RCT Parking Lot Expansion
Agency: Rural Community Transportation, Inc. [VT]
Location: Vermont
NAICS: Not Provided
| Agency | VISN 1: New England Healthcare System |
|---|---|
| Deadline | 05/19/26 |
| Posted | 05/08/26 |
| Estimated Value | <$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value) |
| Set Aside | SDVOSBC |
| NAICS | 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing |
| PSC | J041 - Maint/Repair/Rebuild Of Equipment- Refrigeration, Air Conditioning, And Air Circulating Equipment |
| Location | White River Junction VAMC White River Junction, VT 05009 United States |
Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 04/18/2025 Revision: 02 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-04. This solicitation is set-aside for SDVOSB The associated North American Industrial Classification System (NAICS) code for this procurement is 333415, with a small business size standard of 1250 Employees. The FSC/PSC is J041. The White River Junction VAMC located at 163 Veterans Drive is seeking a qualified vendor to provide a Dietetics Walk-In Freezer Replacement IAW the SOW. All interested companies shall provide quotations for the following: Supplies/Services ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Dietetics Walk-In Freezer Replacement IAW the SOW Period: Base 1.00 EA __________________ __________________ STATEMENT OF WORK (SOW) Dietetics Walk-In Freezer Replacement Department of Veterans Affairs White River Junction VAMC Project Scope The White River Junction VA Healthcare System requires the services of a qualified firm to upgrade the refrigeration components of the dietetics walk-in freezer. It has been determined that the cabinet of the existing freezer is in sufficient condition, therefore entire box replacement is not necessary. Contractor shall ensure that the removal process of the old components does not damage the structure of the walk-in freezer. Condenser is housed inside an enclosure on the roof. Use of a crane will be necessary for the safe removal of existing equipment, and proper installation of the new equipment. Contractor will need to cut into enclosure to perform work. Contractor will be responsible for disassembly and reassembly of structure. Current structure is made of wood with metal siding. Contractor shall be responsible for confirming that the cooling capacity for the system is sufficient. Current capacity is 36,410 BTU. Contractor shall be responsible for all electrical attached to this project. Voltage of current equipment is 208/230. This will include confirming the new equipment does not exceed the available amperage. If new equipment does exceed the available amperage, contractor shall work with onsite facilities staff to find solutions or choose other equipment. Contractor shall provide and install a refrigerant that is appropriate for low-temperature applications and meets all current industry standards, codes, and manufacturer requirements for walk-in freezers operating in the range of minus 10 to minus 20 degrees. Contractor shall provide submittals of proposed equipment. The VA Medical Center reserves the right to deny proposed equipment if it does not meet the necessary requirements Contractor shall confirm system is operating sufficiently, keeping the temperature within the freezer at the appropriate required temperature. It is recommended that vendors perform a site visit to better assess existing conditions. Tasks Removal of existing equipment. Contractors shall be responsible for adhering to all regulations regarding the removal, pump-down, and disposal of current equipment. Contractor shall provide a report that includes amount of refrigerant removed. Demolition of unnecessary control and line voltage wiring. Existing equipment information: Condenser Heatcraft, model # BDT0750L6C, serial # T06L00946 Evaporator Heatcraft, model # BML250BA, serial # D06K04939 Install new evaporator, condenser, piping, time clock, and all other refrigeration components. Evaporator Contractor shall ensure the installation adheres to manufacturer s instructions. Condenser Installation shall include anti vibration solutions to limit transmission of vibration through building. Refrigeration piping All existing refrigeration piping shall be replaced. Due to the catastrophic failure of existing equipment, the VA Medical Center HVAC team has concerns that attempting to reuse current piping, even if purged, will compromise new equipment. Therefore, use of current refrigeration piping will not be permitted. Piping shall be properly insulated and supported in accordance with industry standards. Contractor shall ensure after piping connections are made, proper leak test procedures are performed. Contractor shall perform appropriate vacuum procedures on system. Contractor will ensure proper refrigerant charge of system, taking into account piping length and size, all in accordance with manufacturer s specifications. Install defrost time clock Current system utilizes the building automation system for defrost initiation and termination. The VA Medical Center is requesting to simplify the defrost process with the installation of a mechanical defrost control timer. Installation of new time clock may require additional wiring from condenser on the roof to the evaporator inside the cooler. Functional Testing and Safety Checks Test the operation of system, including defrost operation. Inspect electrical connections for any signs of wear or damage. Check for compliance with fire safety regulations, including the presence of and condition of the fire suppression systems. Crane will be necessary to remove and install new condenser on the roof. Contractor will be required to submit lift plans that will be approved by the VA Medical Center Safety Department. Condenser is housed in an enclosure on the roof. Contractor will have to cut into enclosure to remove and install equipment. All work will be the sole responsibility of the contractor. Documentation/Reporting The contractor shall provide detailed refrigeration report. This includes: Amount of refrigerant recovered and disposed of from existing system. Amount of refrigerant in new system, including any amount added to meet system requirements. Schedule/Period of Performance Work shall be performed within normal business hours, 7AM to 5 PM. The Period of Performance for this contract is 6 Months from date of award. The Period of performance is contingent upon the availability of necessary equipment. Start date for performance is subject to change based on the timely procurement and delivery of the required equipment. Current system is inoperable. Therefore, there will be no need to coordinate downtime with dietetics staff. Responsibilities The Contractor shall be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence. The contractor is responsible for providing all necessary tools, equipment, and materials required to perform the services outlined in this contract. The contractor shall also ensure that all technicians are properly trained and certified to carry out proper installation procedures. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. The Contractor is required to check in and check out daily. The contractor shall report to the Facilities Management Service building to sign in and receive a contractor identification badge. The Contractor shall always wear visible identification while on the premises. The Contractor shall park in the appropriate designated contractor parking areas. Information on parking may be provided by the VA contracting representative or is available from the VA Police. The VA will not invalidate or reimburse for parking violations of the Contractor under any conditions. The Contractor shall be responsible for all damages to persons or property that occurs as a result of the Contractor s fault or negligence. Inspection will occur within an occupied and functioning healthcare facility. Work must be performed in a fashion that will have a minimum impact to staff and patients. The Contractor agrees to adhere to all necessary infection control measures while performing the inspection. This includes, but is not limited to, wearing appropriate personal protective equipment (PPE), complying with hand hygiene protocols, and following all hospital or facility-specific infection prevention and control guidelines to ensure the safety of both staff and patients. Work shall be completed in conformance with the time schedule requested by the VA Contracting Officer s Representative (COR) or Resident Engineer (RE). The Contractor is solely responsible for preparing all necessary regulatory notifications to meet the time schedule. Smoking and other tobacco products ARE NOT PROHIBITED while on campus. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States Federal District Court. Privacy Statement Information Security: The C&A requirements do not apply; a Security Accreditation Package is not required. Staff will follow all Privacy & Security policies and procedures. Records Management The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Place of Performance/Place of Delivery Address: 163 Veterans Drive, White River Junction, VT Postal Code: 05009 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/browse/index/far. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services [Attention CO: www.sam.gov registration is required to be complete at time of submission of response.] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-2 Evaluation-Commercial Products and Commercial Services [In accordance with FAR 12.301(c) when the use of evaluation factors is appropriate, the contracting officer may (1) Insert the provision at 52.212-2, Evaluation-Commercial Products and Commercial Services, in solicitations for commercial products or commercial services (see 12.602); or (2) Include a similar provision containing all evaluation factors required by 13.106, subpart 14.2 or subpart 15.3, as an addendum (see 12.302(d)).] The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (Nov 2023) 852.219-73 - VA Notice of Total Set-Aside for Verified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction 852.204-70 Personal Identity Verification of Contractor Personnel The following clauses are applicable: 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (Jun 2020) (Pub. L. 109-282) ( 31 U.S.C. 6101 note), 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328), 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded. (Jan 2025) ( 31 U.S.C. 6101 note), 52.219-28, 52.219-33, Nonmanufacturer Rule (SEP 2021), 52.222-3, Convict Labor (JUN 2003), 52.222-26, Equal Opportunity (SEP 2016), 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020), 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020), 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021), 52.222-41, Service Contract Labor Standards (AUG 2018), All quoters shall submit the following: (1) A Firm Fixed Price Quote which shall be received on or before the date and time specified in Section (xv) of this solicitation. (2) A completely filled and signed Limitation of Subcontracting in accordance with VAAR 852.219-75. (3) A proposal outlining technical capabilities in accordance with the Statement of Work (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is Wednesday, 13 May 2026 at 5:00 PM EST. Questions received after this date and time will not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers. All quotes shall be sent to Kenya.Mitchell1@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of the FAR. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than Tuesday, 19 May 2026 by 5:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Kenya.Mitchell1@va.gov The following are the decision factors: ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Past Performance Price 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: Technical: 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. Past Performance: The past performance evaluation will assess the relative risks associated with a quoter s likelihood of success in fulfilling the solicitation s requirements as indicated by the quoter s record of past performance. The past performance evaluation may be based on the contracting officer s knowledge of and previous experience with the supply or service being acquired; Customer surveys, and past performance questionnaire replies; Contractor Performance Assessment Reporting System (CPARS) at http://www.cpars.gov/; or any other reasonable basis. Price: The Government will evaluate the price by adding the total of all line-item prices (End of Provision) Award will be made to the responsible vendor whose quotation is determined to be technically acceptable and offers the lowest evaluated price to the Government ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (SEP 2023) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits an quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees, or 150 employees for information technology value-added resellers under NAICS code 541519, if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the offeror waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified in this solicitation. Quotes may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the quoter; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Quotation Amendments; (10) Past performance information will not be considered in simplified acquisition procurements. (11) Quotes should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations, or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during preaward testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes or revisions are due. (2) Any quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and may not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the Request for Quote, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. In addition, the Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest quoted price. (h) Multiple awards. The Government may accept issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the quotation, offers may not be submitted for quantities less than those specified in the RFQ. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quote. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101 29, and copies of Federal specifications, standards, and product descriptions can be downloaded from the ASSIST website at https://assist.dla.mil. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained from the address in paragraph (i)(1)(i) of this provision. (2) Most unclassified Defense specifications and standards may be downloaded from the ASSIST website at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/ feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier.(Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision)
Background The White River Junction Veterans Affairs Medical Center (VAMC) is seeking a qualified vendor to provide a Dietetics Walk-In Freezer Replacement. This solicitation is issued as a Request for Quote (RFQ) and is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The goal of this contract is to upgrade the refrigeration components of the existing dietetics walk-in freezer, ensuring compliance with industry standards and operational efficiency. Work Details The contractor will be responsible for the following tasks: 1. Removal of existing refrigeration equipment while ensuring no damage to the structure of the walk-in freezer. 2. Safe removal and installation of new equipment using a crane, including cutting into an enclosure on the roof. 3. Installation of new evaporator, condenser, piping, time clock, and all other refrigeration components according to manufacturer’s instructions. 4. Replacement of all existing refrigeration piping due to concerns about reusing compromised materials. 5. Installation must include anti-vibration solutions for the condenser and proper insulation and support for piping in accordance with industry standards. 6. Conducting functional testing and safety checks post-installation, including compliance with fire safety regulations. 7. Providing detailed documentation including amounts of refrigerant recovered and installed in the new system. Period of Performance The period of performance for this contract is 6 months from the date of award, contingent upon equipment availability. Place of Performance The work will be performed at the White River Junction VAMC located at 163 Veterans Drive, White River Junction, VT 05009.
| Contact name | Kenya R Mitchell |
|---|---|
| Contact email | kenya.mitchell1@va.gov |
| Contact phone | (860) 666-6951 |
Agency: Rural Community Transportation, Inc. [VT]
Location: Vermont
NAICS: Not Provided
Agency: Vermont Office of General Services [VT]
Location: Vermont
NAICS: Not Provided
Agency: State of Vermont Military Department [VT]
Location: Vermont
NAICS: Not Provided
Agency: Barre Unified Union School District [VT]
Location: Vermont
NAICS: Not Provided