Tenders of Veterans Affairs, Department Of Usa

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
This Is A Small Business Sources Sought Notice Representing A Market Survey And Is Not A Request For Proposals, Proposal Abstracts, Quotations Or Invitation For Bids â  the Department Of Veterans Affairs Is Conducting A Sources Sought To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Service-disabled Veteran-owned, Veteran-owned, Small Business, Hub Zone 8(a), Women-owned, Or Small Disadvantaged Business Concerns; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. Small Businesses Concerns Shall Be Capable Of Providing The Necessary Equipment And Personnel To Furnish Service In The Volume Required For All The Items Under This Contract. Contractor Shall Meet All Requirements Of Federal, State Or City Codes Regarding Operations Of This Type Of Service. the Naics Code Is 492110 (size Standard: 1500 Employees) the Intent Of This Notice Is To Determine The Availability Of Qualified Commercial Sources Technically Capable Of Providing The Columbia Va Medical Center Located At 6439 Garners Ferry Rd., Columbia, Sc, With Courier Services As Described Below: general Information: 1. Title Of Project: courier Services 2. Scope Of Work: the Contractor Shall Provide Courier Services To Transport Medical Supplies, Prescription Medications, Medical Records, Radiology Results On Cd Or Film, Laboratory Specimens And Cultures, And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary For The Wjb Dorn Medical Center. B. 24 Hour/7 Days A Week Including Holidays And Weekends. C. All Travel Is For (in And Around) Columbia, Sc. D. Contractor Shall Provide Pricing For Mileage More Than 50 Miles. 3. Period Of Performance: Begins On The Date Of Award And Continue For A Period Of One Year With The Government Having The Option To Renew For Four One-year Options. Base Year + 4 Option Year base Year: mar 1, 2025 Feb 28, 2026 1st Option Period mar 1, 2026 Feb 28, 2027 2nd Option Period mar 1, 2027 Feb 28, 2028 3rd Option Period mar 1, 2028 Feb 28, 2029 4th Option Period mar 1, 2029 Feb 28, 2030 4. Payment Terms: Net 30 Days After Receipt Of Properly Prepared Invoice. 5. Place Of Performance: Wjb Dorn Vamc 6439 Garners Ferry Rd. Columbia, Sc 29209 6. Performance Requirements: the Contractor Shall Provide Courier Services To Transport Medical Supplies, Prescription Medications, Medical Records, Radiology Results On Cd Or Film, Laboratory Specimens And Cultures, And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary For The Dorn Medical Center. twenty-four (24) Hour And Seven (7) Days A Week, Monday Thru Sunday, Coverage Is Required To Include Holidays And Weekends. Federal Holidays Are Defined As: New Year S Day, Martin Luther King Jr. Birthday, Washington S Birthday, Memorial Day, Juneteenth Day, Independence Day, Labor Day, Columbus Day, Veteran S Day, Thanksgiving Day, And Christmas Day. When A Holiday Falls On A Sunday, The Following Monday Will Be Observed As A Legal Holiday. When A Holiday Falls On A Saturday, The Preceding Friday Is Observed By U. S. Government Agencies. all Travel Is Within 100 Miles Of The City Of Columbia, Sc. general Requirements: the Contractor Shall Provide Pick-up And Delivery Services Seven Days Per Week, 24 Hours A Day, Including Holidays And Weekends. the Contractor Shall Deliver Medical Supplies, Prescription Medication, Medical Records, Radiology Results On Cd Or Film, And Laboratory Specimens And Cultures And Va Staff When Appropriate On A Routine Or Emergency Basis When Necessary. Pick Up And/or Delivery Will Be Made Within 45 Minutes Of The Requested Time. the Contractor Is Required To Be Certified To Transport Hazardous Material Due To The Possibility Of Transporting Laboratory Specimens. drop Off/pickup Locations And Poc Numbers Include, But Not Limited To: A. Emergency Department, Building 100, Extension 7466. B. After-hours Pick-up And Delivery (after 4:00pm Daily Weekends And Holidays) Will Be To The Administrative Officer Of The Day (aod) Office, Building 100 Located At The Emergency Department, Extension 7200 Or 7201. C. Travel Office (8:00 Am-4:00pm Monday Thru Friday, Excluding Federal Holidays) Building 100, Extension 7156 Or 7181. D. Pharmacy Service, Building 100, Extension 6730 And 7215. (8:00am-4:00pm), And 7219 (4:00pm-8:00am). dorn Vamc Reserves The Right To Adjust The Hours And Locations As Needed. The Cor Will Notify The Contractor Within Two Days If There Are Any Additions Or Changes. the Contractor Is Not Responsible For Any Special Supplies Or Equipment Needed To Deliver Packages To Other Facilities. This Shall Be Provided By The Va Staff. the Contractor Is Responsible For Ensuring The Safe Delivery Of Specimen, Supplies And Accompanied Staff Member. contractor Is Responsible For Training Transport Personnel In Appropriate Safety And Transporting Procedures Suitable For Hazardous Material Transports. quality Control: the Contractor Shall Develop And Maintain A Quality Control Program That Ensures Courier Services Are Performed In Accordance With These Specifications. The Contractor Shall Develop And Implement Procedures To Track, Identify, Prevent, And Remedy And Ensure Non-recurrence Of Unsatisfactory Services. the Contractor Shall Provide A Method To Accept And Resolve Customer Complaints And Notify The Cor Of The Complaint And Resolution. the Contractor Shall Immediately Notify The Cor Upon Receipt Of A Customer Complaint In Order That Joint Validation May Be Accomplished. The Contractor Is Responsible For Quality Control And Specification Compliance. contractor Courier/drivers the Contractor Shall Be Responsible For Furnishing All Vehicles, Personnel, Equipment And Supplies, Vehicle Fuel, Uniforms, Name Tags, And/or Badges For Performance Of Services Under This Contract. as A Non-personal Services Contract, Contractor Personnel Are Not To Be Considered Va Employees For Any Purpose. Contractor Retains All Control Over Personnel And Responsibility For Direct Supervision. the Vehicle Used In The Performance Of This Contract Must Be Licensed And Meet The Minimum Requirements By The States And Cities Operated Therein. contractor Will Ensure That All Drivers Utilized Under This Contract Will Be Licensed In Accordance With The Laws Of The State Of South Carolina, For The Transportation Purposes For Which This Contract Is Intended. contractor Personnel Shall Wear Visible Identification Always While On The Premises Of Any Federal Property. a Record Of Each Driver As To Character And Physical Capabilities For Performing As A Courier Must Be Maintained And Made Available To The Department Of Veterans Affairs Medical Center Upon Request For Inspection. the Contractor Personnel Performing Services To The Government Shall Always Conduct Themselves In A Professional Manner, Present A Neat Appearance And Be Easily Recognized As A Contract Employee By Having The Company Name Affixed To The Clothing Uniform. contractor Vehicles: contractor Will Maintain Registration, Licensing And Insurance As Required By The State Of South Carolina On All Vehicles Utilized Under This Contract, For The Transportation Purposes For Which His Contract Is Intended. contractor Will Ensure That All Vehicles Are Designed And Sized Appropriately To Provide Services Descried In This Contract. All Vehicles Must Be Maintained In Accordance With Manufacturers Recommendations And Title 56 Chapter 5 Article 35 Of South Carolina Law. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas In Accordance With State And Federal Laws. security Requirements: the Contractor And Their Personnel Shall Be Subject To The Same Federal Laws, Regulations, Standards, And Va Policies As Va Personnel, Regarding Information And Information System Security. These Include But Are Not Limited To Federal Information Security Management Act (fism), Appendix Iii Of Omb Circular A-130, And Guidance And Standards, Available From The Department Of Commerce S National Institute Of Standards And Technology (nist). potential Offerors Having The Skills, Experience, Professional Qualifications, And Capabilities Necessary To Perform The Described Requirement Are Invited To Provide A Capabilities Statement Via E-mail. The Capability Statements Shall Not Exceed Three (3) Pages And Must Include The Following: 1) Company Name And Point Of Contact Information (address, Telephone, E-mail, Web-site, Etc.); 2) Duns Number And Cage Code; 3) Small Business Size/certification (to Include 8(a), Hub Zone, Sdvosb, Etc.); And (4) Familiarity And Product Knowledge. responses Are Due No Later Than 12:00pm Est, Monday, January 16, 2025, And Shall Be Electronically Submitted To: Monica.reed@va.gov. All Responses Will Be Used To Determine The Appropriate Acquisition Strategy For A Potential Future Acquisition. Response Is Strictly Voluntary; No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow-up Information Requests.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
5810--motorola Apx-8000 Upgrade Hampton Va Medical Center - Sources Sought

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
7a21--nuclear Management Information System Software Salem Va Medical Center

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Electrical Goods and Equipments...+3Healthcare and Medicine, Electrical and Electronics, Electrical Works
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents 
This Sources Sought Notice Is For Informational And Planning Purposes Only And Shall Not Be Construed As A Solicitation Or As An Obligation Or Commitment By The Government. This Notice Is Intended Strictly For Market Research. The Purpose Of This Sources Sought Notice Is To Obtain Information From Qualified Sources With Special Interest Relative To The North American Industry Classification Code (naics) 333414 Heating Equipment (except Warm Air Furnaces) Manufacturing And/or 333415, Air-conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing. the Government Will Not Pay For Information Received In Response To This Sources Sought, Nor Will The Government Compensate Any Respondent For Any Cost Incurred In Developing The Information Provided. This Sources Sought Does Not Constitute A Commitment By The Government. Information Provided In Response To This Market Survey Will Be Used For Informational Purposes Only And Will Not Be Released. Contractor Participation Is Not A Promise Of Future Business With The Government. requirement the Edward J. Hines, Jr Va Hospital Located At 5000 S. 5th Avenue, Hines, Il 60141-3030, Has A Requirement For Two Vertical Split-coupled In-line Pumps. Pumps Will Provide Hot Water To The Air Handler That Provides Air Conditioning To The Acute Surgery Wing Of The Hospital. Additionally, The Hot Water Is Used For Humidity Control As Well As Space Heating For The Surgical Wing. Requirement Is For The Purchase Of The Pumps Only. No Installation Is Required. common Nomenclature (commercial Description): vertical Split-coupled In-line Pump kind Of Material (i.e., Type, Grade, Alternatives, Etc.): steel And Cast Iron electrical Data (i.e., 110 V, 60 Hz, 3 Ph, Etc.): 208-230/460, 3-phase, 60 Hz dimensions, Size, Capacity: 15 Horsepower principles Of Operation: vertical Split Pump restrictive Environmental Conditions: indoor Mechanical Room intended Use: pressurized Climate Control System interested Contractors Capable Of Meeting The Requirement Should Provide The Following Information In Response To This Sources Sought. 1. Company Name, Address, Point Of Contact And Email Address 2. Size Status And Representation/s Of The Company (i.e., Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc.) 3. Is The Company An Sba Certified Service-disabled Veteran Owned Small Business (sdvosb) Under The Naics Code 333414 And/or 333415? 4. Include Descriptive Literature Such As Illustrations, Brochures, Catalogs, Booklets, Etc. 5. Are The Proposed End Items Manufactured Or Produced In The United States? 6. If The Company Has A Current Federal Contract, Are The End Items Being Offered Available On The Federal Supply Schedule (fss)? If So, What Is The Fss Contract Number? questions Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. responses To This Sources Sought Must Be Received No Later Than January 16, 2025, At 5:00pm. as A Reminder, This Is A Sources Sought Announcement Only. There Is No Guarantee, Expressed Or Implicit, That The Market Research For This Acquisition Will Result In A Particular Set-aside Or Sole Source Award, Or Any Other Guarantee Of Award Strategy. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. interested Vendors Are Reminded That In Accordance With Far 4.1102(a) Offerors And Quoters Are Required To Be Registered In Sam At The Time An Offer Or Quotation Is Submitted In Order To Comply With The Annual Representations And Certifications Requirements. Registration Is Available At Www.sam.gov.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Q201--sources Sought Watchpat Direct (va-25-00034711)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Page 2 Of 2 department Of Veterans Affairs (va) veterans Experience Office (veo) multi-channel Technologies (mct) veo Contact Center Support request For Information this Is A Request For Information (rfi) Only (as Defined In Far 15.201(e)) For Service-disabled Veteran Owned Small Business (sdvosb), Veteran Owned Small Business (vosb), And All Other Small Business. This Is Not A Solicitation, And A Solicitation Is Not Available At This Time. Requests For A Solicitation Will Not Receive A Response. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received, Provide Feedback To Respondents With Respect To Any Information Submitted, Or Respond To Any Questions Or Comments That May Be Submitted In Response To This Rfi. This Notice Does Not Constitute A Commitment By The United States Government And Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. the Purpose Of This Rfi Is For Market Research And To Gather Input For Use In Further Defining The Requirement, And To Identify Interested And Potentially Capable Small Business Vendors Able To Provide Contact Center Staffing For An Established Tier 1 Level Contact Center Leveraging Existing Contract Center Technology/tools. Tier 1 Support Includes Being The First Line Of Resolution For Technical Call Inquiries And Include Answering General Inquiries About The Department Of Veterans Affairs (va) Benefits And Services, Directory Assistance, Communicating With Customer Through A Variety Of Communication Channels, Basic Assistance With Navigation Of Online Resources, Triaging Issues For Proper Disposition, Escalation Of Issues Beyond The Tier 1 Level To The Appropriate Resource, Documenting Into A Customer Relationship Management (crm) Tool And Troubleshooting Basic Access Issues. the Contractor Shall Provide Staffing To Tier 1 Call Centers To Meet Fluctuating Call Volume Operating In Varying Environments Including And Up To 24/7 Support. The Contractor Shall Provide Program Management Support And Baseline Contact Center Support Including Service Recovery. Service Recovery Is A New Focus Area In Va And The Contact Center Is A Leader In That Change Effort. Service Recovery Is The Process Or Reaction Taken To Return An Aggravated, Dissatisfied Customer To A State Of Calm Satisfaction. The Contractor Shall Understand And Have Experience With The Process Of Effectively Engaging Customers To Recover The Damage Done From A Prior Poor Customer Experience. This Could Originate From Direct (i.e., Phone) And Indirect (i.e., Chat, Text, Survey) Customer Interactions. The Contractor Shall Provide Program, And Management Support To Manage, Monitor, And Control All Subsequent Tasks Initiated And Completed By Contractor Staff To Maintain The Veterans Experience Office (veo) Contact Center Service To Veterans, Their Beneficiaries, Caregivers, Survivors, And Advocates. additionally, The Government Aims To Determine If Any Existing Contract Vehicles For Executing The Proposed Tasks Would Be A Viable Pathway. The Details Of The Forementioned Requirement Are Found In Rfi Attachment 1: Performance Work Statement Draft. 1. Background: the Va, Veo, Multi-channel Technology (mct) Is Charged With Enhancing Customer Experience Through The Various Channels Through Which Va And Its Customers Interact. Since Its Inception, Mct Has Connected Va S Lines Of Business And Office Of Information And Technology (oit) To Catalyze Change And Develop Solutions That Address The Needs Of Veterans, Their Family Members, Service Members, Veterans Service Organizations (vsos), And The Community Of Va Business Partners And Stakeholders. Veo S Contact Center Provides A Variety Of Public Facing Services Through The Work Of Both Government And Contractor Full Time Equivalent (fte) Staff. the Veterans Health Administration (vha) Is The Largest Integrated Health Care Network In The United States, With 1,294 Health Care Facilities Serving Over 9 Million Enrolled Veterans Each Year. When Va Cannot Provide The Care Needed, Va Authorizes Care To Veterans And Eligible Beneficiaries Using Community Resources, Referred To As Community Care For Veterans And Family Member Program (vfmp) For Family Member Beneficiaries. The Vha Office Of Integrated Veteran Care (ivc) Is Responsible For The Management Of The Veteran Community Care Program (vccp). the Veterans Benefits Administration (vba) Provides A Variety Of Benefits And Services To Service Members, Veterans, And Their Families. Vba Seeks To Understand The Unique Issues Veterans Face And Are Here To Help Veterans And Eligible Dependents To Obtain Compensation, Education, Health Care, Home Loan, Insurance, Pension, Vocational Rehabilitation And Employment, And Burial And Memorial Services. The Vba Support Line Is The Initial Point Of Contact For Veterans And Their Families To Get Started On Applying For Eligible Benefits. with All Three Organizations Requiring Call Center Support, This Performance Work Statement (pws) Hopes To Capture As Much Of The Common Requirements As Possible And Create Synergy To Better Help Each Organization Support Our Veterans And Their Families. planned Production: Second Quarter Of Fiscal Year (fy) 26 delivery Period: Second Quarter Of Fy26 To Second Quarter Of Fy30 * The Information Provided In The Rfi Is Subject To Change And Is Not Binding On The Government. instructions For Responding To This Rfi: confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s). response Format/page Limitations: the Overall Total Page Limit For Responses To This Rfi Is Five (5) Pages. Responses Should Be Submitted In Microsoft Word Format With 12 Pt. Interested Parties Should Limit Marketing Material To Allow Sufficient Space For Adequately, Directly, And Substantively Responding With The Information Of Most Interest To The Government. Responses May Also Optionally Include The Provision Of Resumes Of Qualified Personnel That Demonstrate Expertise In The Domains. Resumes Will Not Count Towards The Page Limit. the Page Limit Will Not Count Against The Information Contained In The Rfi Attachment 2 Veo Contact Center Rfi Questionnaire. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. cover Sheet 1 Page: please Provide The Following Information: organization Name, Address, And Web Site. point Of Contact (poc) To Include E-mail Address And Telephone Number. business Size (large Or Small). If Small, Please Provide Type Of Small Business. north American Industry Classification System (naics) That Best Fits These Task Areas. company Tax Id Number (tin) company Cage Code And System For Award Management (sam) Unique Entity Id if Applicable, Gsa Contract Number And Multiple Award Schedule (mas). index 1 Page: please Provide An Index To Assist The Government In Identifying Where You Have Addressed Each Question Below In Your Capabilities Statement. Please Provide Question Number Corresponding Page And Section Heading And/or Paragraph Number. section 1 Shall Provide Administrative Information, And Shall Include The Following At A Minimum: name, Mailing Address, Overnight Delivery Address (if Different From Mailing Address), Phone Number, Fax Number, And E-mail Of Designated Poc. the Number Of Pages In Section 1 Shall Not Be Included In The 5-page Limit. The 5-page Limit Begins After The Completion Of Section 1 (cover Sheet And Index). in All Correspondence Relevant To This Rfi Please Identify It As A Response To The Veo Contact Center Acquisition In The Response And Subject Line Of The Email). any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed. Respondents Are Requested To Limit Responses To The Information, And In The Format Provided Below. companies Are Encouraged To Include Any Relevant Information (specifications, Cut Sheets, Brochures, Capability Statement, Previous Experience Etc.) To Confirm The Company S Ability To Meet The Requirements Outlined In This Request. 3. Capability And Experience Information: interested Firms Are Requested To Provide Capability Statements And The Following Completed Attachments, By The Closing Date. completed Attachment 2 - Veo Contact Center Rfi Questionnaire. completed Attachment 3 Estimated Pricing Template there Is No Solicitation At This Time. responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s. Government To Form A Binding Contract Or Agreement. This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation, Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. The Government Will In No Way Be Bound To This Information If Any Solicitation Is Issued. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. Your Responses May Be Shared With All Stakeholders, Thus, Information Received Will Not Be Considered Proprietary. respondents May Optionally Identify Other Activities, Capabilities, Or Deliverables They Believe Would Be Of Benefit To This Tasking. the Purpose Of This Rfi Is For Market Research And To Gather Input For Use In Further Defining The Requirement Only, And To Identify Interested And Potentially Capable Vendors. submission: Responses To This Rfi Shall Be Submitted Via Email To The Contracting Officer, Caitlin.ruc@va.gov And Contract Specialist, Michael.stevens5@va.gov No Later Than 4:30 Pm Eastern Standard Time (est) On January 15, 2025. questions: No Questions Are Being Accepted. Depending Upon The Responses Received, Va May Request Additional Information, May Conduct Future Question And Answer Sessions, Or May Conduct Meetings Or An Industry Day. 52.215-3 Request For Information Or Solicitation For Planning Purposes (oct 1997) (a) The Government Does Not Intend To Award A Contract Based On This Rfi Or To Otherwise Pay For The Information Solicited Except As An Allowable Cost Under Other Contracts As Provided In Subsectionâ 31.205-18, Bid And Proposal Costs, Of The Federal Acquisition Regulation. (b) Although Proposal And Offeror Are Used In This Request For Information, Your Response Will Be Treated As Information Only. It Shall Not Be Used As A Proposal. (c) This Request Is Issued For The Purpose Of: Information. (end Of Provision) please See The Following Attachments To Support This Rfi Below. attachments: attachment 1 - Performance Work Statement Draft attachment 2 - Veo Contact Center Rfi Questionnaire attachment 3 - Estimated Pricing Template

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Ice Machine Manufacturers For Seattle Vamc

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
6525--dicom X-ray Media/imaging Burners/importer Stations

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Furnitures and Fixtures
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
6530--metromax Industrial Shelving

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
7h20--psets Services And Help Desk Support - New Task Order (va-25-00030535)
3241-3250 of 5288 archived Tenders