Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2011 FBO #3606
SOLICITATION NOTICE

Q -- Montana Dental Lab Services

Notice Date
10/7/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339116 — Dental Laboratories
 
Contracting Office
Department of Veterans Affairs;Rocky Mountain Network;VISN 19 Contracting;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25912RP0001
 
Response Due
10/12/2011
 
Archive Date
1/10/2012
 
Point of Contact
Tim Nyberg
 
E-Mail Address
y.nyberg@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation VA-259-12-RP-0001 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, effective July 5, 2011. No telephone/fax requests will be accepted. Only written requests received directly from the requester are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 339116, with a small business size standard of 500 employees. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH PROPOSAL. The competition for this solicitation is unrestricted, however small businesses, women-owned businesses, service-disabled veteran-owned small businesses, veteran-owned small businesses and small disadvantaged businesses are encouraged to submit offers. The following is a list of the contract line item numbers: SCHEDULE OF SUPPLIES/SERVICES Note 1 : All SUB CLIN's are informational line items used to add or subtract service cost on a monthly basis each time an individual item is ordered. Note 2: The contractor is allowed to propose an alternate method of pricing in their proposal, if the alternate method is advantageous the government could incorporate the contractor proposed method of pricing into the contract. (Contractor must still complete this pricing format as well.) CLINSUPPLIES / SERVICESQTY/ UNITPRICEQTY/ UNIT*ESTIMATED AMOUNT BASE PERIOD, 10/1/2011 - 9/30/2012 0001Crowns/bridges Precious metal (full gold) accounts for 33% of all crowns. The other 65% are porcelain based (porcelain fused to semi-precious). 1% are porcelain crowns that use Empress, Zirconia or Cerlon. The last 1% are metal posts.35 EA per month$______12 MO$____________ 0001AASUB CLIN Precious metal (full gold crown).1 EA$______ 0001ABSUB CLIN Porcelain (porcelain fused to semi-precious).1 EA $______ 0001ACSUB CLIN Porcelain (b. Empress, Zirconia, Cerlon).1 EA $______ 0001ACSUB CLIN Metal posts1 EA$______ 0002Partial dentures Ticonium framework (precision, semi precision attachments) account for 80% of all partials. Acrylic (ww, ball clasps) accounts for 16%, and Valplast accounts for 4%.6 EA per month$______12 MO$____________ 0002AASUB CLIN Ticonium framework (precision, semi precision attachments) partial.1 EA$______ 0002ABSUB CLIN Acrylic (ww, ball clasps) partial.1 EA $_______ 0002ACSUB CLIN Valplast partial.1 EA$_______ 0003Dentures (full standard - either the top set or bottom).7 EA per moth$______12 MO$____________ 0004Immediate dentures The surgical templates must be the immediate dentures.2 EA per month$______12 MO$____________ 0005Relines2 EA per month$______12 MO$____________ 0006Mouth guards/ splints4 EA per month$______12 MO$____________ 0007Repairs of damaged appliances This may include broken dentures, places teeth, broken clasps6 EA per month$______12 MO$____________ 0008Implant crowns/Bridges2 EA per month$______12 MO$____________ 0009Provisional Crowns/Bridges2 EA per month$______12 MO$____________ Total amount for base period Total: CLINSUPPLIES / SERVICESQTY/ UNITPRICEQTY/ UNIT*ESTIMATED AMOUNT OPTION YEAR 1, 10/1/2012 - 9/30/2013 1001Crowns/bridges Precious metal (full gold) accounts for 33% of all crowns. The other 65% are porcelain based (porcelain fused to semi-precious). 1% are porcelain crowns that use Empress, Zirconia or Cerlon. The last 1% are metal posts.35 EA per month$______12 MO$____________ 1001AASUB CLIN Precious metal (full gold crown).1 EA$______ 1001ABSUB CLIN Porcelain (porcelain fused to semi-precious).1 EA $______ 1001ACSUB CLIN Porcelain (b. Empress, Zirconia, Cerlon).1 EA $______ 1001ACSUB CLIN Metal posts1 EA$______ 1002Partial dentures Ticonium framework (precision, semi precision attachments) account for 80% of all partials. Acrylic (ww, ball clasps) accounts for 16%, and Valplast accounts for 4%.6 EA per month$______12 MO$____________ 1002AASUB CLIN Ticonium framework (precision, semi precision attachments) partial.1 EA$______ 1002ABSUB CLIN Acrylic (ww, ball clasps) partial.1 EA $_______ 0002ACSUB CLIN Valplast partial.1 EA$_______ 1003Dentures (full standard - either the top set or bottom).7 EA per moth$______12 MO$____________ 1004Immediate dentures The surgical templates must the immediate dentures.2 EA per month$______12 MO$____________ 1005Relines2 EA per month$______12 MO$____________ 1006Mouth guards/ splints4 EA per month$______12 MO$____________ 1007Repairs of damaged appliances This may include broken dentures, places teeth, broken clasps6 EA per month$______12 MO$____________ 1008Implant crowns/Bridges2 EA per month$______12 MO$____________ 1009Provisional Crowns/Bridges2 EA per month$______12 MO$____________ Total amount for option year 1 Total: CLINSUPPLIES / SERVICESQTY/ UNITPRICEQTY/ UNIT*ESTIMATED AMOUNT OPTION YEAR 2, 10/1/2013 - 9/30/2014 2001Crowns/bridges Precious metal (full gold) accounts for 33% of all crowns. The other 65% are porcelain based (porcelain fused to semi-precious). 1% are porcelain crowns that use Empress, Zirconia or Cerlon. The last 1% are metal posts.35 EA per month$______12 MO$____________ 2001AASUB CLIN Precious metal (full gold crown).1 EA$______ 2001ABSUB CLIN Porcelain (porcelain fused to semi-precious).1 EA $______ 2001ACSUB CLIN Porcelain (b. Empress, Zirconia, Cerlon).1 EA $______ 2001ACSUB CLIN Metal posts1 EA$______ 2002Partial dentures Ticonium framework (precision, semi precision attachments) account for 80% of all partials. Acrylic (ww, ball clasps) accounts for 16%, and Valplast accounts for 4%.6 EA per month$______12 MO$____________ 2002AASUB CLIN Ticonium framework (precision, semi precision attachments) partial.1 EA$______ 2002ABSUB CLIN Acrylic (ww, ball clasps) partial.1 EA $_______ 2002ACSUB CLIN Valplast partial.1 EA$_______ 2003Dentures (full standard - either the top set or bottom).7 EA per moth$______12 MO$____________ 2004Immediate dentures The surgical templates must the immediate dentures.2 EA per month$______12 MO$____________ 2005Relines2 EA per month$______12 MO$____________ 2006Mouth guards/ splints4 EA per month$______12 MO$____________ 2007Repairs of damaged appliances This may include broken dentures, places teeth, broken clasps6 EA per month$______12 MO$____________ 2008Implant crowns/Bridges2 EA per month$______12 MO$____________ 2009Provisional Crowns/Bridges2 EA per month$______12 MO$____________ Total amount for option year 2 Total: CLINSUPPLIES / SERVICESQTY/ UNITPRICEQTY/ UNIT*ESTIMATED AMOUNT OPTION YEAR 3, 10/1/2014 - 9/30/2015 3001Crowns/bridges Precious metal (full gold) accounts for 33% of all crowns. The other 65% are porcelain based (porcelain fused to semi-precious). 1% are porcelain crowns that use Empress, Zirconia or Cerlon. The last 1% are metal posts.35 EA per month$______12 MO$____________ 3001AASUB CLIN Precious metal (full gold crown).1 EA$______ 3001ABSUB CLIN Porcelain (porcelain fused to semi-precious).1 EA $______ 3001ACSUB CLIN Porcelain (b. Empress, Zirconia, Cerlon).1 EA $______ 3001ACSUB CLIN Metal posts1 EA$______ 3002Partial dentures Ticonium framework (precision, semi precision attachments) account for 80% of all partials. Acrylic (ww, ball clasps) accounts for 16%, and Valplast accounts for 4%.6 EA per month$______12 MO$____________ 3002AASUB CLIN Ticonium framework (precision, semi precision attachments) partial.1 EA$______ 3002ABSUB CLIN Acrylic (ww, ball clasps) partial.1 EA $_______ 3002ACSUB CLIN Valplast partial.1 EA$_______ 3003Dentures (full standard - either the top set or bottom).7 EA per moth$______12 MO$____________ 3004Immediate dentures The surgical templates must the immediate dentures.2 EA per month$______12 MO$____________ 3005Relines2 EA per month$______12 MO$____________ 3006Mouth guards/ splints4 EA per month$______12 MO$____________ 3007Repairs of damaged appliances This may include broken dentures, places teeth, broken clasps6 EA per month$______12 MO$____________ 3008Implant crowns/Bridges2 EA per month$______12 MO$____________ 3009Provisional Crowns/Bridges2 EA per month$______12 MO$____________ Total amount for option year 3 Total: CLINSUPPLIES / SERVICESQTY/ UNITPRICEQTY/ UNIT*ESTIMATED AMOUNT OPTION YEAR 4, 10/1/2015 - 9/30/2016 4001Crowns/bridges Precious metal (full gold) accounts for 33% of all crowns. The other 65% are porcelain based (porcelain fused to semi-precious). 1% are porcelain crowns that use Empress, Zirconia or Cerlon. The last 1% are metal posts.35 EA per month$______12 MO$____________ 4001AASUB CLIN Precious metal (full gold crown).1 EA$______ 4001ABSUB CLIN Porcelain (porcelain fused to semi-precious).1 EA $______ 4001ACSUB CLIN Porcelain (b. Empress, Zirconia, Cerlon).1 EA $______ 4001ACSUB CLIN Metal posts1 EA$______ 4002Partial dentures Ticonium framework (precision, semi precision attachments) account for 80% of all partials. Acrylic (ww, ball clasps) accounts for 16%, and Valplast accounts for 4%.6 EA per month$______12 MO$____________ 4002AASUB CLIN Ticonium framework (precision, semi precision attachments) partial.1 EA$______ 4002ABSUB CLIN Acrylic (ww, ball clasps) partial.1 EA $_______ 4002ACSUB CLIN Valplast partial.1 EA$_______ 4003Dentures (full standard - either the top set or bottom).7 EA per moth$______12 MO$____________ 4004Immediate dentures The surgical templates must the immediate dentures.2 EA per month$______12 MO$____________ 4005Relines2 EA per month$______12 MO$____________ 4006Mouth guards/ splints4 EA per month$______12 MO$____________ 4007Repairs of damaged appliances This may include broken dentures, places teeth, broken clasps6 EA per month$______12 MO$____________ 4008Implant crowns/Bridges2 EA per month$______12 MO$____________ 4009Provisional Crowns/Bridges2 EA per month$______12 MO$____________ Total amount for option year 4 Total: Total Contract - 0001, 1001, 2001, 3001, 4001 (base plus all options) Total$___________ The Department of Veterans Affairs, VISN 19 Rocky Mountain Contracting Network has a requirement for the following service(s): B.3 STATEMENT OF WORK Introduction: The Department of Veterans Affairs Medical Center dental facility at Fort Harrison, Montana is seeking a full service dental laboratory to provide a variety of dental devices and services. Services provided: Due to time constraints related to the local veteran patient population, and the timeliness of the service needed; the contractor's full service dental laboratory must be located within the greater city limits of Helena, MT in order to avoid the need of shipping everything. The contractor shall provide approximately the following units of service on a monthly basis: 1.35 units of crowns/bridges 2.6 partial dentures 3.7 dentures (full standard) 4.2 Immediate dentures *5. 2 relines 6. 4 mouth guards *7. 6 repairs of damaged appliances (can't give price) - partial and denture repairs. Broken dentures, replace teeth, broken clasps, and others 8. 2 Implant crowns/bridges 9. 2 Provisional crowns/bridges * These procedures are critical for patient care and require turn over times of 5 days or less. The following lists products required by contract between a full service dental lab and Department of Veteran Affairs at Fort Harrison, MT: Fixed A.Crowns/Bridges - Metal (Full,overlays,3/4) a.Precious metal (full gold) accounts for 33% of all crowns. The other 65% are porcelain based (porcelain fused to semi-precious). 1% are porcelain crowns that use Empress, Zirconia or Cerlon. The last 1% are metal posts. B.Implant crowns/Bridges (don't use it currently, but need the ability to do so) C.Provisional Crowns/Bridges Removable A.Partial denture 6 per month. Partial Dentures include the following different types: a.Valplast 4% b.Acrylic (ww, ball clasps) 16% c.Ticonium framework (precision, semi precision attachments) 80% B.Full dentures - 7 per month (either top or bottom set) a.Implant supported (don't use it now, but need ability) b.Regular 90% c.Immediate - 2 per month (Surgical templates - match the immediates C.Jump/Relines D.Repairs E.Mouth guard, splints Delivery/Shipping times: Critical element is the turnaround times. Delivery times must fall within these time frames, including time of transit. A.Crowns a. Porcelain14 Days b. Metal14 Days B.Removable and Full Dentures a.Bite5 Days b.Try-in7 Days c.Finish9 Days C.Repairs/Relines4 Days Mouth guards/Splints11 Days Quality Assurance: VA will make inspections throughout the facilities covered by this contract to ascertain the level of services being performed. The following items may be observed, tracked, and continually evaluated during the contract period. Overall Contractor Performance Suitability of Equipment and Materials Used to Provide Service Contractor Adherence to Project Plan and Schedule Care of Government Property and Facilities Cost Control Quality of Service 1. The method of surveillance that the QAE will use to verify the quality of the contractor's performance is periodic inspection. The government reserves the right to consider changing the method of inspection from Periodic to 100% Inspection at anytime, however deteriorating contractor performance may result in immediate 100% surveillance. Exhibit A Surveillance Inspection Form Checklist Evaluation Area ___________________Unsatisfactory Marginal Satisfactory Very Good Exceptional Overall Performance Suitability of Equipment and materials Adherence to Schedule Care of Government Property Cost Control Quality of Service Management of Key Personnel Business Relations Cleaning Checklist (see attached spreadsheet checklists) Assessment Elements 1.Overall Contractor Performance: Assess the integration and coordination of all activity needed to execute the task order/contract, specifically the timeliness, completeness and resolution of problem identification, corrective action plans, proposal submittals, Contractor history of reasonable and cooperative behavior, customer satisfaction, timely award and management of subcontracts, and whether the Contractor met small/small disadvantaged, women-owned business, Veteran owned service disabled business or other participation goals. 2.Suitability of Equipment and Materials: Assess the correctness of equipment and materials used/utilized to provide services. 3. Adherence to Schedule: Assess the timeliness of the Contractor towards the completion of the contract, task orders, milestones, delivery schedules, administrative requirements (e.g. efforts that contribute to or effect the schedule variance). 4. Care of Government Property and Facilities: Assess contractor performance regarding the care and protection of government property and equipment that is cleaned, serviced, or provided to the contractor for their use. 5. Cost Control: Assess the contractor's effectiveness in monitoring its processes to control costs or in improving processes or submitting value servicing change proposals to benefit the government. 6.Quality of Service: Assess the contractor's conformance to contract requirements, specifications and standards of good workmanship (e.g., commonly accepted technical, environmental, or safety and health standards). 7. Management of Key Personnel: Assess the Contractor's performance in selecting, retaining, supporting, and replacing, when necessary, key personnel. 8. Business Relations: Assess the integration and coordination of all activity needed to execute the contract, specifically the timeliness, completeness and quality of problem identification, corrective action plans, proposal submittals, the Contractor's history of reasonable and cooperative behavior, customer satisfaction, timely award and management of subcontracts, and whether the Contractor met small/small disadvantaged, women-owned business, veteran owned service disabled business or other participation goals. 9. Checklist: Verify that the Contractor has completed all the steps on the checklist and adequately performed the tasks. Rating Definitions Exceptional: Performance meets contractual requirements and exceeds many to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. Very Good: Performance meets contractual requirements and exceeds some to the Government's benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the Contractor were effective. Satisfactory: Performance meets contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the Contractor appear to be or were satisfactory. Marginal: Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the Contractor has not yet identified corrective actions. The Contractor's proposed actions appear only marginally effective or were not fully implemented. Unsatisfactory: Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the Contractor's corrective actions appear or were ineffective." Use Exhibit B to register customer complaints. CUSTOMER COMPLAINT FORM 1.DATE/TIME OF COMPLAINT SOURCE OF COMPLAINT 2. ORGANIZATION 3. BUILDING NUMBER 4. INDIVIDUAL 5. PHONE NUMBER 6. NATURE OF COMPLAINT 7. CONTRACT REFERENCE 8. VALIDATION 9. DATE/TIME CONTRACTOR INFORMED OF COMPLAINT 10. ACTION TAKEN BY CONTRACTOR 11. RECEIVED/VALIDATED BY Customer Complaint Form Template, Apr 07 (AFMOA SGSF): COMPLAINANT - 1, QAE - 2, CONTRACTOR - 3, CONTRACT ADMINISTRATOR - 4 E.7 PROPOSAL SUBMISSION: Proposal is due at 2:30 pm (MST) on October 11, 2011. E.7.1.Format and Instructions for Proposals. 1.Offerors shall provide original and one (1) digital copy (pdf format) on a standard CD of both Volume I, Business Proposal and Volume II, Technical Proposal. Each volume shall be: a.Self-contained and refer to other materials for clarification purposes only; b.All pages printed single-sided; 2.Changes to Offeror's proposals shall be made through the use of change pages. Each change page shall contain the date of the change and clearly indicate the change(s) being made. 3.The Offeror shall package and clearly label the outside of the package with (i) the Solicitation Number and (ii) the contents thereof (e.g., Volume I or II). A cover letter may accompany the proposal to set forth any information that the offeror wishes to bring to the Government's attention. The Offeror's proposal shall consist of two (2) volumes and must include all information that the Government requests. 4.An outline for the Offeror's proposal is set forth below: Volume I - Business Proposal. This volume consists of SF 1449; SF 30 Amendments (if any); Section B - Schedule of Prices; and any offeror exceptions. The volume comprises tabs described herein. a.Tab A - Part I, Standard Form 1449 (SF 1449). Offerors shall complete, in original, blocks 12, 17 a & b, 30 a, b & c. b.Tab B - Standard Form 30 (SF 30), Amendment (If Issued). Offerors shall complete, in original, blocks 15A, 15B, 15C, 16A and 16B. c.Tab C - Part I, Prices. Offerors shall submit prices and rates for all contract line item numbers (CLIN) in the Section B - Schedule of Pricing. d.Tab D - Exceptions. Offerors should indicate any exceptions and suggested remedies to terms and conditions of the RFQ. Volume II - Technical Proposal: This volume is limited to 15 pages and as such, offerors are encouraged to utilize graphic charts and tables where this would contribute to the compactness and clarity of the offeror's technical proposal. Each evaluation criteria response should be self-contained and tabbed as indicated. 1.Section 1 - Technical Capabilities: a.Tab A.1 - Contractor is to describe their different capabilities of providing all the services needed by a full service dental laboratory. 2.Section 2 - Past Performance: a.Tab B.1 - Provide a history of Past Performance and Experience, which pertains to the requirements of this solicitation for contracts that have ended in the last 3 years. b.Tab B.2 - Provide three references the contractor has provided the same or similar services for facilities such as the VA, preferably Government. oThe contractor will provide a list that includes at a minimum; Name of a Point of Contact, Phone number, Business Name, Dollar Value of Contract, Start and End date of contracts for all references. c.Veteran Owned and Service Disabled Small Business Evaluation Factors (if applicable): oThe following information is taken directly from the VA policy and guidance concerning the use of Veteran and Service Disabled Veteran Owned Small Business to meet its contract needs. To be considered for award the proposal should address each item indicated. a.Indicate your current business status in your proposal b.VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small businesses and veteran-owned small businesses as subcontractors. c.Eligible service-disabled veteran-owned offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in Vendor Information Pages(VIP) database. (http://www.VetBiz.gov). d.Indicate and proposed use of service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors. Veteran and Non-veteran Offerors proposing to use service-disabled veteran-owned small businesses or veteran-owned small businesses as subcontractors will receive some consideration under this evaluation factor. e.Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VetBiz.gov VIP database (http://www.vetbiz.gov). (End of provision) 3.The technical proposal is an important consideration in award of the contract; therefore, it should be specific and complete. The technical proposal should be prepared simply and economically, providing straight-forward and concise information. The proposal should therefore be practical, legible, clear and coherent. In order that evaluations may be accomplished strictly on the merit of the material submitted, no dollar costs are to be included in the technical proposal. 4.Simply repeating or paraphrasing the Statement of Need/Specification is not acceptable. Offerors are encouraged to propose approaches and methods which increase or promote efficiency and effectiveness; however, any deviations must be fully substantiated in the proposal, clearly delineating how the proposed contract objective will be fulfilled. The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS, applies to this acquisition. The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS, applies to this acquisition. The Government will award one or more firm fixed price contracts resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: In descending order of importance: Technical Capability. Past Performance Price Veteran Owned and Service Disabled Owned Small Business Status Technical and past performances, when combined, are more important than price. The evaluation factor concerning small business status is less important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time frame for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS, applies to this acquisition, with the following addendum:;; VAAR 852.203-70 Commercial Advertising (JAN 2008); VAAR 852.216-70 Estimated Quantities (APR 1984); VAAR 852.237-70 Contractor Responsibilities (APR 1984); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); FAR 52.252-2 Clauses Incorporated By Reference (FEB 1998). The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS applies to this acquisition including the following clauses: 52.203-6, 52.203-13, 52.204-10, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-54, 52.225-13, 52.232-34, 52.222-41 and 52.222-44. The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm Proposals shall include the RFP number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, e-mail address, tax identification number, DUNS number, and size status (i.e., small business disadvantaged business or woman owned business). All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, VISN 19 Rocky Mountain Contracting Network, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Tim Nyberg, no later than 2:30 P.M. mountain time on 12 October 2011. You may contact Tim Nyberg, Contract Specialist at timothy.nyberg@va.gov or 303-603-3270.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912RP0001/listing.html)
 
Place of Performance
Address: Fort Harrison, VAMC;3687 Veterans Drive;Fort Harrison, MT
Zip Code: 59636
 
Record
SN02604283-W 20111009/111007234013-662d45aaa15d55aecc8702e8304fd632 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.