Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2013 FBO #4212
DOCUMENT

J -- Maintenance on Electrical System - Attachment

Notice Date
6/4/2013
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24913Q0624
 
Response Due
6/25/2013
 
Archive Date
9/23/2013
 
Point of Contact
Charlene R Neal
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION - This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (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. (ii) This solicitation is issued as a request for quote (RFQ). Submit a written proposal on RFQ reference number VA249-13-Q-0624. The Government requires that all Contractors doing business with this office be registered with System for Award Management (SAM). No award can be made to a company not registered in SAM. For additional information and to register in SAM, please access the following web site: https://www.sam.gov/. Please ensure that the representations and certifications are completed to allow Contracting Officers to be able to determine your business size and any additional socio economic categories, if applicable. In order to register, all firms must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by accessing the Dunn & Bradstreet website at https://iupdate.dnb.com/iUpdate/newUserLogin.htm or by phone at (800) 234-3867. (iii) This is a solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (iv) This solicitation is a small business set-aside; the associated NAICS code is 238210 and the small business size standard is $14 Million dollars. (v) This combined synopsis/solicitation is for the following commercial service: CLIN 0001- This project consists of furnishing all labor, materials, transportation, equipment, and supervision to perform professional survey, testing, inspection and maintenance of the electrical systems and equipment at James H. Quillen VAMC. All drawings included in this package are for reference purposes only and in no way limit the responsibilities of the contractor in performing all work that is required to provide a complete job. Contractor must verify site conditions before commencing any work. Period of Performance: August 1, 2013 to September 1, 2013 vi) Description of requirements is as follows: The Mountain Home Veteran Affairs Medical Center has a requirement for professional survey, testing, inspection and maintenance of the electrical systems and equipment. (vii) Anticipated Period of Performance is August 1, 2013 to September 1, 2013. Performance will take place at Mountain Homes VAMC, James H. Quillen VAMC, Corner of Veterans Way & Lamont Street, Mountain Home, TN 37684 as per the Scope of Work. (viii) FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. Addenda: Offers may be submitted in any format that the offeror desires as long as it contains all the required information contained in section b of this provision. (ix) FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999), applies to this acquisition. (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: 1.Price, 2.Technical, 3.Past performance FACTOR 1- COST/PRICE NOTE: The Government reserves the right to award without discussions; therefore, submit the most favorable terms with your proposal. In accordance with FAR 15.101-2, Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. TECHNICAL ACCEPTABLE/UNACCEPTABLE RATING The purpose of the technical factor is to assess whether the offeror's proposal will satisfy the Government's minimum requirements. Some of the aspects affecting an offeror's ability to meet the solicitation requirements may include technical approach, key personnel and qualifications, facilities, and others. The Government shall evaluate the offeror's proposal against the requirements of the Scope of Work contained in this solicitation to determine whether the proposal is acceptable or unacceptable. A proposal is acceptable in that it clearly meets the minimum requirements of the solicitation, or unacceptable in that the proposal clearly does not meet the minimum requirements of the solicitation. PAST PERFORMANCE EVALUATION CRITERIA: In accordance with FAR 15.305(a)(2)(ii): "The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror's past performance. The source selection authority shall determine the relevance of similar past performance information. In accordance with FAR 15.305 and (a)(2)(iv): "In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offer may not be evaluated favorably or unfavorably on past performance." Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Offerors shall submit the following information, as applicable, with their proposal: (1)Identify other Federal, State, or Government contracts, along with private sector contracts for similar products that your company has had within the past three years. This information shall include the company's name, contract number, contact person and telephone number. NOTE: A minimum of three references must be provided. (2)List all past or pending litigation for your company, your company under previous names, and your parent company. List contract terminations, in the past 24 months, under your current name, previous names, and parent company. Provide information on problems encountered on the identified contracts and your company's corrective actions. (a)As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed $100,000, and shares those evaluations with other Federal Government contract specialists and procurement officials. The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to each report closing. (b)For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor's performance annually. Interim reports will be filed each year until the last year of the contract, when the final report will be completed. The report shall be assigned in CPS to the contractor's designated representative for comment. The contractor representative will have thirty days to submit any comments and re-assign the report to the VA contracting officer. Award. 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. (x) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via the SAM website at https://www.sam.gov/portal/public/SAM/. If an offeror has not completed the annual representations and certifications electronically at the SAM website https://www.sam.gov/portal/public/SAM/ the offeror shall complete only paragraphs (c) through (o) of this provision. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition; as well as the following addenda: N/A, no addenda to subject clause. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Order-Commercial Items (Deviation), applies to this acquisition. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.209-6; 52.217-5; 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 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; Department of Labor Wage Determination 2005-2499 Rev 13 Applies, 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.225-18, Place of Manufacture; FAR 52.232-28, FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1,FAR 52.253-1, Computer Generated Forms (xiv) The following Defense Priorities and Allocations System (DPAS) rating applies: N/A (xv) The date, time, and place for submission of proposals is as follows: June 25, 2013, 4:00P.M (Local/CST). Submit written offers (oral offers will not be accepted) via mail or email. Charlene R. Neal-Contract Specialist, Department of Veterans Affairs, Network Contracting Office 9, 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129; e-mail: charlene.neal2@va.gov ** Email is the preferred method of receipt of proposals. ANY OFFER RECEIVED AFTER THE TIME SET FORTH IN THIS SOLICITATION SHALL BE LATE AND WILL NOT BE CONSIDERED UNLESS DETERMINED TO BE IN THE BEST INTEREST OF THE GOVERNMENT, AS WELL AS MEETING THE CRITERIA SET FORTH IN FAR 52.212-1. ---PLEASE PROVIDE ALL CORRESPONDENCE AND/OR QUESTIONS PERTAINING TO THIS SYNOPSIS/SOLICITATION THROUGH EMAIL. (xvi) For further information regarding this solicitation, offerors can contact the following individual: Charlene R. Neal -Phone: 615-225-6478, e-mail: charlene.neal2@va.gov SCOPE OF WORK PROJECT NO. INSPECTION, TESTING AND MAINTENANCE OF ELECTRICAL DISTRIBUTION JAMES H. QUILLEN VA MEDICAL CENTER MOUNTAIN HOME, TENNESSEE 1.This project consists of furnishing all labor, materials, transportation, equipment, and supervision to perform professional survey, testing, inspection and maintenance of the electrical systems and equipment at James H. Quillen VAMC. All drawings included in this package are for reference purposes only and in no way limit the responsibilities of the contractor in performing all work that is required to provide a complete job. Contractor must verify site conditions before commencing any work. SITE VISIT- Wednesday, June 12, 2013 at 10:00am, Mountain Home VAMC Bldg 37 Basement Assembly area. Period of Performance- 30 days from award Note: Contractor must be able to start work on this project no later than August 1, 2013. Description: Furnish all labor, materials transportation, equipment and supervision to perform professional survey, testing, inspection and maintenance of the electrical systems and equipment at James H. Quillen VAMC. This project will provide for complete engineering appraisal and testing services for all existing 90 ampere electrical circuit breakers and larger, including other electrical equipment such as transformers, switchgear, motor control centers, distribution center, and emergency power system, including nine (9) emergency diesel generators. Appraisal testing shall include a complete inspection, checkout calibration and operation for prevention and corrective maintenance. This project requires full documentation for testing and maintenance in compliance with NFPA 70 (NEC), NFPA 70B, NFPA 70E, NFPA 99, NFPA 110, OSHA 29CFR 1910, All Applicable equipment manuals (contractor must be able to show that they have ready access to these manuals if asked by COR) and VHA directive 2006-056 (Attached dated October 16, 2006) Buildings included in survey are: 8, 20, 37, 69, 77, 115, 116, 160, 161, 162, 200, 201, 204, 205, and 206. Contractor is to provide all pre-shutdown engineering appraisal services for scheduling, testing, etc., for all work involved. All outages shall be scheduled and approved in writing at least two weeks in advance. Schedule all work in existing areas with the Chief Facilities Management, at the station, sufficiently well in advance to enable the FMS Engineering Division to make any necessary arrangements. All electrical power shut downs and interruptions to supplied loads shall be coordinated with the COR and approved by the Chief Engineer. Testing and maintenance work for all major electrical distribution apparatus such as power transformers, switchgear, motor control centers, distribution centers, and breakers shall be accomplished as specified herein. All major station (intra-Building) feeder cables, for buildings identified in this scope of work shall be tested and inspected. Contractor shall use an infra-red scanning camera to detect hot spots in the Electrical Power Distribution System. Objective of this work is to detect any loose, broken, or corroded connections in the system. Problem connections shall be replaced with new connectors, and/or tightened with torque wrench to meet the equipment manufacturers' specifications. Infra-red images shall be included with the final report. Contractor shall perform work and carry out testing procedures in accordance with requirements and standards identified by International Electrical Testing Association (NETA). Contractor must perform all work between the hours of 7:30 p.m. until no later than 5:00 a.m. of the following morning unless approved otherwise by VA COR. Approximate work times will be submitted along with work schedule in writing for approval to Chief Facilities Management. The contractor shall provide sufficient work force to minimize down time. Contractor will coordinate all work performed under this contract with that of other contractors at this facility. Qualifications of Contractors: Contractors shall perform work and carry out testing procedures in accordance with requirements and standards identified by International Electrical Testing Association (NETA) and completed the Occupational Safety & Health Administration (OSHA) approved 10-hour construction safety training. Contractors shall have technical trainings, and track records of working experience in maintenance, inspection, and testing of the Electrical Power Distribution System and its components in healthcare, industrial, educational, and commercial facilities for a minimum of five (5) continuous years. Contractors shall have site specific safety training - ALL contractor personnel working on site must complete a one-time, one hour site specific training class. The class is conducted at Mountain Home VAMC in building 37and offered every Tuesday at 8:30 am. The contractor shall visit the premises to familiarize him or herself with all the details of the work and working conditions. Contractor shall advise the contracting officer of any discrepancy before performing any work. The contractor shall be specifically responsible for the coordination and proper relation of his work to the building, structure, phasing, and insure the safety of employees and workmen. Terminology a.Work Area - An area in which construction work is conducted to complete a contract. b.When "furnish", "Provide"", "install", or similar term is used in the contract, is shall mean a complete installation, ready for use The work will include but is not limited to: 1)Low Voltage Circuit breakers and MCCB's -Visual and mechanical inspection -Check insulation, case, and arc chutes for cracks -Lubricate, Clean breaker as necessary and where possible -Perform insulation resistance on breaker to ensure proper operation. -Perform contact resistance -Perform trip time tests on breaker time current devices -Exercise and operate the breaker to ensure proper operation -Clean and inspect breaker cell, interlocks and racking mechanism 2)Medium voltage breakers -visual and mechanical inspection -Inspect main contacts and arcing contacts, where applicable -Measure contact resistance -Check contacts and eliminate alignment -Inspect and clean insulation services -Tighten and clean connections -Perform insulation resistance on breakers and switchgear bus -Operate the breaker electrically and mechanically -Check racking device, puffers, mechanical interlocks etc. Clean and lubricate as required. -Clean inspect and lubricate operating mechanism -Check electrical, mechanical condition and lubrication -Inspect and clean arc chutes -Inspect and clean electrical surfaces, barriers, bottles, batteries, etc. -Inspect and vacuum the breaker cell 3) Load interrupters, switches, etc. - visual and mechanical inspection, check for proper anchorage - inspect and clean the switch internal components where applicable -Inspect fuse holders, fuse clamps, main contacts and arcing contacts -Check contacts and element alignment -Inspect and clean insulation services -Check contact resistance where applicable -Perform insulation resistance -Operate the switch mechanically -Verify proper phase barrier materials -Check electrical, mechanical condition and lubrication -Check tightness of bolted connections, cables etc. 4) Protect relay and instrumentation -inspect relays for mechanical or moisture damage -Clean and tighten all connections and covers -Check alignment, connections, and tap plugs -Perform pickup on each operating element -Perform timing-current characteristic tests -Calibrate and test relays -Perform functional tests on all relays -Check instrumentation -Check wiring and fuses. -Verify operation of Ground fault protection devices where applicable. 5)Substation battery cells -clean and inspect terminals and connections for tightness, corrosion etc -Check electrolyte, level and top off as necessary, check cell specific gravity and voltage. -Perform cell voltage checks -Verify battery charger operation, etc. -Visual and mechanical inspection, check for damage 6) Transfer switches (ATS's) - visual and mechanical inspection of components and wiring -Check insulation for cracks and other defects -Lubricate, clean the ATS and dress contacts where applicable -Perform infra-red survey -Perform contact resistance and or load and voltage drop as necessary -Perform operational engine starting, transfer time, cool down, etc. -Exercise and operate the ATS to ensure proper operation -Clean and inspect ATS cubicle 7) Panel boards and switchgear -visual and mechanical inspection, check for proper anchorage -Inspect and clean the internal BUS and components, where applicable -Inspect fuse holders, control wiring, cells, etc. -Check MCCB cases, insulation barriers, insulators, etc -Exercise and operate the breaker to ensure proper operation -Check electrical, mechanical condition and lubrication -Check tightness of bolted connections, cables, etc -Check all devices for missing or broken parts, corrosion or excessive wear -Perform insulation resistance test on bus system, where applicable 8) Transformers -Visual and mechanical inspection, check for proper anchorage -Inspect and clean the inside, internal bushings, termination and components -Inspect fuse holders, gages, valves and bushings for leaks -Check load and phase voltages -Check tightness of bolted connections, cables, etc. -Check all devices for missing or broken parts and corrosion -Check ground core ground connections -Perform electrical tests, IR, TTR etc. where applicable -Check for even loading and phase voltage -Draw an oil sample and perform ASTM/ANSI, dielectric, water, PCB oil analysis. Oil analysis will include dielectric breakdown, water content, acidity, color, power factor, interfacial tension, and visual examination. The gas analysis of the oil will entail a dissolved gas analysis including measurement of hydrogen, methane, ethane, ethylene, acetylene, carbon monoxide, carbon dioxide, nitrogen, and oxygen along with a furfuradehyde analysis. -Check pressure relief device where applicable 9) Misc., Generators -Visual and mechanical inspection, check for proper anchorage -Perform operational engine starting, transfer time in loaded condition, cool down etc. -Check reliability, fuel type and capacity -Perform Infra-red inspection of switchgear, switchboards, breakers, switches, transformers, etc 10) General -prior to closing up a piece of equipment, the technician will verify all tools and materials have been removed, all conductors/fuses/fuse clamps/ components/ etc, are properly installed and tight and all are returned to their previous (ready to Run) state. -Contractor will report deficiencies that are deemed or may quickly become critical or catastrophic immediately to the contracting officer, COR, and the chief of engineering services for timely action. -energized work permits will be required to work in/open any piece of energized gear. Contractor shall identify any situation where an energized circuit permit is required and request, two weeks in advance, an energized circuit permit from projects section supervisor. 11) Deliverables -the contractor, at the completion of all testing and, having received the results of all outside testing agencies, will compile all data and forward four (4) hard copies, and one (1) CD copy of the results. - deliverables are due within fifteen business days of last report date of any outside testing facility or, if no outside testing agencies are used, within fifteen business days of the contractor completing the on-site work. See attached document: Wage determination 05-2499 Revision 13. ATTACHMENT 1: PAST PERFORMANCE SURVEY SUBJECT: Past Performance Survey for Maintenance on Electrical System for VAMC Mountain Home. FOR PROVIDERS OF PAST PERFORMANCE INFORMATION NCO 9 Contracting, Murfreesboro, Tennessee, has issued a solicitation to provide Laundry transport services for VAMC Mountain Home. Past performance information will be used to evaluate quotes received. Section A of the enclosed survey lists the contractor who has identified your office as a source to evaluate their past performance. Section A also authorizes release of this information to NCO 9 Network Contracting Activity, Murfreesboro, Tennessee. An individual knowledgeable of the contractor's quality of supplies and services rendered should complete the survey, providing comments wherever applicable. However, supplemental information from others in your organization is encouraged. If evaluating more than one contract for the same contractor, use a separate survey for each contract being evaluated. Because this information is critical to the evaluation process, your time and effort in providing it is greatly appreciated. The survey should be completed and returned as soon as possible but not later than June 25, 2013. Send electronically to Charlene.neal2@va.gov, fax the survey to 615-849-3789, or mail to the following address: 1639 Medical Center Parkway, Ste 400, ATTN: Charlene Neal, Murfreesboro, TN 37129 Do not provide a copy of the completed survey to the contractor. Thank you in advance for your cooperation and expeditious response to this request. PAST PERFORMANCE SURVEY (Solicitation VA-249-13-Q-0624) SECTION A: Contractor Information (to be completed by the contractor for who past performance information is being collected, prior to forwarding to respondent) 1. Prospective Government Contractor's ________________________________________ Name and Address: _______________________________________ _______________________________________ _______________________________________ 2. Contractor Point of Contact: ________________________________________________ 3. Phone number (with area code):______________________________________________ 4. Contract number: _______________________________ 5. Description of Services provided under contract: ___________________________________________________________________________ 6. Contract award date: ___________ Contract award amount: _________________ 7. Period of Performance or Delivery Date: ________________________________________ 8. Authorization is hereby granted to provide the information requested in this survey to NCO 9 Network Contracting Activity, Murfreesboro, Tennessee ____________________________________________ (Signature) _____________________________________________ __________________________ (Name and Title of Authorizing Official) (Date) SECTION B: Respondent Information (to be completed by respondent) ____________________________________________ __________________________ (Signature) (Date) ______________________________ __________________________ (Typed or Printed Name) (Organization Name) ______________________________ (Title) ______________________________ __________________________________ (Phone Number) (Organization Address) Respondent should complete survey and submit No later than: June 25, 2013 RATING SCALE The following Rating Scale provides the definitions for the Past Performance ratings to be assessed: E EXCEPTIONAL Based on the Offeror's performance record, essentially no doubt exists that the Offeror will successfully perform the required effort. Past performance has met contractual requirements and has exceeded some to the respondent's benefit. Contractual performance was accomplished with few minor problems for which corrective action(s) taken by the contractor were highly effective. V VERY GOODBased on the Offeror's performance record, little doubt exists that the Offeror will successfully perform the required effort. Past performance has met contractual requirements and has exceeded some to the respondent's benefit. Contractual performance was accomplished with some minor problem(s) for which corrective action(s) taken by the contractor were effective. S SATISFACTORYBased on the Offeror's performance record, some doubt exists that the Offeror will successfully perform the required effort. Past performance has met contractual requirements. Contractual performance contains some minor problem(s) for which corrective action(s) taken by the contractor appear or where satisfactory. M MARGINALBased on Offeror's performance record, substantial doubt exists that the Offeror will successfully perform the required effort. Past performance has not met some contractual requirements. Contractual performance reflects a serious problem for which either the contractor has not yet identified correction action(s), or the proposed corrective action(s) appear only marginally effective or were not fully implemented. U UNSATIFACTORYBased on Offeror's performance record, extreme doubt exists that the Offeror will successfully perform the required effort. Past performance has not met most contractual requirements, and recovery did not occur or was not in a timely manner. Contractual performance contains serious problem(s) for which the contractor's corrective action(s) appear or were ineffective. N NEUTRAL No performance record identifiable; unknown performance This is neither a negative nor positive assessment. The questions on the survey (see below) shall be rated in accordance with the definitions provided in the Rating Scale. Any unsatisfactory or marginal rating shall be supplemented with an explanation in the space provided. QUALITY OF SERVICE 1. Rate the contractor's compliance with contractualrequirements.E V S M U N 2. Overall rating of contractor quality of service.E V S M U N COMMENTS: SCHEDULE 1. Delivery of service was within required time period specified by contract requirements. E V S M U N 2. Rate the contractor's ability to submit invoices. Are they complete and accurate and timely?E V S M U N COMMENTS: BUSINESS RELATIONS 1. Overall rating of contractor's business practices (e.g. maintaining A positive working relationship, business ethics, timely and effectively resolution of any problems, etc.)E V S M U N 2. Rate the working relationship between contractor's management, and your company (i.e. contractor's history of reasonable and cooperative behavior, commitment of customer satisfaction; concern for the interest of the customer).E V S M U N 3. Rate the contractor's ability to submit required reports and/or invoices in a timely manner.E V S M U N 4. Rate the contractors responsiveness to customer complaint resolution.E V S M U N 5. Overall rating of contractor's business relations.E V S M U N COMMENTS: How would you feel about awarding another contract to this contractor? ______ Would not hesitate to award another contract to this contractor. ______ Would most likely award another contract to this contractor. ______ Would think twice about awarding another contract to this contractor, but would do so if no better alternative existed. ______ Do not wish to award another contract to this contractor. ______ Would not award another contract to this contractor. COMMENTS: ADDITIONAL REMARKS:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24913Q0624/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-13-Q-0624 VA249-13-Q-0624.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=789564&FileName=VA249-13-Q-0624-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=789564&FileName=VA249-13-Q-0624-000.docx

 
File Name: VA249-13-Q-0624 P07 Wage determination 05-2499 Revision 13.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=789565&FileName=VA249-13-Q-0624-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=789565&FileName=VA249-13-Q-0624-001.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03079452-W 20130606/130605000404-d06087d44e3045d19cfa661155b74356 (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.