DOCUMENT
H -- Boiler Plant Annual/Semiannual Maintenance - Attachment
- Notice Date
- 5/23/2014
- Notice Type
- Attachment
- NAICS
- 541350
— Building Inspection Services
- Contracting Office
- Contracting Office (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;325 Folly Road;Charleston SC 29412
- ZIP Code
- 29412
- Solicitation Number
- VA24714Q0808
- Response Due
- 6/6/2014
- Archive Date
- 6/11/2014
- Point of Contact
- Janica Francis-Hunter
- E-Mail Address
-
ment
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: VA-247-14-Q-0808 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA-247-14-Q-0808 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 541620, and the size standard is $14.0 million. (v) This requirement consists of the following: BASE YEAR REQUIREMENTS: Contractor shall provide inspection, testing and calibration services for boiler plant safety devices in accordance with requirements contained herein for the following list of equipment during the period of performance-Fiscal Year 2014: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 1.Service To Provide All Labor, Material, and Travel to Perform Annual and Semi-Annual Safety Checks, Internal and External Inspections on Three (3) Fire Tube Boilers per VA Boiler Safety Manual, at the Ralph H Johnson VA Medical Center, Charleston, SC. Three (3) Mobilizations will be required. Clever Brooks Fire Tube Boiler Model # 125 HP Serial # T3287-1-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model # 250 HP Serial # T3287-2-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model #250 HP Serial # T3287-2-2 Location: Boiler Plant1JB$______$______ Cleaver Brooks Deaerator Feed Water Tank Serial # Tank to be replaced Location: Boiler Plant1JB$______$______ TOTAL COST $ OPTION YEAR 1 REQUIREMENTS: Contractor shall provide inspection, testing and calibration services for boiler plant safety devices in accordance with requirements contained herein for the following list of equipment during the period of performance- Fiscal Year 2015: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 2.Service To Provide All Labor, Material, and Travel to Perform Annual and Semi-Annual Safety Checks, Internal and External Inspections on Three (3) Fire Tube Boilers per VA Boiler Safety Manual, at the Ralph H Johnson VA Medical Center, Charleston, SC. Three (3) Mobilizations will be required. Clever Brooks Fire Tube Boiler Model # 125 HP Serial # T3287-1-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model # 250 HP Serial # T3287-2-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model #250 HP Serial # T3287-2-2 Location: Boiler Plant1JB$______$______ Cleaver Brooks Deaerator Feed Water Tank Serial # Tank to be replaced Location: Boiler Plant1JB$______$______ TOTAL COST $ OPTION YEAR 2 REQUIREMENTS: Contractor shall provide inspection, testing and calibration services for boiler plant safety devices in accordance with requirements contained herein for the following list of equipment during the period of performance-Fiscal Year 2016: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 3.Service To Provide All Labor, Material, and Travel to Perform Annual and Semi-Annual Safety Checks, Internal and External Inspections on Three (3) Fire Tube Boilers per VA Boiler Safety Manual, at the Ralph H Johnson VA Medical Center, Charleston, SC. Three (3) Mobilizations will be required. Clever Brooks Fire Tube Boiler Model # 125 HP Serial # T3287-1-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model # 250 HP Serial # T3287-2-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model #250 HP Serial # T3287-2-2 Location: Boiler Plant1JB$______$______ Cleaver Brooks Deaerator Feed Water Tank Serial # Tank to be replaced Location: Boiler Plant1JB$______$______ TOTAL COST $ OPTION YEAR 3 REQUIREMENTS: Contractor shall provide inspection, testing and calibration services for boiler plant safety devices in accordance with requirements contained herein for the following list of equipment during the period of performance-Fiscal Year 2017): ItemDescriptionQtyUnit of Unit Total Measures PricePrice 4.Service To Provide All Labor, Material, and Travel to Perform Annual and Semi-Annual Safety Checks, Internal and External Inspections on Three (3) Fire Tube Boilers per VA Boiler Safety Manual, at the Ralph H Johnson VA Medical Center, Charleston, SC. Three (3) Mobilizations will be required. Clever Brooks Fire Tube Boiler Model # 125 HP Serial # T3287-1-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model # 250 HP Serial # T3287-2-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model #250 HP Serial # T3287-2-2 Location: Boiler Plant1JB$______$______ Cleaver Brooks Deaerator Feed Water Tank Serial # Tank to be replaced Location: Boiler Plant1JB$______$______ TOTAL COST $ OPTION YEAR 4 REQUIREMENTS: Contractor shall provide inspection, testing and calibration services for boiler plant safety devices in accordance with requirements contained herein for the following list of equipment during the period of performance-Fiscal Year 2018: ItemDescriptionQtyUnit of Unit Total Measures PricePrice 5.Service To Provide All Labor, Material, and Travel to Perform Annual and Semi-Annual Safety Checks, Internal and External Inspections on Three (3) Fire Tube Boilers per VA Boiler Safety Manual, at the Ralph H Johnson VA Medical Center, Charleston, SC. Three (3) Mobilizations will be required. Clever Brooks Fire Tube Boiler Model # 125 HP Serial # T3287-1-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model # 250 HP Serial # T3287-2-1 Location: Boiler Plant 1JB$______$______ Clever Brooks Fire Tube Boiler Model #250 HP Serial # T3287-2-2 Location: Boiler Plant1JB$______$______ Cleaver Brooks Deaerator Feed Water Tank Serial # Tank to be replaced Location: Boiler Plant1JB$______$______ TOTAL COST $ GRAND SUM TOTAL FOR ALL PERIODS $_________________ vi) The following is a detailed description of the requirements for this solicitation: STATEMENT OF WORK Inspection, Testing and Calibration Boiler Plant Burners, Controls, Instruments and Data Management 1. Technician Qualifications: A.Technicians shall have completed at least a one-year trade school and have five years successful experience in this field. The experience shall be largely with institutional and industrial boiler plants similar in design to the VAMC plant. The VAMC facility manager/engineer may define and accept equivalent qualifications. B.Technicians shall demonstrate familiarity with and ready access to the current versions of the following references: NFPA 85, Boiler and Combustion Systems Hazards Code. VHA Boiler Plant Safety Device Testing Manual, 3nd Edition. C.Technicians shall be equipped with portable electronic flue gas analyzers and other test instruments necessary for the required tests and calibrations, all calibrated within one month of the site visits. At facilities with programmable digital controls, the technicians must be capable of programming the controls and have the appropriate hardware and software for this. 2. Inspection, Testing and Calibration Requirements: A.Technicians shall perform inspection, tuning, testing, calibrating, and adjustments of burners and boiler and boiler plant controls as specified below. This shall be done every six months in accordance with a schedule provided by VAMC. VAMC may extend the schedule for burners in limited service. B.Instrumentation, monitoring and data management systems as listed below shall be calibrated every six months. C.Provide at least two weeks' notice to the Contracting Officer's Technical Representative (COTR) prior to performing the work. Work cannot be scheduled during heavy steam load periods. Only one boiler at a time can be out of service for the inspection, testing and calibration procedures. Work must be conducted when the COTR or his/her designate is available on site to monitor the work. The COTR is: Utility Systems Supervisor D.VAMC will have the boilers that are to be serviced prepared for the technicians upon their scheduled arrival. This includes having the boilers clean of soot and loose scale; fully warmed and at normal steam pressure; steam exhaust silencer system operable; all boiler, burner and fuel train pressure gages and thermometers calibrated; fuel meters in accurate operation (pressure/temperature correction factors provided, if applicable); boiler steam flow, stack temperature and flue gas oxygen instruments operating. E.VAMC will comply with any other requirements of the test personnel that are considered reasonable by VAMC and have been presented in writing at least two weeks prior to the scheduled testing. F.The inspections, testing and calibrations shall comply with: 1)The recommendations and requirements of VHA Boiler Plant Safety Devices Testing Manual, 3nd Edition. 2)The written recommendations of the equipment manufacturers. 3)The requirements and recommendations of NFPA 85 Boiler and Combustion Systems Hazards Code including applicable appendices. 4)Burner performance requirements in this document. G.A summary of the work is as follows: 1)Review boiler plant log sheets and alarm and trouble reports. 2)Review records that show combustion performance (flue gas oxygen and carbon monoxide). 3)Perform overall visual inspection of systems. Verify that systems comply with referenced codes and VAMC requirements stated in this contract. 4)Test and record the operation and set points of all burner/boiler safety interlock devices. Refer to list below. Verify that the set points and operating points are within approximately 20% of normal operating parameters. Make adjustments as necessary and record the new settings. The operation of a device must result in burner shutdown and/or proper alarm operation. 5)Operate burner(s) on each fuel from low fire to high fire and back to low fire in at least six increments and record combustion performance (flue gas oxygen, carbon monoxide, NOX where applicable), fuel train pressures, atomizing train pressures, burner pressures, stack temperatures, boiler steam output. 6)Compare the combustion performance data with VAMC requirements (see below) and previous readings. If necessary, make adjustments to the fuel flow and combustion air controllers, control valves and dampers to obtain the required performance. Record the new performance data. 7)Verify accuracy of instrumentation listed below. Verify that all devices are properly selected for the application in terms of type, size, set point range, performance, code approval. Calibrate all instruments that are not within manufacturer's specifications for accuracy. 8)Immediately inform COTR of any recommended repairs or modifications. H.List of interlocks and safety devices to be inspected and tested on each boiler/burner: 1)Low water cutoff and shunt switch. 2)Auxiliary low water cutoff and shunt switch. 3)High water alarm. 4)Low water alarm. 5)High operating steam pressure switch - recycle. 6)High operating steam pressure switch - non-recycle. 7)High and low main fuel pressure switches (gas/oil). 8)Low pilot gas (igniter) pressure switch. 9)High and low fuel temperature switches (heated oil). 10)Low fuel oil atomizing media (steam/compr.air) pressure switches. 11)Low differential pressure switch, atomizing media/fuel oil (if provided by burner manufacturer). 12)Low flue gas oxygen. 13)Oil burner position switch (if provided by burner manufacturer). 14)Fuel safety shut off valves proof of closure (overtravel/valve seal switch). 15)Leak test fuel safety shut off valves (main and pilot burners) (seat leakage). 16)Leak test gas fuel vent valves. 17)Forced draft motor interlock. 18)Forced draft damper wide-open interlock for purge. 19)Outlet damper open interlock for purge (if outlet damper provided). 20)Purge airflow interlock. 21)Purge timing. 22)Ignition timing. 23)Low fire position interlock. 24)Combustion airflow interlock. 25)Main flame out - time to close fuel valves. 26)Ignition flame out - burner shutdown. 27)Scanner not sensing ignition spark (ultraviolet scanner). 28)Scanner not sensing hot refractory (infrared scanner). 29)Control air pressure interlock. 30)Low flue gas oxygen interlock. 31)Flue gas recirculation damper set for prepurge. 32)Check PRV safety valves 33)Oil pump set liquid relief valves 34)Minimum igniter flame test 35)Low oxygen alarm/cutout 36)DA safety valve 37)DA over flow 38)Check furnace pressure 39)Check combustion gas leaks into boiler room 40)Boiler fouling and combustion gas flow check 41)Adjust burning of fuel 42)Calibrate gauges, sensors and controls 43)Check vibration of boiler 44)Calibrate oxygen trim 45)Check economizer Liquid relief valve I.Required burner performance (natural gas and fuel oil): 1)Turndown (ratio of maximum and minimum firing rates): 10/1 8/1 5/1 4/1 (Refer to original burner specification). 2)Achieve, but do not exceed, boiler maximum steam flow output rating. Measure fuel input at minimum and maximum firing rates. 3)Maximum carbon monoxide: 200 parts per million (ppm) 4)Maximum NOX: _____ (Refer to original burner specification). 5)Flue gas oxygen: 2.5 - 4.2% (Up to 5.2% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single-point positioning systems). 6)Flue gas oxygen (low excess air burners): 1.0 - 2.0% (Up to 2.5% at loads below 40% of maximum steam output; no upper limit at minimum firing rate; oxygen can be one percentage point higher on oil firing on single point positioning systems). 7)No visible smoke, except on heavy oil fuel maximum opacity is 20%. Comply with local emissions regulations. 8)Editors Note: Copies of the applicable emissions regulations must be available in the boiler plant office. 9)Flames shall be stable with no pulsations, shall be retained near burner, no blowoff or flashbacks, no constant flame impingement on refractory or waterwalls. J.List of instrumentation and controls to be inspected and calibrated: 1)Steam flow transmitters (all). 2)Steam flow recorders/computer readout. 3)Flue gas oxygen sampling, analyzing and recorder/computer readout. 4)Boiler and economizer stack temperature transmitters and recorder/computer readout. 5)Master steam pressure and combustion controllers. 6)Boiler outlet draft controllers. 7)Boiler water level controllers. 8)Feedwater deaerator and condensate storage tank water level controllers including overflow. 9)All pressure and temperature sensors and transmitters. 10)All signal processing and readout devices. 3. Report Requirements: A.Provide complete written report of the inspection fully describing all tests performed, all findings, and recommendations. B.Furnish report within one week of each facility inspection in "Microsoft Word" format by email to the COTR and to the VA Headquarters office designated. Provide hard copies of data sheets and flue gas analyzer "strip" printouts to the COTR within one week of visit. C.All safety-related deficiencies shall be immediately reported to the COTR during the inspection visit. VHA 183A 3/2/06 SPECIAL CONTRACT REQUIREMENTS 1. INSPECTING, TESTING AND CALIBRATION: Provide this VAMC with scheduled inspection, testing and calibration services of boiler plant safety devices as specified herein for all equipment listed in Section B. These services will be performed at the intervals indicated in section F. 2. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled inspection, testing and calibration will be performed only during VAMC's normal working hours (8:00 a.m. to 4:30 p.m. Monday through Friday excluding federal holidays). Contractor shall schedule all services at least 2 weeks in advance and be approved by COTR. Contractor shall also provide statement describing their policy for charging of additional fees due to rescheduling when equipment is not available at the time of the approved scheduled service call. 3. FEDERAL HOLIDAYS: Federal holidays are any calendar days designated by statute or executive order as federal holidays. Federal holidays consist of New Year's Day, Martin Luther King Jr.'s Birthday, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas. 4. REPAIR SERVICES: NA 5. DOCUMENTATION: Refer to Statement of Work for documentation requirements. 6. SUBSTITUTE EQUIPMENT: NA 7. PARTS: NA 8. SOFTWARE UPDATES: NA 9. CALIBRATION OF VENDOR'S EQUIPMENT: Contractor must provide this VAMC with certification attesting that all gauging and measurement equipment used to check and calibrate the subject items of equipment has been calibrated either according to the manufacturer's specifications or within the last twelve months against a standard that is traceable to the National Bureau of Standards. Such certification shall be provided annually. 10. QUALIFICATION OF CONTRACTORS: Refer to Statement of Work for qualification requirements. Such documentation shall be provided at the beginning of each contract year. 11. RESPONSE TIME AND GUARANTEED UP TIME: NA 12. ANNUAL CERTIFICATION: NA 13. PROTECTION FROM DAMAGE: Contractor shall provide all labor, materials, and equipment necessary for protection of VAMC personnel, furnishings, equipment and buildings from damage, and shall replace or repair any damage due to work performed under this contract equal to its original construction and finish. 14. RESPONSE REQUESTS: NA 15. CHECK IN/OUT PROCEDURES: Prior to commencement of, and immediately after each service visit, the Contractor or his authorized repair technician must check in and out with the VAMC Boiler Plant staff. Due to heightened security requirements, the Contractor or his authorized service representative will be required to wear an ID Badge which will be signed for upon arrival and turned in when leaving. This badge must be turned in before leaving the premises; otherwise the person signing for it will be required to pay for the unreturned ID Badge. 16. LIABILITY INSURANCE: Contractor must provide this VAMC with written confirmation that Contractor has adequate insurance protection against negligent work and other forms of liability. The nature and level of protection must be acceptable to this VAMC. INSPECTION AND ACCEPTANCE FEDERAL ACQUISITION REGULATIONS (48 CFR CHAPTER I) CLAUSES 52.246-4 INSPECTION OF SERVICES - FIXED-PRICE (FEB 1992) a. Definitions. "Services," as used in this clause, includes services performed, workmanship, and material furnished or utilized in the performance of services. b. The Contractor shall provide and maintain an inspection system acceptable to the Government, covering the services under this contract Complete records of all inspection work performed by the Contractor shall be maintained and made available to the government during contract performance and for as long afterwards as the contract requires. c. The Government has the right to inspect and test all services called for by the contract, to the extent practicable at all times and places during the term of the contract. The Government shall perform inspections and tests in a manner that will not unduly delay the work. d. If the Government performs inspections or tests on the premises of the Contractor or a subcontractor, the Contractor shall furnish, and shall require subcontractors to furnish, without additional charge, all reasonable facilities and assistance for the safe and convenient performance of these duties. e. If any of the services do not conform with contract requirements, the government may require the Contractor to perform the services again in conformity with contract requirements, at no increase in contract amount. When the defects in services cannot be corrected by reperformance, the Government may (1) require the Contractor to take necessary action to ensure that future performance conforms to contract requirements and (2) reduce the contract price to reflect the reduced value of the services performed. (f) If the Contractor fails to promptly perform the services again or to take the necessary action to ensure future performance in conformity with contract requirements, the Government may (1) by contract or otherwise, perform the services and charge to the Contractor any cost incurred by the Government that is directly related to the performance of such service or (2) terminate the contract for default. DELIVERIES OR PERFORMANCE 1. Inspection, testing and calibration services are to be performed semi-annually during the following months: a. February b.August 2. FEDERAL ACQUISITION REGULATIONS (48 CFR CHAPTER I) CLAUSES. 52.212-15 GOVERNMENT DELAY OF WORK (APR 1984) a. If the performance of all or any part of the work of this contract is delayed or interrupted (1) by an act of the Contracting Officer in the administration of this contract, or (2) by a failure of the Contracting Officer to act within the time specified in this contract, or within a reasonable time if not specified, an adjustment (excluding profit) shall be made for any increase in the cost of performance of this contract caused by the delay or interruption and the contract shall be modified in writing accordingly. Adjustment shall also be made in the delivery or performance dates and any other contractual term or condition affected by the delay or interrupted by any other cause, including the fault or negligence of the Contractor, or for which an adjustment is provided or excluded under any other term or condition of this contract. b. A claim under this clause shall not be allowed (1) for any costs incurred more than 20 days before the Contractor shall have notified the Contracting Officer in writing of the act or failure to act involved, and (2) unless the claim, in an amount stated, is asserted in writing as soon as practicable after the termination or the delay or interruption, but not later than the day of final payment under the contract. CONTRACT ADMINISTRATION DATA BILLING: The Contractor shall be paid in accordance with the Prompt Payment Clause (FAR 52.232-25), upon submission of the properly prepared and certified invoiced, based upon the prices stipulated in Section B. The Contractor shall submit invoices within thirty (30) calendar days after the date in which service was performed. PROPER INVOICE: Invoices submitted for payment of goods or services provided under this contract must contain, as a minimum, the following information: a. name and address of the business concern; b. invoice date; c. contract number or other authorization for delivery of supplies or services; d. description, price, and quantity of supplies or services actually delivered or executed; e. shipping and payment terms accompanied by original signed trip ticket; f. name (where applicable) title, telephone number, and complete mailing address of responsible official to whom payment is to be sent; and g. other substantiating documentation or information as required by the contract. Contractor will submit invoices for services as they are provided. Invoices must break down the invoice total in the following categories: Parts, materials, labor and travel. --END OF SOW- (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance specified in this solicitation. 2.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than May 30, 2014, at 2:00PM eastern standard time (EST) to Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE: June 6, 2014 at 2:00PM eastern standard time (EST). Only electronic offers will be accepted; submit quotation to - Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q0808/listing.html)
- Document(s)
- Attachment
- File Name: VA247-14-Q-0808 VA247-14-Q-0808.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1382181&FileName=VA247-14-Q-0808-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1382181&FileName=VA247-14-Q-0808-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-14-Q-0808 VA247-14-Q-0808.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1382181&FileName=VA247-14-Q-0808-000.docx)
- Place of Performance
- Address: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, SC
- Zip Code: 29403
- Zip Code: 29403
- Record
- SN03375944-W 20140525/140523234939-a3c99438c4e1345d04c582f5f2a8852e (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 |