Www.vendorportal.ecms.va.gov

?

FedBizOppsCombined Synopsis/Solicitation Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTION*See AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Combined Synopsis/Solicitation NoticeRev. March 201065Sleep Study System3915736C25618U047809-25-201830N14334510Department of Veterans AffairsG.V. (Sonny) Montgomery VAMCNetwork Contracting Office 16715 South Pear Orchard RoadRidgeland MS 39157Department of Veterans AffairsCentral Arkansas Veterans Healthcare System2200 Fort Roots Drive, Bldg 182North Little Rock, AR72114USAThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in HYPERLINK "" \l "wp1088488" Subpart 12.6, as supplemented with additional information included in this notice and is being conducted pursuant to FAR Part 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C25618U0478 and is issued as a Request for Quotation (RFQ).(iii) The provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, August 22, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at HYPERLINK "" (FAR) and HYPERLINK "" (VAAR) (iv) This solicitation is issued as a set-aside for Service Disabled Veteran Owned Businesses. The North American Industry Classification System (NAICS) code is 334510, and the size standard is 1250 employees.(v) Price/Cost ScheduleITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT00016.00EA____________________________________1 Bed SFF Sleep acquisition and review analysis w/ JE-921A input box and JE-922A mini input. Includes SFF PC with Intel Core i-Series processor, 4GB RAM minimum, 500 GB minimum HD, CD\E\DVD RW, JE-922LOCAL STOCK NUMBER: NK-921-Promo00026.00EA____________________________________24" flat widescreen high resolution monitor (1900 x 1200) LOCAL STOCK NUMBER: A/FLTSCREEN-2400036.00EA____________________________________Sound Bar for Dell 24" Monitor LOCAL STOCK NUMBER: A/AUDIOPACK00046.00EA____________________________________Mounting post for JE-921A and JE-912AK amplifiers. LOCAL STOCK NUMBER: A/JE-POST00056.00EA____________________________________Two-port NIC card, for use in SFF and tower PCs LOCAL STOCK NUMBER: A/EXPI9402PT00066.00EA____________________________________Uninterrupted Power Supply for dedicated sleep systems LOCAL STOCK NUMBER: A/APCUPS00075.00EA____________________________________Base Small Form Factor PC, includes Operating System. Software sold separately and configuration fee not included. LOCAL STOCK NUMBER: NK-XPPSGRD-SFF00081.00EA____________________________________Configuration and testing for acquisition systems LOCAL STOCK NUMBER: #NK-CONFIG00091.00EA____________________________________Polysmith review license server for scoring and editing. Includes software 5 x NK-CAL-REVIEW. Note: No scanning capabilities. LOCAL STOCK NUMBER: A/LS-REVIEW00101.00EA____________________________________Polysmith advance database site license. Required for Polysmith PQ, manage attachments, HL7 license, advance search and administrative functions. LOCAL STOCK NUMBER: A/ADMS-10X001110.00EA____________________________________Customized report building, one page of custom report building. LOCAL STOCK NUMBER: #NK-CUSTOM-RPT00126.00EA____________________________________Remote Monitoring Software to access networked NKA Systems remotely over LAN. LOCAL STOCK NUMBER: #RMSW00136.00EA____________________________________Upgrade camera in NK-921-promo to Sony IP SD Camera. LOCAL STOCK NUMBER: #NK-PROMOVID-UP00146.00EA____________________________________VARIO I2 ILLUMINATOR W/3 ANGLE OPT LOCAL STOCK NUMBER: RAY-VARI21/ZA00156.00EA____________________________________VARIO IR REMOTE CONTROL LOCAL STOCK NUMBER: A/RAY/VARRC00166.00EA____________________________________CEILING/WALL MNT FOR VARIO I2 ILLUMNINATOR W/3 ANGLE OPT LOCAL STOCK NUMBER: A/WB100176.00EA____________________________________Microphone system. Includes microphone and base station. LOCAL STOCK NUMBER: NK-MICROPHONE-200186.00EA____________________________________Intercom system. Includes Master station and 1 remote station. Does not include NQ-222FSJ cable LOCAL STOCK NUMBER: NK-INTERCOM00196.00EA____________________________________GCX Wall Mount for 17" flat screen (W/O keyboard & Mouse) LOCAL STOCK NUMBER: NK-GCX-WMWO00206.00EA____________________________________GCX Wall Mount for amplifier or Photic Lamp LOCAL STOCK NUMBER: NK-0042-02C00216.00EA____________________________________13" Wall Channel LOCAL STOCK NUMBER: A/WC-0002-0200227.00EA____________________________________Installation and Termination per unit up to 20 units LOCAL STOCK NUMBER: #NK-INSTALL00231.00EA____________________________________IT Systems Configuration and Implementation; $3,500 for first 2 days, $1,000 each additional day LOCAL STOCK NUMBER: #NK-ITSYSTEMS CFG00246.00EA____________________________________Wall Mount (Sony IP) Kit for EP series LOCAL STOCK NUMBER: NK-WM-305B-200255.00EA____________________________________30" Wide Flat Screen Hi-Res. TFT Monitor (2560 x 1600), Graphics card supporting 2560 x 1600 required for maximum resolution LOCAL STOCK NUMBER: A/FLTSCREEN-3000265.00EA____________________________________Sound Bar for Dell 19", 20", and 30" Monitors LOCAL STOCK NUMBER: A/AC51100271.00EA____________________________________Includes travel time, configuration and training for 5-8 acquisition systems. LOCAL STOCK NUMBER: #NEU-CFG-8T161000282.00EA____________________________________Adult disposable nasal/oral EtCO2 probe with bleed off pressure transducer tube, 10\E\box. LOCAL STOCK NUMBER: YG-225T S00292.00EA____________________________________Cap-ONE CO2 sensor for JE-921A and JE-120A amplifiers. LOCAL STOCK NUMBER: TG-921T300302.00EA____________________________________Cap-ONE disposable intubated airway adapter LOCAL STOCK NUMBER: YG-111T00312.00EA____________________________________Adult disposable nasal/oral EtCO2 probe with O2 cannula hanger, 30\E\box. LOCAL STOCK NUMBER: YG-122T S003230.00EA____________________________________NOMAD Promo: NK-NOMAD-PKG-A. Limited time offer and discount included. LOCAL STOCK NUMBER: NK-NOMAD-PKG-A003330.00EA____________________________________SleepSense adult thermocouple with cannula hanger LOCAL STOCK NUMBER: A/1401-NO-H S003430.00EA____________________________________SleepSense extra extra large RIP belt (color blue) - Qty 2 LOCAL STOCK NUMBER: A/9003-L150003530.00EA____________________________________Limb movement sensor kit (2 sensors and 2 bands) LOCAL STOCK NUMBER: A/1771-2-KIT00361.00EA____________________________________Installation and Termination per unit up to 20 units LOCAL STOCK NUMBER: #NK-INSTALL00371.00EA____________________________________Includes travel, installation, configuration and basic EEG training for single unit systems up to 3 days LOCAL STOCK NUMBER: #NEU-INST-3DY161000382.00EA____________________________________30" Wide Flat Screen Hi-Res. TFT Monitor (2560 x 1600), Graphics card supporting 2560 x 1600 required for maximum resolution LOCAL STOCK NUMBER: A/FLTSCREEN-3000392.00EA____________________________________Sound Bar for Dell 19", 20", and 30" Monitors LOCAL STOCK NUMBER: A/AC51100402.00EA____________________________________Base laptop system, includes Operating System. Software sold separately and configuration fee not included. LOCAL STOCK NUMBER: XPPSGRD-LT/ZA00411.00EA____________________________________Polysmith review and analysis license server for scoring and editing with scanning capabilities. Includes 5 x NK-CAL-REVIEW-ANALYSIS. LOCAL STOCK NUMBER: A/PS-LS-REVIEW00421.00EA____________________________________Installation and Termination per unit up to 20 units LOCAL STOCK NUMBER: #NK-INSTALL00431.00EA____________________________________IT Systems Configuration and Implementation; $3,500 for first 2 days, $1,000 each additional day LOCAL STOCK NUMBER: #NK-ITSYSTEMSCFG00441.00EA____________________________________Includes travel time, configuration and training for 5-8 acquisition systems. LOCAL STOCK NUMBER: #NEU-CFG-8T161000451.00EA____________________________________30" Wide Flat Screen Hi-Res. TFT Monitor (2560 x 1600), Graphics card supporting 2560 x 1600 required for maximum resolution LOCAL STOCK NUMBER: Z/FLTSCREEN-3000461.00EA____________________________________Sound Bar for Dell 19", 20", and 30" Monitors LOCAL STOCK NUMBER: A/AC51100471.00EA____________________________________Base laptop system, includes Operating System. Software sold separately and configuration fee not included. LOCAL STOCK NUMBER: XPPSGRD-LT/ZA00481.00EA____________________________________Polysmith review and analysis license server for scoring and editing with scanning capabilities. Includes 5 x NK-CAL-REVIEW-ANALYSIS. LOCAL STOCK NUMBER: A/PS-LS-REVIEW00491.00EA____________________________________Installation and Termination per unit up to 20 units LOCAL STOCK NUMBER: #NK-INSTALL00501.00EA____________________________________HL-7 Polysmith ADMS Interface Service LOCAL STOCK NUMBER: A/HL7-10X00511.00EA____________________________________HL-7 Customization by BRIDGE, priced per project, PSG LOCAL STOCK NUMBER: #NK-HL7-CUSTOM00521.00EA____________________________________IT Systems Configuration and Implementation $3,500.00 $0.00 $3,500.00 LOCAL STOCK NUMBER: #NK-ITSYSTEMS CFG00531.00EA____________________________________Neurology server and storage solution with archiving functionality, and customizable storage capacity. Dell R330 Rack Servers: Intel Xeon E3-1220 v5 3.0 GHz, 8M cache, 32 GBUDIMM 2133MT/s ECC, WindowsLOCAL STOCK NUMBER: NBG-SRV/ZA00541.00EA____________________________________Server class storage drive to populate the storage device in 2 TB increments up to maximum 24TB LOCAL STOCK NUMBER: A/342-0898-2TBGRAND TOTAL__________________Note: In accordance with VAAR 852.211-73, any brand names mentioned are forinformation/description purposes only and are not restrictive. (vi) SOW/Specifications:Sleep Recording SystemBackgroundThe Central Arkansas Veterans Healthcare System (CAVHS) requires the purchase of a new 6-bed sleep diagnostic system with ADVDB, custom reports, 5 review stations, 2 PSG ETCO2 mainstream capnography, 1 remote review station for Sleep Lab Director, Ambulatory PSG OCST/HST system with 30 units, 1 server, and HL7 EMR Interface. This system will replace the 6 bed sleep diagnostic system that is currently in-use at CAVHS.General Requirements:Server must have databases to store all new polysomnogram (PSG), home sleep apnea test (HSAT) and EEG files (as well as ancillary Sp02 and Actigraph files from other vendors).Shall include a warranty on all parts and hardware.Polysomnography (PSG)Software, hardware and monitors must be able to satisfy 2018 AASM Facility Accreditation technical specifications. Recording system must be able to generate numeric reports for: PSGDiagnostic-DxSplit Diagnostic-Dx / Therapeutic-Rx on positive airway pressure (PAP)Triple Split (DxRxDx)Therapeutic- Rx on positive airway pressure (PAP)Multiple sleep latency test (MSLT)Maintenance of Wakefulness tests (MWT)Oximetry Sleep stagingSystem shall populate patient demographic information from CPRS to the sleep study schedules in the recording system.System must be capable of electronic entry and storage of patient questionnaire information (pre/post sleep recording, Epworth, etc)Must have ability to send an industry standard HL7 ORU Text result of the completed interpretation note to the customer’s interface engine to send to other applicable systems.Vendor must demonstrate / guarantee that numeric and text reports will be formatted in Health Language 7 (HL7) and can be transmitted through HL7 interface in image form to CAVHS VistaImaging and digital form to CPRS to close associated in-Lab Sleep Study consults. Recording report system must be ICD-10 compliant. Recording system must have medical content directly tied to CPT and ICD-10 codes.Recording system must have alerts for total recording time TRT< 6hrs, PAP TRT < 3 hrs.Recording system montages must include those for a PSG and HSAT diagnostic study, therapeutic PSG and a split-PSGs (where changes automatically from diagnostic to therapeutic to diagnostic during the recording).Recording system must allow for on-line real-time scoring of PSG.Recording system must allow (recent enough Windows) for input of Phillips-Respironics Omni-Lab CPAP, APAP, BPAP, ASV, AVAPs data for on-line viewing in digital and graphic format. Recording system must run to accept Philips-Respironics OmniLab signals including CPAP, BPAP S-ST, ASV, AVAPs-AE. Recording system must have enough channel capability to allow display of separate channels for viewing auto-machine adjustments vs user-defined adjustments (per sleep technologist). Recording system must generate Polysomnogram (PSG) Interpretation Reports with autopopulated data from the numeric report in a customized format acceptable to CAVHS.Recording / Scoring systems must allow for unlimited labels of events with user definition of events into AHI, RDI and other categories.PSG system must allow for labeling of total recording time, artifact, wake, Body Movements/Movement Time, % RBD time, Total PLMI tot index, PLMI wo arousal, PLMI w arousal, AHI total, AHI NREMside, AHI NREMsupine, AHI REMside, AHI REM supine.PSG system must have unlimited user-definable short cuts for on-line comments/log.PSG recording system must be synchronized/time locked to digital audiovisual recording.End-tidal capnography must be functional in the PSG recording system.PSG system must be able to function with single-patient use disposable nasal thermistor/PTAF, EEG/EMG-chin and limb/EOG/ ECG and respiratory belts which satisfy AASM Accreditation technical requirements.Must include 6 total systems to record PSG with 2 of the beds with software to perform EEG as below.Must include workstations for PSG viewing, scoring and report generation.Must include split view-only monitors of signals in the bedrooms for tech to observe optimization of troubleshooting.Must include installation details and costs.Must include warranty on hardware, including amplifiers, cpu crashesMust include technical support options.Recording system must have off-site viewing and scoring capability within CAVHS (incl LR vs NLR) and outside CAVHS.Recording software must have cardiac rhythm analysis with alarms for high and low and new irregular rhythms as well as R-R interval monitoring and sd analysis.The PSG recording software is VA approved (TRM, if necessary) is currently be used in other VA facilities.Must create complete documentation, including e-signature of doctor’s reports, within minutes of a medical procedure.Must provide tracking and analysis capabilities that support pay for performance, quality indicators and other reporting initiatives.Must allow for easy reporting with HIPAA, The Joint Commission and other regulationsServer database must include full, granular, searchable medical content.Must be ICD-10 ready and assist in ensuring compliance and increase revenue that might be lost to under coding via content and coding updates.Must drive utilization and satisfaction by quickly and intuitively guiding physicians through the procedure note.Must provide structured and compliant capture and robust reporting and analysis capabilities that simplify quality reporting, clinical research and audit preparation.Must be scalable to meet the technological needs of facilities.Must have an air leak channel that is calibrated to a grid and stamps a digital value to the epochs with type of mask.Home Sleep Apnea Testing (HSAT)Software, hardware and monitors must be able to satisfy 2018 AASM Facility Accreditation technical specifications. HSAT ReportsRoom air / O2PAPSystem shall populate patient demographic information from CPRS to the sleep study schedules in the recording system.System must be capable of electronic entry and storage of patient questionnaire information (pre/post sleep recording, Epworth, etc)Must have ability to send an industry standard HL7 ORU Text result of the completed interpretation note to the customer’s interface engine to send to other applicable systems.Vendor must demonstrate / guarantee that numeric and text reports will be formatted in Health Language 7 (HL7) and can be transmitted through HL7 interface in image form to CAVHS VistaImaging and digital form to CPRS to close associated Home Sleep Study Cons. Recording report system must be ICD-10 compliant. Recording system must have alerts for total recording time TRT / MT < 3 hrs.Recording system montages must include those for a HSAT diagnostic study (incl PLMs) and therapeutic HSAT (PAP).Recording system must allow for on-line real-time scoring of HSAT.Recording system must generate Home Sleep Apnea Test (HSAT) Interpretation Reports with autopopulated data from the numeric report in a customized format acceptable to CAVHS.HSAT recordings in North Little Rock must be uploadable to the server and reviewable for clinicians in Little Rock.Recording / Scoring systems must allow for unlimited labels of events with user definition of events into REI, RDI categories.HSAT systems must allow for labeling of total recording time, monitoring time, artifact, wake, REI, Total PLMItot index, AHI total, AHI NREMside, AHI NREMsupine, AHI REMside, AHI REM supine.HSAT system must be able to function with single-patient use disposable nasal thermistor/PTAF, ECG and respiratory belts which satisfy AASM Accreditation technical requirements.Must include workstations for HSAT viewing, scoring and report generation.Must include all associated costs for HSAT units.Must include installation details and costs.Recording system must have off-site viewing and scoring capability within CAVHS (incl Little Rock vs North Little Rock) and outside CAVHS.Recording software must have a spike and seizure detection package. The HSAT recording software shall be VA approved (TRM, if necessary) and is being currently used in other VA facilities.Must create complete documentation, including e-signature of doctor’s reports, within minutes of a medical procedure.Must provide tracking and analysis capabilities that support pay for performance, quality indicators and other reporting initiatives.Must allow for easy reporting with HIPAA, The Joint Commission and other regulationsServer database must include full, granular, searchable medical content.Must be ICD-10 ready and assist in ensuring compliance and increase revenue that might be lost to under coding via content and coding updates.Must drive utilization and satisfaction by quickly and intuitively guiding physicians through the procedure note.Must provide structured and compliant capture and robust reporting and analysis capabilities that simplify quality reporting, clinical research and audit preparation.Must be scalable to meet the technological needs of facilities.EEGEEGText interpretationSpike and seizure reportContractor must demonstrate / guarantee that patient demographic information from CPRS can populate the sleep study schedules in the recording system.Must have ability to send an industry standard HL7 ORU Text result of the completed interpretation note to the customer’s interface engine to send to other applicable systems.Vendor must demonstrate / guarantee that numeric and text reports will be formatted in Health Language 7 (HL7) and can be transmitted through HL7 interface in image form to CAVHS VistaImaging and digital form to CPRS to close associated Sleep Study consults. Recording report system must be ICD-10 compliant. Must include portable EEG systems which can be uploaded to the server /data base.Must include separate workstations for viewing, scoring and EEG report generation.Must include workstations for EEG viewing, scoring and report generation.Must include warranty on hardware, including amplifiers, CPU crashesRecording system must have off-site viewing and scoring capability within CAVHS (incl LR vs NLR) and outside CAVHS.The EEG recording software shall be VA approved (TRM, if necessary) and is being currently used in other VA facilities.Server database must include full, granular, searchable medical content.Must be ICD-10 ready and assist in ensuring compliance and increase revenue that might be lost to under coding via content and coding updates.Must drive utilization and satisfaction by quickly and intuitively guiding physicians through the procedure note.Must provide structured and compliant capture and robust reporting and analysis capabilities that simplify quality reporting, clinical research and audit preparation.Must be scalable to meet the technological needs of facilities.Item offered must meet minimum salient characteristics of item described within the Schedule of Items and Specification within the SOW. Offeror to provide technical brochures to support functionality features as described within the SOW/Schedule of Items. In addition, Electronic data or virtual link in order to examine capabilities shall be provided. Offerors shall provide in detail for each specification that is required that the particular specification is or is not offered with a reference to the quote/brochure/data provided that the specification required is in fact offered. If offering a product that specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable. Offeror shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer’s web site that supports offeror’s distributorship or other proof from the manufacturer. Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. (vii) Delivery FOB Destination to Department of Veterans Affairs, Central Arkansas Veterans Health Care System, 2200 Fort Roots Drive, North Little Rock, AR 72114.Delivery Date: 45 days ARO(viii) 52.212-1 (JAN 2017), Instructions to Offerors—Commercial, applies to this acquisition with the following addenda, 52.209-7 Information Regarding Responsibility Matter, 52.233-2 Service of Protest, 852.233-70 Protest Content/Alternative Dispute Resolution, 852.233-71 Alternate Protest Procedure, 852.273-74 Award Without Exchanges, 52.211-6 Brand Name or Equal, 52.214-21 Descriptive Literature, 52.204.16, Sub- Part 13.5 Test Items – This procurement is being conducted under the Sub-Part 13.5 test program where simplified acquisition procedures apply and the conduct of the procurement will be in accordance with Parts 12, 13 of the FAR or some combination thereof.(ix) 52.212-2, Evaluation—Commercial Items, FAR provision 52.212-2 does not apply to this solicitation. Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract resulting from this solicitation to the responsible contractor whose quotes conforming to the solicitation will be most advantageous to the Government. Award will be made to the lowest priced quote that meets or exceeds ALL requirement of this solicitation and the Statement of Work.(x) 52.212-3 (NOV 2017), Offeror Representations and Certifications—Commercial Items, Offeror’s are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH QUOTE, a copy of the provision may be attained from HYPERLINK "" .(xi) 52.212-4 (JAN 2017), Contract Terms and Conditions—Commercial Items, applies to this acquisition with the following addenda to the clause: 852.203-70 Commercial Advertising, 852.203-71, 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside, 852.232-72 Electronic Submission of Payment Requests, 852.246-70 Guarantee, 52.252-2 Clauses Incorporated by Reference, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights , 52.204-4, 52.204-16, 52.204-18 Commercial and Government Entity Code Maintenance, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, Brand Name or Equal, 852.211-73, 852.252-70 Solicitation Provision or Clauses Incorporated by Reference, 852.246-71 Inspection, 852.219-74 Limitations on Subcontracting Monitoring and Compliance. (JUL 2018)(xii) 52.212-5 (JAN 2018), Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items, the following FAR clauses identified at paragraph b of FAR 52.212-5 considered checked and are applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-9, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33(xiii) Standard manufacturer’s warranty(xiv) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.(xv) Responses are due Tuesday, September 25, 2018 by 11:00 a.m. central standard time(CST). Electronic offers will be accepted; submit quotation to HYPERLINK "mailto:tammie.chaney@" tammie.chaney@ .(xvi) Point of contact for this solicitation is Tammie Chaney, 601-206-6963 or email tammie.chaney@ with subject line referencing the Solicitation number. All inquiries must be in writing, and submitted by September 21, 2018 by 10:00 am CST, by email to HYPERLINK "mailto:tammie.chaney@" tammie.chaney@End of Document ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download