DOCUMENT
J -- service contract for automatic doors - Attachment
- Notice Date
- 2/15/2012
- Notice Type
- Attachment
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25912R0182
- Response Due
- 2/29/2012
- Archive Date
- 3/30/2012
- Point of Contact
- Ronnie R Jones (Contracting)
- E-Mail Address
-
3-3254<br
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial services and/or supplies 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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is VA-259-12-R-0182 and is hereby issued as a Request for Proposal (RFP) using subpart FAR Part 13, Simplified Acquisition Procedures. The VISN 19 Rocky Mountain Acquisition Center, 4100 E Mississippi Ave. Glendale, Colorado 80246 on behalf of the VA Salt Lake City Health Care System, 500 Foothill Drive, Salt Lake City, Utah 84148 requires a contract for the following item: A six-month base period and four 1-year possible options for preventative maintenance on the automatic doors operators. A full service preventative maintenance contract that includes all parts, labor, materials and all associated costs. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 2 Feb 2012. The North American Industry Classification System (NAICS) code is 238990-All Other Specialty Contractors and the Small Business Size Standard is 500. This procurement will be a 100% small business set aside. Women owned, service disabled veteran owned, veteran owned and small disadvantaged businesses are strongly encouraged to submit quotes. The Government intends to issue a firm fixed price contract to the responsible Offeror whose lowest price and technically acceptable proposal conforms to the solicitation. Only technically acceptable offers will be considered. The Government intends to evaluate offers and make award without discussions; however, this does not preclude the Government from having discussions if it is in the best interest of the Government. All interested parties must bid on all items. Provide a price quote for each of the following CLINS and total price (fill in the blanks). PRICING FOR: CLIN ITEM QTY UNIT OF ITEM PRICE ISSUE ITEM DESCRIPTION OF NO. SUPPLIES/SVCS 0001 6.00 MO __________ ___________ BASE YEAR -4/1/12 THRU 9/30/12 SERVICE CONTRACT TO PROVIDE MONTLY PM SERVICE FOR AUTOMATIC DOORS 1001 12.00 MO ___________ __________ OPTION YEAR 1 10/1/12 THRU 09/30/13 SERVICE CONTRACT TO PROVIDE MONTHLY PM SERVICE FOR AUTOMATIC DOORS 2001 12.00 MO ___________ ___________ OPTION YEAR 2- 10/1/13 THRU 09/30/14 SERVICE CONTRACT TO PROVIDE MONTHLY PM SERVICE FOR AUTOMATIC DOORS 3001 12.00 MO ___________ ____________ OPTION YEAR 3 10/1/14 THRU 09/30/15 SERVICE CONTRACT TO PROVIDE MONTHLY PM SERVICE FOR AUTOMATIC DOORS 4001 12.00 MO ___________ ____________ OPTION YEAR 4 10/1/15 THRU 09/30/16 SERVICE CONTRACT TO PROVIDE MONTHLY PM SERVICE FOR AUTOMATIC DOORS ____________________ GRAND TOTAL --- ==================== PREVENTATIVE MAINTENANCE CONTRACT AUTOMATIC DOOR OPERATORS DESCRIPTION/SPECS/WORK STATEMENT 1.Contractor shall provide preventative maintenance (hereafter called PM service) for Government owned AUTOMATIC DOOR OPERATORS (See attached equipment list, Automatic Door List of this solicitation), located at the VA Medical Center, 500 Foothill Blvd., Salt Lake City, Utah 84148. This service will include all parts, labor, materials, and all other associated costs. PM's will be accomplished monthly, every second week of the month. Contractor shall inspect, test, calibrate and service the equipment, as required, in accordance with manufacturer, industry, and statutory requirements, in order to prevent premature equipment failures and to extend equipment life. This service may be performed separate from or in conjunction with other services. 2.Contractor shall provide a proposed PM checklist with the prepared bid, which will clearly state what Contractor personnel will be accomplishing during PM visits. Upon award, this checklist will be prepared and sent to the Contracting Officer's Technical Representative (COTR) after each PM is completed by the contractor. PM checklists may be mailed to the address below: VA Medical Center 500 Foothill Blvd. Engineering Service (138) Salt Lake City, UT 84148 ATTN: PM Checklist Failure to provide the above required PM checklist will result in a delay of payment. 3.PM service will be scheduled with the COTR during normal business hours listed below, at the convenience of the Government: 8:00 AM to 4:30 PM, MOUNTAIN TIME, Monday thru Friday, except the following Federal holidays: New Years Day, Martin Luther King's Birthday, President's Day, Memorial Day, July 4th, Labor Day, Columbus Day, Veteran's Day, Thanksgiving, and Christmas. 4.The contractor shall inform the COTR of any original equipment manufacturer (OEM) updates and to incorporate updates which are required by the OEM to ensure performance to current product specifications. OEM updates shall be accomplished during PM visits. The contractor shall inform the COTR of any optional updates provided by the OEM, and offer to provide these to the Government. The price for the update will be negotiated at the time of offer by the Contracting Officer. 5.The contractor shall provide with their bid a telephone number where they can be reached or a message left to schedule PM visits: TELEPHONE NUMBER: CONTACT PERSON (OPTIONAL) 6.Upon arrival at the medical center, during normal business hours, the contractor shall check in with Engineering, (after normal business hours the contractor shall check in with the duty boiler plant operator, located in Building 6), to obtain an Identification Badge that must be worn visibly upon their person, between the height of the waist and shoulders. The contractor shall return the badge at the completion of the service. Failure to obtain the required badge may result in removal from the medical center. 7.Routine or PM visits will not be canceled once scheduled without the express consent of the COTR. 8.Should parts not be available immediately, the contractor will notify the COTR and/or his/her designee and obtain these available parts in the most expeditious manner available. 9.Should the contractor determine that the damage or needed repair has been caused through the fault or negligence of the VA, the contractor will proceed with only that part of the repair absolutely necessary to return the equipment to working condition. The contractor will notify the Contracting Officer in writing of the repair accomplished outside the scope of the contract and will request a separate purchase order to cover those repair costs. 10.Parts replaced under this contract shall be new or equivalent to OEM specifications and are to be warranted against defects in material and workmanship during the term of this contract or 90 days, whichever is longer. Parts replaced shall become the sole property of the Government. 11.Contractor will provide a service report, which includes both the CONTRACT NUMBER and the PURCHASE ORDER NUMBER on it, EACH TIME THE CONTRACTOR ACCOMPLISHES A PM. The contractor will use the approved PM checklist for accomplished PM service reports. LACK OF SERVICE REPORT WILL RESULT IN NON-PAYMENT. 12.Contractors will be provided a temporary parking permit upon written request submitted to: Chief, Engineering Service (138). Permits will be provided to contractors demonstrating a valid need to load/unload materials. Written requests will include a justification of need; identify the owner(s) of the vehicle(s). Permits will be clearly displayed on the vehicle. All contractor personnel will abide by parking regulations issued with the temporary parking permit. 13.This contract does not include the supplying of operating supplies, replacement of worn out parts or the upgrading of equipment, consumables, refinishing (painting) the equipment or furnishing materials for that purpose, or electrical repairs external to the equipment. A.OPERATIONS AND STORAGE AREAS 1.The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized or approved by the COTR. The contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractors performance. 2.When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation. When it is necessary to cross curbs or sidewalks, the Contractor shall protect them from damage. The Contractor shall pay for the repair of any damaged property. At no time shall the Contractor's vehicles be parked on lawn areas. 3.All hazardous materials shall be handled, stored and used in accordance with applicable NFPA, OSHA and EPA standards, as appropriate for each material. An inventory of hazardous materials will be completed quarterly and a copy will be available on site for COTR review. Current Material Safety Data Sheets will be kept on hand for all materials 4.Maintain site to permit access of fire department vehicles and personnel as necessary. All portions of buildings must always be accessible for fire department apparatus and permit emergency egress of personnel. 5.Workmen are subject to rules of the VA Salt Lake City Health Care System applicable to their conduct. 6.Execute work so as to interfere as little as possible with normal functioning of the Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, and with work being done by others. 7.The contractor shall protect from damage all exiting improvements and utilities at or near the work site and on adjacent property of a third party, the location of which are made known to or should be known by the Contractor. The Contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract, or failure to exercise reasonable care in performing the work. If the Contractor fails or refuses to repair the damage promptly, the COTR may have the necessary work performed and charge the cost to the Contractor. EQUIPMENT LIST BLDG. DOOR NUMBERDOOR TYPEMANUFACTURERMODELSERIAL B.14, BCOOB-14DOUBLE DOOR UNITGYRO TECH34-990-80N/A B.14, BCOOB-14DOUBLE DOOR UNITGYRO TECH34-990-80N/A B.14, BD00-14SLIDER DOOR UNITSESAMEEZ 40-509340 B.14, GA00-14DOUBLE DOOR UNITSLIDER DOOR UNIT34-7200N/A B.14, GA03-14DOUBLE DOOR UNITGYRO TECH710N/A B.14, GA37-14DOUBLE DOOR UNITGYRO TECH34-990-87N/A B.14, GA00E-14DOUBLE DOOR UNITGYRO TECH34-8800N/A B.14, COURTYARDSINGLE DOOR UNITSTANLEYN/AN/A B.14, COURTYARDSINGLE DOOR UNITSTANLEYN/AN/A B.14 GA00A-14SLIDER DOOR UNITGYRO TECH21-72-2102N/A B.14SLIDERGYRO TECH21-72-2102N/A EQUIPMENT LIST (CON'T) BLDG. DOOR NUMBERDOOR TYPEMANUFACTURERMODELSERIAL B.14, BCOOB-14DOUBLE DOOR UNITGYRO TECH34-990-80N/A B.14, BCOOB-14DOUBLE DOOR UNITGYRO TECH34-990-80N/A B.14, BD00-14SLIDER DOOR UNITSESAMEEZ 40-509340 B.14, GA00-14DOUBLE DOOR UNITSLIDER DOOR UNIT34-7200N/A B.14, GA03-14DOUBLE DOOR UNITGYRO TECH710N/A B.14, GA37-14DOUBLE DOOR UNITGYRO TECH34-990-87N/A B.14, GA00E-14DOUBLE DOOR UNITGYRO TECH34-8800N/A B.14, COURTYARDSINGLE DOOR UNITSTANLEYN/AN/A B.14, COURTYARDSINGLE DOOR UNITSTANLEYN/AN/A B.14 GA00A-14SLIDER DOOR UNITGYRO TECH21-72-2102N/A B.14SLIDERGYRO TECH21-72-2102N/A GA00A-14DOOR UNIT B.14, GB04-14 REDDOUBLE DOOR UNITGYRO TECH710N/A B.14, GB04-14 BLUEDOUBLE DOOR UNITGYRO TECH710N/A B.14, 1A00CSINGLE DOOR UNITGYRO TECH35-4800N/A B.14, 2A00E-14SINGLE DOOR UNITGYRO TECH35-4800N/A B.14, 2B00E-14SINGLE DOOR UNITGYRO TECH710N/A B.14, 3A00A-14DOUBLE DOOR UNITGYRO TECH35-720N/A B.14, 3A00C-14DOUBLE DOOR UNITGYRO TECH35-720N/A B.14, 3B01-14DOUBLE DOOR UNITGYRO TECH34-9900-92N/A B.14,31306- 14DOUBLE DOOR UNITGYRO TECH34-9900-92N/A B.1, 4D00B-1DOUBLE DOOR UNITGYRO TECH400N/A B.1, 2D00B-1DOUBLE DOOR UNITNORTONN/AN/A B.1, 2D37-1SINGLE DOORUNITGYRO TECH710N/A B.1, 1C00-1DOUBLE DOOR UNITGYRO TECH400N/A B.1, 1C00C-1DOUBLE DOOR UNITGYRO TECH400N/A B.1, 1D15-1DOUBLE DOOR UNITGYRO TECH710N/A B.2, FRONT ENTRANCESINGLE DOOR UNITSTANLEYN/AN/A B.3, GC00A-3SINGLE DOOR UNITGYRO TECH710N/A B.3, 1BOOD-3SINGLE DOOR UNITGYRO TECH710N/A B.4, 1B00A-4SINGLE DOOR UNITSTANLEYN/AN/A B.4, 1A00-4SINGLE DOOR UNITGYRO TECHN/AN/A B.47, 1A00A-47SINGLE DOOR UNITGYRO TECH710N/A B.14,DoubleGYRO TECHGT 400N/A N.Surgery EntryDOOR UNIT B.14, S.Surgery EntryDouble DOOR UNITGYRO TECHGT 400N/A B.1, 1A15-1Double DOOR UNITGYRO TECH710N/A B.1, 1E05-1SINGLE DOOR UNITGYRO TECH710N/A B.14, BB1113-14SINGLE DOOR UNITGYRO TECH710N/A B.1, 3D00-1Double DOOR UNITGYRO TECHGT 400N/A B.16, 1A01A-16 InsideDouble DOOR UNITIngersoll Rand970446N/A 3.16, 1A01A-16 OutsideDouble DOOR UNITIngersoll Rand970446N/A 8. GOVERNMENT PRIMARY POINTS OF CONTACT (POC's): Submit offers or any questions to the primary POC Ronnie R. Jones 303-603-3254 or email: Ronnie.Jones@va.gov DEADLINES: Submit questions and offers to the primary POC or alternate POC. All questions or requests for information must be in writing and are due by COB on February 24, 2012. It is acceptable to submit proposals by email NLT February 29, 2012 @ 4:00 P.M. MST. OTHER PERTINENT SUBMISSION INFORMATION: The proposal must list the Company name, address, DUNS number, CAGE code, Federal TIN, and point of contact to include phone number and email address. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Also, in order to be eligible for the award the company must be registered in CCR. Please send RFP to: Ronnie.Jones@va.gov PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil): FAR 52.204-7, Central Contractor Registration; FAR 52.212-1, Instruction to Offerors-Commercial Items; FAR 52.212-4, Contract Terms and Conditions--Commercial Items; FAR 52.217-5 Evaluation of Options; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.229-1 State and Local Taxes; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this provision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5 (Dev), the following clauses apply: FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26, Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-36, Affirmative Action for Workers with Disabilities, FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era., and Other Eligible Veterans, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.232-33 Payment By Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-18, Availability of Funds; 52.228-5 Insurance, Work On A Government Installation; FAR 52.252-2, Clauses Incorporated by Reference, FAR 52.252-6, Authorized Deviations in Clauses. Due to determination of Service Contract Act wage determination is incorporated Wage determination no. 2005-2531, Rev no. 11- 6/13/11. 52.217-9 -- Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 calendar days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) 52.219-28 - Post-Award Small Business Program Representation. (June 2007) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall re represent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the exercise date specified in the contract for any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure they reflect current status. The Contractor shall notify the contracting office by e-mail, or otherwise in writing, that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it [ ] is, [ ] is not a small business concern under NAICS Code :339112 assigned to contract number ______________. [Contractor to sign and date and insert authorized signer's name and title]. (End of clause) The following VA Acquisition Regulation (VAAR) clause applies and is incorporated in full text: VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor (End of Clause) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Colorado. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) 852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim - October 2008) (a) 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 (FISMA), 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). This also includes the use of common security configurations available from NIST's Web site at: http://checklists.nist.gov (b) To ensure that appropriate security controls are in place, Contractors must follow the procedures set forth in "VA Information and Information System Security/Privacy Requirements for IT Contracts" located at the following Web site: http://www.iprm.oit.va.gov/docs/Security_and_Privacy_Requirements_for_IT_Contracts_Attachment.pdf (End of Clause) 852.273-76 ELECTRONIC INVOICE SUBMISSION (Interim - October 2008) (a) To improve the timeliness of payments and lower overall administrative costs, VA strongly encourages contractors to submit invoices using its electronic invoicing system. At present, electronic submission is voluntary and any nominal registration fees will be the responsibility of the contractor. VA intends to mandate electronic invoice submission, subject to completion of the federal rulemaking process. At present, VA is using a 3rd party agent to contact contractors regarding this service. During the voluntary period, contractors interested in registering for the electronic system should contact the VA's Financial Services Center at http://www.fsc.va.gov/einvoice.asp. (End of Addendum to 52.212-4) FAR 52.212-1, Instruction to Offerors-Commercial Items-ADDENDUM OFFER PREPARATION INSTRUCTIONS: Provide the following information: 1) RFP number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation, 8) late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror 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: BASIS OF AWARD: 1) The government intends to issue a firm fixed price contract to the responsible Offeror whose proposal conforms to the solicitation and is lowest price technically acceptable. (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 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. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25912R0182/listing.html)
- Document(s)
- Attachment
- File Name: VA259-12-R-0182 VA259-12-R-0182_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297339&FileName=VA259-12-R-0182-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297339&FileName=VA259-12-R-0182-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-12-R-0182 VA259-12-R-0182_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=297339&FileName=VA259-12-R-0182-000.docx)
- Place of Performance
- Address: VA SALT LAKE CITY HEALTH CARE SYSTEM;500 FOOTHILL DRIVE;SALT LAKE CITY, UTAH
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN02676261-W 20120217/120215234901-27dc665675a7351ca4753f5dfd487168 (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 |