmware as deemed appropriate by the Manufacturer. After performing corrective maintenance, Vendor shall ensure the equipment has been returned to optimum performance (according to the manufacturer s service documentation manual) by checking mechanical and electrical safety, lubrication, functional testing, and adjusting for optimum performance as needed. Replacement Parts: Vendor shall provide all necessary parts for repair. These parts shall be new, standard OEM parts that comply with applicable performance and reliability specifications. EQUIPMENT TO BE COVERED UNDER THIS AGREEMENT: Item Product Name Product Description Qty Serial Number 1 MDA-FRM-001 1-CELL OMNIRX 1 101958 2 MDA-FRM-001 1-CELL OMNIRX 1 101961 3 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 102248 4 MDA-FRM-001 1-CELL OMNIRX 1 102800 5 MDA-FRM-001 1-CELL OMNIRX 1 102801 6 OX104RX OMNIRX ONE-CELL AUXILIARY 1 102802 7 MDA-FRM-001 1-CELL OMNIRX 1 102803 8 MDA-FRM-002 2-CELL OMNIRX 1 102807 9 MDA-FRM-001 1-CELL OMNIRX 1 102815 10 MDA-FRM-003 3-CELL OMNIRX 1 102816 11 OX104RX OMNIRX ONE-CELL AUXILIARY 1 102817 12 OX104RX OMNIRX ONE-CELL AUXILIARY 1 102861 13 OX224RX OMNIRX TWO-CELL AUXILIARY 1 102862 14 OX224RX OMNIRX TWO-CELL AUXILIARY 1 102863 15 OX224RX OMNIRX TWO-CELL AUXILIARY 1 102864 16 MDA-FRM-002 2-CELL OMNIRX 1 102865 17 OX224RX OMNIRX TWO-CELL AUXILIARY 1 102867 18 OX224RX OMNIRX TWO-CELL AUXILIARY 1 102868 19 56AXRX HALF-CELL OMNISUPPLIER AUXILIARY 1 102877 20 56AXRX HALF-CELL OMNISUPPLIER AUXILIARY 1 102880 21 MDA-FRM-005 OMNIRX G4 1 102888 22 MDA-FRM-005 OMNIRX G4 1 102889 23 MDA-FRM-006 OMNIRX-TT G4 1 102890 24 MDA-FRM-006 OMNIRX-TT G4 1 102891 25 MDA-FRM-006 OMNIRX-TT G4 1 102892 26 MDA-FRM-006 OMNIRX-TT G4 1 102893 27 MDA-FRM-001 1-CELL OMNIRX 1 102894 28 MDA-FRM-002 2-CELL OMNIRX 1 102924 29 MDA-FRM-002 2-CELL OMNIRX 1 102925 30 MDA-FRM-002 2-CELL OMNIRX 1 102926 31 MDA-FRM-002 2-CELL OMNIRX 1 102927 32 MDA-FRM-002 2-CELL OMNIRX 1 102928 33 MDA-FRM-001 1-CELL OMNIRX 1 102973 34 MDA-FRM-001 1-CELL OMNIRX 1 102974 35 MDA-FRM-001 1-CELL OMNIRX 1 102975 36 MDA-FRM-002 2-CELL OMNIRX 1 102976 37 MDA-FRM-001 1-CELL OMNIRX 1 102977 38 MDA-FRM-001 1-CELL OMNIRX 1 102979 39 MDA-FRM-001 1-CELL OMNIRX 1 102980 40 MDA-FRM-002 2-CELL OMNIRX 1 102981 41 MDA-FRM-002 2-CELL OMNIRX 1 103015 42 MDA-FRM-003 3-CELL OMNIRX 1 103610 43 MDA-FRM-003 3-CELL OMNIRX 1 103612 44 MDA-FRM-002 2-CELL OMNIRX 1 104656 45 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 104657 46 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 104734 47 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 104735 48 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 104832 49 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 104833 50 MDA-FRM-001 1-CELL OMNIRX 1 105950 51 MDA-FRM-001 1-CELL OMNIRX 1 106266 52 MDA-FRM-001 1-CELL OMNIRX 1 106267 53 MDA-FRM-001 1-CELL OMNIRX 1 124219 54 MDA-FRM-001 1-CELL OMNIRX 1 124220 55 MDA-FRM-006 OMNIRX-TT G4 1 124225 56 ANT-FRM-001 ANESTHESIA WORKSTATION G4 1 129451 57 MDA-PNT-001 MEDICATION LABEL PRINTER (G4 PC BOX) 1 14160149 58 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02096 59 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02253 60 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02407 61 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02551 62 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02623 63 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02683 64 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02704 65 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02752 66 MSA-OPT-016 FLEXLOCK WITH TEMPCHECK (50FT),2.0 1 12872M02787 67 OCFLTCK FLEXLOCK WITH TEMPCHECK (12 FT CABLE),G3 1 OFLUNI026675 68 OCFLTCK FLEXLOCK WITH TEMPCHECK (12 FT CABLE),G3 1 OFLUNI026791 69 OCFLTCK FLEXLOCK WITH TEMPCHECK (12 FT CABLE),G3 1 OFLUNI026792 REPORTING: Vendor service personnel shall report and sign-in to the Healthcare Technology Management (HTM) Biomed (Rm. G200) or Electronics (Rm. C106) Section to obtain an identification badge which shall be worn at all times while on station. After all work is completed, the Vendor service personnel must again report in person to the Biomed or Electronics Section, to submit in writing, a complete report of services or repairs performed for each item of equipment. An electronic report of work performed (PDF, MS Word, etc.) shall also be submitted via email within 24-72 hours of each service visit. NOTE: Payment of invoices may be delayed if the appropriate reports are not properly completed and submitted to the HTM Service as required above. HOURS OF WORK: RHJVAMC normal working hours are Monday through Friday 0700-1600 (with one hour for lunch), excluding federal holidays. All service shall be performed during normal working hours, unless the Contracting Officer s Representative (COR) provides written consent to the Vendor. The facility observes the following federal holidays: New Year s Day Martin Luther King, Jr. Day Presidents Day Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day RESPONSE TIME: The Vendor s response time to phone inquiries shall be two (2) hours. The Vendor s on-site response time for service calls shall be twenty-four (24) hours. TEST EQUIPMENT: RHJVAMC will not furnish test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment and/or supplies necessary to complete the work as required within unless otherwise specified elsewhere in this document. SPECIAL CONTRACT REQUIREMENTS: Vendor must follow all Department of Veterans Affairs regulations when working on VA equipment. Vendor shall be escorted by RHJVAMC Biomedical Engineering or Electronics staff while working in sensitive areas of the facility (i.e. patient care areas, etc.). TYPE OF CONTRACT: The Department of Veterans Affairs Medical Center (DVAMC) anticipates award of a FIRM FIXED PRICE contract based on the contents of this solicitation. SECURITY REQUIREMENTS-The following security requirements shall apply to the performance of this contract: 1. GENERAL-Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. 3. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1600.01, Business Associate Agreements. Absent an agreement to use or disclose protected health information, there is no business associate relationship. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. The contractor/subcontractor s firewall and Web services security controls, if applicable, shall meet or exceed VA s minimum requirements. VA Configuration Guidelines are available upon request. Except for uses and disclosures of VA information authorized by this contract for performance of the contract, the contractor/subcontractor may use and disclose VA information only in two other situations: in response to a qualifying order of a court of competent jurisdiction, or with VA s prior written approval. The contractor/subcontractor must refer all requests for, demands for production of, or inquiries about, VA information and information systems to the VA contracting officer for response. Notwithstanding the provision above, the contractor/subcontractor shall not release VA records protected by Title 38 U.S.C. 5705, confidentiality of medical quality assurance records and/or Title 38 U.S.C. 7332, confidentiality of certain health records pertaining to drug addiction, sickle cell anemia, alcoholism or alcohol abuse, or infection with human immunodeficiency virus. If the contractor/subcontractor is in receipt of a court order or other requests for the above-mentioned information, that contractor/subcontractor shall immediately refer such court orders or other requests to the VA contracting officer for response. For service that involves the storage, generating, transmitting, or exchanging of VA sensitive information but does not require C&A or an MOU-ISA for system interconnection, the contractor/subcontractor must complete a Contractor Security Control Assessment (CSCA) on a yearly basis and provide it to the COR. 4. SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. 5. LIQUIDATED DAMAGES FOR DATA BREACH Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. The contractor/subcontractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. Each risk analysis shall address all relevant information concerning the data breach, including the following: Nature of the event (loss, theft, unauthorized access); Description of the event, including: date of occurrence; data elements involved, including any PII, such as full name, social security number, date of birth, home address, account number, disability code; Number of individuals affected or potentially affected; Names of individuals or groups affected or potentially affected; Ease of logical data access to the lost, stolen or improperly accessed data in light of the degree of protection for the data, e.g., unencrypted, plain text; Amount of time the data has been out of VA control; The likelihood that the sensitive personal information will or has been compromised (made accessible to and usable by unauthorized persons); Known misuses of data containing sensitive personal information, if any; Assessment of the potential harm to the affected individuals; Data breach analysis as outlined in 6500.2 Handbook, Management of Security and Privacy Incidents, as appropriate; and Whether credit protection services may assist record subjects in avoiding or mitigating the results of identity theft based on the sensitive personal information that may have been compromised. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects make incur to repair falsified or damaged credit records, histories, or financial affairs. 9. TRAINING All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. In addition, the Contractor shall adhere to all requirements found in VA Handbook 6500.6 Appendix D, Contractor Rules of Behavior. ------END OF STATEMENT OF WORK------ REQUESTED INFORMATION: (1) STATEMENT OF CAPABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide Nuance Application and Technical Support at the WJB Dorn VA Medical Center. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. If not, please (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses must be emailed to Janica.Francis@va.gov no later than 10:00 am EST, March 22nd, 2018. Please place "Attention: Omnicell Pharmacy Equipment in the subject line of your email. Your response must include your STATEMENT OF CAPABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above, and the completed Market Research Questionnaire. MARKET RESEARCH QUESTIONNAIRE Response to Questionnaire is required from all interested parties. Company Name, Address & Telephone#___________________________________________ Email Address for designated POC ____________________________________________ DUNS#____________________________________________ GSA or NAC Contract # (if applicable) ____________________________________________ Indicate your business size & socio-economic status under NAICS code 238210: [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no Certified HUBZone [ ] yes [ ] no Certified Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Certified Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) [ ] yes [ ] no Registered with the System for Award Management (SAM) @ https://www.sam.gov [ ] yes [ ] no Registered in VetBiz Registry @ http://vip.vetbiz.gov/ RISK: Address any potential risk to the Government to include technical; cost, schedule and performance that may have a direct impact on the acquisition of this service. A SOLICITATION HAS NOT BEEN ISSUED. After review of responses, a solicitation may be published at a later date. Responses to this Market Research Questionnaire will not be considered as submission of an offer for future solicitation announcements. All interested parties must respond to future that solicitation announcement separately or in addition to this Market Research Questionnaire. Contract award resulting from any future solicitation can only be made to a contractor who is registered in SAM. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/36C24718Q0229/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24718Q0229 36C24718Q0229.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4144021&FileName=36C24718Q0229-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4144021&FileName=36C24718Q0229-000.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: Ralph H Johnson VAMC;Department of Veterans Affairs;Engineering Services;109 Bee Street;Charleston, SC
Zip Code: 29403
 
Record
SN04851030-W 20180314/180312231222-b57890799105b7db6f08de95208f02d1 (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  © 1994-2020, Loren Data Corp.