Search Contract Opportunities

Optometry Equipment St. George VA Outpatient Clinic, Utah

ID: 36C25925Q0382 • Type: Synopsis Solicitation

Description

Page 2 of 2 Request for Quote (RFQ) #: St. George Outpatient Clinic Optometry Equipment (36C25925Q0382) 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm MST, April 17th, 2025. All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to stephanie.cahill@va.gov no later than 12:00pm MST, April 21st, 2025. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0382. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 effective August 29, 2024. The North American Industrial Classification System (NAICS) code for this procurement is 339115 with a small business size standard of 1,000 employees. This solicitation is a 100% set-aside for small businesses. List of Line Items; Line Item Description Qty Unit of Measure Unit Price Total Price 0001 Ophthalmic Instrument Table 1 EA $ $ 0002 Ophthalmic Exam Chair *Brand Name or Equal to Haag-Streit Reliance* 1 EA 0003 Ophthalmic Instrument Stand/Floor Unit *Brand Name or Equal to Haag-Streit Reliance* 1 EA 0004 Installation 1 JB Grand Total $ Description of Requirements for the items to be acquired: *Buy American Vendors are strongly encouraged to include quotes with (all) products manufactured within the U.S. whenever possible although bids with non-domestic products will not be excluded from the solicitation. Vendors are required to complete the 52.225-2 Buy American Certificate below and include with their quotation in order to verify the Country of Origin (COO) of products included in their quotes. *FOB shall be destination *Freight shall be included in the price of CLIN 0001 and not be its own line item *Cut sheets and specification sheets proving the offered product meets all testing specifications and salient characteristics shall be included with the quote *Quotes shall annotate the expected date of delivery to the specified location *Quotes shall be accompanied by an authorization letter consistent with the requirements of VAAR 852.212-71(c). *Failure to meet the salient characteristics below will result in the offeror s quote not being considered for award. *Failure to provide product information documents, quote with accurate costs, delivery lead time, Buy American certificate, or authorized distributor letter will result in the offeror s quote not being considered for award. Salient Characteristics: Wheelchair accessible ophthalmic instrument power table Table must support load capacity of at least 100 lbs. Table must be compliant with ADA guidelines including wheelchair accessible. Table must have cable management system for equipment placed on the table to keep cords organized and away from patient for safety. Table dimensions: Table dimensions can differ within two inches of width, depth, or height Width between 30 and 45 Length between 15 and 25 Height: as low as/fully retracted (23 ) and as high as/fully stoked (49 ) Table height adjustment must be powered, no manual adjustments. Table powered adjustment speed must be around 2 inches/second under zero load. Ophthalmic exam chair **Measurements can be +/- 2 inches of the values provided below Diameter: 24 , Depth of chair (without headrest) table position: 60 Seat: 18 wide, 18 deep Two base heights. HIGH: 23 lowered, 34 raised. LOW 21 lowered, 29 raised. Distance between armrests: 19 Standard electric: 120 volts, 50/60 Hz, 6.3 amperes total. Optional electric: 230 volts, 50 Hz, 4.0 amperes. Cushion Set The cushion set should be compatible with the exam chair that is provided. Cushion set must be latex free. Chair should be powered not manual Chair should be able to tilt back/recline approx. 180 degrees should recline to horizontal position Chair must be able to accommodate patients up to 600 lbs. Ophthalmic instrument stand/floor unit **Measurements can be +/- 2 inches of the values provided below Floor unit arm adjusts for instruments weighing between 12 and 60 lbs. The Upper Refractor arm have a 10 vertical range, and handle instruments weighing up to 20 lbs. Height to console: 36 Height to pole top: 71 Base: 21x 21 Electrical (Standard UL Listed), 115 volts, 60 Hz, 3 amperes Optional: 230 volts, 60 Hz, 1.5 amperes Provider must be able to use the stand/floor unit with patients in wheelchairs Well chargers for handheld instruments should be included in the design Delivery and acceptance shall be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Outpatient Clinic, located: St. George VA Outpatient Clinic 585 East Riverside Drive, STE 300 St. George, UT 84790-7141 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement; (II) Price; (III) Delivery Lead Time; (IV) Buy American Certificate; and (V) Letter of Authorized Distributor (VAAR 852.212-71 (c)), as applicable. Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above. Volume III Delivery Lead Time The offeror shall state the required number of calendar days to deliver the item, to include installation, if applicable. Volume IV Buy American Certificate The offeror shall complete and submit the included 52.225-2 Buy American Certificate. Volume V Letter of Authorized Distributor If the offeror is not an OEM, then the offeror shall submit a verifying authorization letter or other documents from the OEM consistent with the requirements of VAAR 852.212-71(c). Verifying letter must be from the OEM. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Delivery Lead Time Factor 4. Submission of completed Buy American Certificate Factor 5. Submission of Authorized Distributor Letter Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. Factor 3. Delivery Lead Time: The Government will evaluate delivery lead time with a preference for shorter vs. longer lead times. Factor 4. Submission of completed Buy American Certificate: The Government will evaluate the information provided in the completed Buy American Certificate for compliance with FAR Part 25. Priority will be given to products made in the US. Factor 5. Submission of Authorized Distributor Letter: Vendor eligibility will be determined in addition to other evaluation factors above by the submission of a proper OEM letter (see VAAR 852.212-71(c)) from the manufacturer of the products included in the quote. (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (JAN 2025) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JAN 2025) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-8 Utilization of Small Business Concerns (JAN 2025) FAR 52.219-28 Post Award Small Business Program Representation (JAN 2025) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2025) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (NOV 2021) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 52.225-1 Buy American Supplies (OCT 2022) Definitions. As used in this clause Commercially available off-the-shelf (COTS) item (1) Means any item of supply (including construction material) that is A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101; Sold in substantial quantities in the commercial marketplace; and (iii) Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum products. Component means an article, material, or supply incorporated directly into an end product. Cost of components means For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105. Domestic end product means For an end product that does not consist wholly or predominantly of iron or steel or a combination of both An unmanufactured end product mined or produced in the United States; An end product manufactured in the United States, if The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or The end product is a COTS item; or (2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of cost of components . End product means those articles, materials, and supplies to be acquired under the contract for public use. Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws. Foreign end product means an end product other than a domestic end product. Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign. Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners. Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements. United States means the 50 States, the District of Columbia, and outlying areas. (b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the domestic content test of the Buy American statute is waived for an end product that is a COTS item (see 12.505(a)(1)), except that for an end product that consists wholly or predominantly of iron or steel or a combination of both, the domestic content test is applied only to the iron and steel content of the end product, excluding COTS fasteners. (c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract. (d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled "Buy American Certificate." Alternate I (OCT 2022). As prescribed in 25.1101(a)(1)(ii) substitute the following sentence for the first sentence of paragraph (1)(ii)(A) of the definition of domestic end product in paragraph (a): (A) The cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. (End of Clause) 52.225-2 Buy American Certificate (OCT 2022) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. Foreign End Products: Line item No. Country of origin Exceeds 55% domestic content (yes/no) 0001 - Ophthalmic Instrument Table 0002 Ophthalmic Exam Chair 0003 Ophthalmic Instrument Stand 0004 Installation N/a - Service N/a - Service [List as necessary] (c) Domestic end products containing a critical component: Line item No. [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (End of Provision) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR/VAAR provisions are incorporated by reference: VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) FAR 52.204-7 System for Award Management (NOV 2024) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights (NOV 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (FEB 2023) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to stephanie.cahill@va.gov by 12:00pm MST, April 21st, 2025. Name and email of the individual to contact for information regarding the solicitation: Stephanie Cahill Stephanie.Cahill@va.gov
Background
The St. George VA Outpatient Clinic is seeking to procure optometry equipment as part of its mission to provide quality healthcare services to veterans. This Request for Quote (RFQ) 36C25925Q0382 is a combined synopsis/solicitation for commercial items. The government anticipates awarding a firm-fixed price contract resulting from this solicitation, which is set aside for small businesses.

Work Details
The contract includes the following line items:

1. **Ophthalmic Instrument Table**
- Quantity: 1 EA
- Specifications: Must support a load capacity of at least 100 lbs, be wheelchair accessible, compliant with ADA guidelines, and include a cable management system. Dimensions must vary within two inches of specified measurements: Width (30"-45"), Length (15"-25"), Height (23"-49"). Powered height adjustment required.

2. **Ophthalmic Exam Chair** (Brand Name or Equal to Haag-Streit Reliance)
- Quantity: 1 EA
- Specifications: Diameter of 24", depth of 60", seat dimensions of 18" x 18", two base heights (HIGH: 23"-34", LOW: 21"-29"). Must accommodate patients up to 600 lbs and be powered with a reclining capability.

3. **Ophthalmic Instrument Stand/Floor Unit** (Brand Name or Equal to Haag-Streit Reliance)
- Quantity: 1 EA
- Specifications: Must adjust for instruments weighing between 12 and 60 lbs, have a height console of 36", and pole top height of 71". Must include well chargers for handheld instruments.

4. **Installation**
- Quantity: 1 JB

All quotes must include freight in the price of the Ophthalmic Instrument Table and provide cut sheets/specification sheets proving compliance with testing specifications and salient characteristics.

Place of Performance
Delivery shall be F.O.B Destination at the St. George VA Outpatient Clinic, located at 585 East Riverside Drive, STE 300, St. George, UT 84790-7141.

Overview

Response Deadline
April 21, 2025, 2:00 p.m. EDT Past Due
Posted
April 14, 2025, 2:17 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
St. George VA Outpatient Clinic St. George, UT 84790 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Low
Signs of Shaping
The solicitation is open for 6 days, below average for the VISN 19: Rocky Mountain Network.
On 4/14/25 VISN 19: Rocky Mountain Network issued Synopsis Solicitation 36C25925Q0382 for Optometry Equipment St. George VA Outpatient Clinic, Utah due 4/21/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339115 (SBA Size Standard 1000 Employees) and PSC 6515.
Primary Contact
Title
Contract Specialist
Name
Stephanie Cahill   Profile
Phone
(303) 712-5841

Documents

Posted documents for Synopsis Solicitation 36C25925Q0382

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation 36C25925Q0382

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 36C25925Q0382

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 36C25925Q0382

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 19 (36C259)
FPDS Organization Code
3600-00259
Source Organization Code
100176750
Last Updated
April 14, 2025
Last Updated By
Stephanie.Cahill@va.gov
Archive Date
May 6, 2025