The RFP Database
New business relationships start here

626-17-2-701-0062 Triangle Certifications (VA-17-065745)


Tennessee, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

MONTHLY USP797/800
PHARMACY CLEANROOM VIABLE SAMPLING

A. GENERAL INFORMATION
Title of Project: Monthly Pharmacy Viable Surface and Air Microbiologic Testing for ISO/USP regulated sterile compounding areas and equipment within the Department of Pharmacy for all Hazardous and Non-hazardous compound medications.
Scope of Work: The contractor shall provide monthly inspection and testing, including viable surface and air microbiologic testing in all ISO-classified areas, including all TVHS Pharmacy Hoods, Clean Rooms, Anterooms, and Pass-Throughs in accordance with the most current CETA Certification Application Guide on USP 797 Viable Environmental Sampling and Gowning Evaluation. The contractor shall provide monthly viable surface and air microbial testing to include mold and yeast utilizing Malt Extract Agar (MEA) and bacteria using Trypticase Soy Agar (TSA). If CFU levels measured during viable sampling exceed USP797 threshold levels, the report will at minimum identify genus and, when possible, species of any microorganism recovered on the monthly report, in addition to the location of the CFU and specific recommendations for remediation. The contractor will deliver the results of sampling in detail by sample location, CFU count, genus, and when possible, species in a report which addresses recommendations for remediation on all positive results.
Background: VA TVHS seeks a USP 797 Clean Room CETA-Certified contractor for the purpose of improving VA TVHS Pharmacy Service s compliance with USP 797 s requirements and to provide a second layer of oversight over internal processes.
Performance Period: The contract term is for Base Plus (4) Years.
Hours of work: Work required in the performance of the contract shall be performed during hours agreed upon between the Contractor and TVHS Pharmacy Supervisors.
CONTRACT AWARD MEETING
The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick-off meeting, or has advised the contractor that a kick off meeting is waived.
GENERAL REQUIREMENTS
1. The contractor will submit written report of date, location and genus of any detected colony forming units (CFU) from the sampling, and when possible, the contractor will also report the species of any microorganism recovered on the monthly report, as well as specific recommendations for remediation. If no CFU s are detected, that will also be reported. This report of sampling results will be submitted no later than 5 business days before the next scheduled sampling.
2. Sampling shall be scheduled with the COR and a TVHS Pharmacy Supervisor a minimum of three (3) working days in advance. Close coordination with the COR and Pharmacy Supervisor is necessary. Contractor will be responsible for ensuring all samplings are completed monthly for all Pharmacy Cleanrooms at both Nashville and Murfreesboro. TVHS Department of Pharmacy will communicate with the contractor any questions arising from the report within one week of receipt. No communication will be considered acceptance of the report.
3. Any work requiring decontamination of contractor Equipment/Components shall be performed per manufacturer instructions and guidelines and in conjunction with the COR on the Contract.
4. Calibration/Certification Procedures: Certifiers Instrument Calibration: Certificates of Calibration substantiating NIST (National Institute of Standards & Technology) traceability annual compliance with requirements, and minimum sensitivities of instruments used in conducting testing in accordance with national Sanitation Standard No. 49; and ISO Standard 146447; or alternate standards as identified by the contractor.
D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES
Monthly Environmental Sampling and Results Reporting: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW.
Work will be performed at:
a. Alvin C. York Medical Center 3400 Lebanon Rd, Murfreesboro Tennessee 37129
b. Nashville Medical Center 1310 24th Avenue South, Nashville, Tennessee 37212
SCHEDULE FOR DELIVERABLES
Unless otherwise specified, the number of draft copies and the number of final copies shall be the same.
If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. If deliverable cannot be delivered within the scheduled time frame, compensation may be taken from the contractor.
CHANGES TO THE STATEMENT OF WORK
Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
G. GOVERNMENT RESPONSIBILITIES
The government will work in concert with the Contractor to help enable completion of the work of the contract.
I. TRAVEL
Travel reimbursement other than as itemized in the contractor s bid is not authorized.
H. CONTRACTOR EXPERIENCE REQUIREMENTS
The contractor shall be Certified Environmental Microbiology Laboratory - ISO/IEC 17025:2005 Accreditation.
I. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that:
The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.
The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response.
Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
J. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS
VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY language FOR Inclusion into
CONTRACTS, as appropriate
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.
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 C & A requirements do not apply, and that a Security Accreditation Package is not required. The contractor generated data is NOT VA sensitive information.
3. INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE
For information systems that are hosted, operated, maintained, or used on behalf of VA at non-VA facilities, contractors/subcontractors are fully responsible and accountable for ensuring compliance with all HIPAA, Privacy Act, FISMA, NIST, FIPS, and VA security and privacy directives and handbooks. This includes conducting compliant risk assessments, routine vulnerability scanning, system patching and change management procedures, and the completion of an acceptable contingency plan for each system. The contractor's security control procedures must be equivalent, to those procedures used to secure VA systems. A Privacy Impact Assessment (PIA) must also be provided to the COTR and approved by VA Privacy Service prior to operational approval. All external Internet connections to VA's network involving VA information must be reviewed and approved by VA prior to implementation. Adequate security controls for collecting, processing, transmitting, and storing of Personally Identifiable Information (PII), as determined by the VA Privacy Service, must be in place, tested, and approved by VA prior to hosting, operation, maintenance, or use of the information system, or systems by or on behalf of VA. These security controls are to be assessed and stated within the PIA and if these controls are determined not to be in place, or inadequate, a Plan of Action and Milestones (POA&M) must be submitted and approved prior to the collection of PII.
Outsourcing (contractor facility, contractor equipment or contractor staff) of systems or network operations, telecommunications services, or other managed services requires certification and accreditation (authorization) (C&A) of the contractor's systems in accordance with VA Handbook 6500.3, Certification and Accreditation and/or the VA OCS Certification Program Office. Government-owned (government facility or government equipment) contractor-operated systems, third party or business partner networks require memorandums of understanding and interconnection agreements (MOU-ISA) which detail what data types are shared, who has access, and the appropriate level of security controls for all systems connected to VA networks.
The contractor/subcontractor's system must adhere to all FISMA, FIPS, and NIST standards related to the annual FISMA security controls assessment and review and update the PIA. Any deficiencies noted during this assessment must be provided to the VA contracting officer and the ISO for entry into VA's POA&M management process. The contractor/subcontractor must use VA's POA&M process to document planned remedial actions to address any deficiencies in information security policies, procedures, and practices, and the completion of those activities. Security deficiencies must be corrected within the timeframes approved by the government. Contractor/subcontractor procedures are subject to periodic, unannounced assessments by VA officials, including the VA Office of Inspector General. The physical security aspects associated with contractor/subcontractor activities must also be subject to such assessments. If major changes to the system occur that may affect the privacy or security of the data or the system, the C&A of the system may need to be reviewed, retested and re-authorized per VA Handbook 6500.3. This may require reviewing and updating all of the documentation (PIA, System Security Plan, Contingency Plan). The Certification Program Office can provide guidance on whether a new C&A would be necessary.
The contractor/subcontractor must conduct an annual self-assessment on all systems and outsourced services as required. Both hard copy and electronic copies of the assessment must be provided to the COTR. The government reserves the right to conduct such an assessment using government personnel or another contractor/subcontractor. The contractor/subcontractor must take appropriate and timely action (this can be specified in the contract) to correct or mitigate any weaknesses discovered during such testing, generally at no additional cost.

VA prohibits the installation and use of personally-owned or contractor/subcontractor-owned equipment or software on VA's network. If non-VA owned equipment must be used to fulfill the requirements of a contract, it must be stated in the service agreement, SOW or contract. All of the security controls required for government furnished equipment (GFE) must be utilized in approved other equipment (OE) and must be funded by the owner of the equipment. All remote systems must be equipped with, and use, a VA-approved antivirus (AV) software and a personal (host-based or enclave based) firewall that is configured with a VA-approved configuration. Software must be kept current, including all critical updates and patches. Owners of approved OE are responsible for providing and maintaining the anti-viral software and the firewall on the non-VA owned OE.
All electronic storage media used on non-VA leased or non-VA owned IT equipment that is used to store, process, or access VA information must be handled in adherence with VA Handbook 6500.1, Electronic Media Sanitization upon: (i) completion or termination of the contract or (ii) disposal or return of the IT equipment by the contractor/subcontractor or any person acting on behalf of the contractor/subcontractor, whichever is earlier. Media (hard drives, optical disks, CDs, back-up tapes, etc.) used by the contractors/subcontractors that contain VA information must be returned to the VA for sanitization or destruction or the contractor/subcontractor must self-certify that the media has been disposed of per 6500.1 requirements. This must be completed within 30 days of termination of the contract.
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:
Vendor must accept the system without the drive;
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
VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase.
Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then;
The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and
Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation.
4. SECURITY INCIDENT INVESTIGATION
m. 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 COTR 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. B'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.
t. 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 may incur to repair falsified or damaged credit records, histories, or financial affairs.
6. TRAINING
u. 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 COR 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.

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.










B.2 Price/Cost Schedule
Base Period: May 1, 2017 through September 30, 2017

CLIN
DESCRIPTION OF SUPLIES/SERVICES
QTY
U/I
EXT. PRICE
TOTAL
0001
USP TESTING AND CERTIFICATION IN ACCORDANCE WITH THE USP STANDARD AND APPLICABLE CETA CAG DOCUMENTS AT THE VA TENNESSEE VALLEY HEALTH CARE SYSTEM CAMPUSES IN MURFREESBORO AND NASHVILLE. SERV
1
JB


0002
TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE MURFREESBORO PHARMACY. MURFREESBORO VAMC 3400 LEBANON PIKE MURFREESBORO, TN 37129
1
JB


0003
USP TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE NASHVILLE PHARMACY. NASHVILLE VAMC 1310 24TH AVENUE SOUTH NASHVILLE, TN 37212
1
JB


BASE OPTION -PERIOD OF PERFORMANCE - TOTAL










Option Year 1: October 1, 2017 through September 30, 2018

CLIN
DESCRIPTION OF SUPLIES/SERVICES
QTY
U/I
EXT. PRICE
TOTAL
1001
USP TESTING AND CERTIFICATION IN ACCORDANCE WITH THE USP STANDARD AND APPLICABLE CETA CAG DOCUMENTS AT THE VA TENNESSEE VALLEY HEALTH CARE SYSTEM CAMPUSES IN MURFREESBORO AND NASHVILLE. SERV
1
JB


1002
TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE MURFREESBORO PHARMACY. MURFREESBORO VAMC 3400 LEBANON PIKE MURFREESBORO, TN 37129
1
JB


1003
USP TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE NASHVILLE PHARMACY. NASHVILLE VAMC 1310 24TH AVENUE SOUTH NASHVILLE, TN 37212
1
JB


OPTION 1-- PERIOD OF PERFORMANCE - TOTAL











Option Year 2: October 1, 2018 through September 30, 2019

CLIN
DESCRIPTION OF SUPLIES/SERVICES
QTY
U/I
EXT. PRICE
TOTAL
2001
USP TESTING AND CERTIFICATION IN ACCORDANCE WITH THE USP STANDARD AND APPLICABLE CETA CAG DOCUMENTS AT THE VA TENNESSEE VALLEY HEALTH CARE SYSTEM CAMPUSES IN MURFREESBORO AND NASHVILLE. SERV
1
JB


2002
TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE MURFREESBORO PHARMACY. MURFREESBORO VAMC 3400 LEBANON PIKE MURFREESBORO, TN 37129
1
JB


2003
USP TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE NASHVILLE PHARMACY. NASHVILLE VAMC 1310 24TH AVENUE SOUTH NASHVILLE, TN 37212
1
JB


OPTION 2-- PERIOD OF PERFORMANCE - TOTAL











Option Year 3: October 1, 2019 through September 30, 2020

CLIN
DESCRIPTION OF SUPLIES/SERVICES
QTY
U/I
EXT. PRICE
TOTAL

3001
USP TESTING AND CERTIFICATION IN ACCORDANCE WITH THE USP STANDARD AND APPLICABLE CETA CAG DOCUMENTS AT THE VA TENNESSEE VALLEY HEALTH CARE SYSTEM CAMPUSES IN MURFREESBORO AND NASHVILLE. SERV

1

JB




3002
TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE MURFREESBORO PHARMACY. MURFREESBORO VAMC 3400 LEBANON PIKE MURFREESBORO, TN 37129

1

JB



3003
USP TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE NASHVILLE PHARMACY. NASHVILLE VAMC 1310 24TH AVENUE SOUTH NASHVILLE, TN 37212
1
JB


Option 3-- PERIOD OF PERFORMANCE - TOTAL











Option Year 4: October 1, 2020 through September 30, 2021

CLIN
DESCRIPTION OF SUPLIES/SERVICES
QTY
U/I
EXT. PRICE
TOTAL
4001
USP TESTING AND CERTIFICATION IN ACCORDANCE WITH THE USP STANDARD AND APPLICABLE CETA CAG DOCUMENTS AT THE VA TENNESSEE VALLEY HEALTH CARE SYSTEM CAMPUSES IN MURFREESBORO AND NASHVILLE. SERV
1
JB


4002
TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE MURFREESBORO PHARMACY. MURFREESBORO VAMC 3400 LEBANON PIKE MURFREESBORO, TN 37129
1
JB


4003
USP TESTING AND CERTIFICATION INCLUDING ON SITE LABOR, REPORT DOCUMENTATION, AND LABORATORY COSTS FOR THE NASHVILLE PHARMACY. NASHVILLE VAMC 1310 24TH AVENUE SOUTH NASHVILLE, TN 37212
1
JB


Option 4-- PERIOD OF PERFORMANCE - TOTAL



SUMMARY OF ANNUAL EXPENDITURES FOR THIS BPA:
BASE PERIOD OF PERFORMANCE - TOTAL:
$

OPTION 1 - PERIOD OF PERFORMANCE - TOTAL:
$

OPTION 2 - PERIOD OF PERFORMANCE - TOTAL:
$

OPTION 3 - PERIOD OF PERFORMANCE - TOTAL:
$

OPTION 4 - PERIOD OF PERFORMANCE - TOTAL:
$

TOTAL:
$


Inspection and acceptance shall be accomplished as follows: The Government, for all supplies/services furnished under any resulting order, hereby designates the COR in the program office as the point of final inspection and acceptance.
END OF SECTION

Trudy Bryant
1639 Medical Center Parkway
Suite 400

gertrude.bryant@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP