Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2016 FBO #5411
DOCUMENT

N -- UPS BATTERY BACK UP SYSTEM | WILMINGTON | 460 - Attachment

Notice Date
9/14/2016
 
Notice Type
Attachment
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
 
ZIP Code
20006
 
Solicitation Number
VA101V16Q0409
 
Response Due
9/20/2016
 
Archive Date
11/19/2016
 
Point of Contact
KIMBERLY TOMASI
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION - UNINTERRUPTIBLE POWER SUPPLY (UPS) BATTERY REPLACEMENT i.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. ii.The solicitation number is VA101V-16-Q-0409. iii.The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-89. iv.This solicitation is set-aside exclusively for Service-Disabled Veteran-Owned Small Business concerns. To be considered for award prospective offerors must be a verified SDVOB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. An Offeror who is not a verified SDVOSB concern at the date and time set for receipt of offers will have their offer rejected as non-responsive, and will not be considered for award. The applicable NAICS Code for this solicitation is 238210 and the Small Business Size limitation is $15 Million. v.The contractor shall provide all labor, parts, personnel, equipment, supplies, materials, travel, supervision and other related supplies and services to remove, recycle, purchase and install UPS battery back?up system as well as provide service and maintenance for base year with possible four (4) option years, for the Department of Veterans Affairs, Wilmington VA Regional Office, 1601 Kirkwood Highway, Wilmington, DE 19805. vi.Description of Requirement ITEM NUMBERDESCRIPTIONQTYU/IU/PAMOUNT 0001BASE YEAR: Purchase and install one (1) (Brand Name or Equivalent) PAC Symmetra PX 40kw/40kva N+1 Redundant UPS with a 30 minute runtime at Full load. Contract Period: Base Year POP Begin: 09-30-2016 POP End: 09-29-20171JB 0002BASE YEAR: Service and Maintenance for CLIN 0001 Contract Period: Base Year POP Begin: 09-30-2016 POP End: 09-29-201712MO 1002OPTION YEAR 1: Service and Maintenance for CLIN 0001 Contract Period: Option Year 1 POP Begin: 09-30-2017 POP End: 09-29-201812MO 2002OPTION YEAR 2: Service and Maintenance for CLIN 0001 Contract Period: Option Year 2 POP Begin: 09-30-2018 POP End: 09-29-201912MO 3002OPTION YEAR 3: Service and Maintenance for CLIN 0001 Contract Period: Option Year 3 POP Begin: 09-30-2019 POP End: 09-29-202012MO 4002OPTION YEAR 4: Service and Maintenance for CLIN 0001 Contract Period: Option Year 4 POP Begin: 09-30-2020 POP End: 09-29-202112MO GRAND TOTAL General Information A.GENERAL INFORMATION 1.Title of Project: Uninterruptible Power Supply (UPS) Battery Replacement 2.Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. The purpose of this acquisition is to provide one "turn-key" solution, one for the Wilmington, DE VBA Regional Office {RO) located on the campus of the VA Medical Center, Wilmington, DE, which shall include the necessary hardware, software, equipment, installation, training services, and future updates. 3.Background: The existing UPS system is outdated and parts are no longer available to maintain the UPS in working order. The existing unit is a Merlin Gerin EPS 2000 UPS, EE51280. Due to the age of the unit, parts are no longer available. Our goal is to purchase and install a new Battery Backup System that will allow the Wilmington Regional Office to stay operational. The contractor is to purchase and install one (1) PAC Symmetra PX 40kw/40kva N+1 Redundant UPS with a 30 minute runtime at full load. 4.Performance Period: The period of performance not to exceed twelve months (12) from date of award with a base contract to include 4 option years. Work at the government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 5.Type of Contract: Firm-Fixed-Price. 6.Place of Performance: The contractor's location for this project is the Department of Veterans Affairs, VBA Regional Office, 1601 Kirkwood Highway; Wilmington, DE. The VBA office occupies a single story building {Building #13) on the main campus of the Wilmington VA Medical Center. B.GENERAL REQUIREMENT 1.The contractor shall furnish all labor and materials to provide the replacement and removal and recycling of the existing UPS system. The Contractor will work with the VBA RO Assistant Chief, Support Services Division {located in Philadelphia, PA) and the VA Medical Center M&R Supervisor located on the Wilmington Site. oContractor will provide and install (1) UPS with 30 minute runtime at full load. oContractor will remove and dispose of existing UPS. oContractor will install new circuit breaker and wiring as required by the UPS. oContractor will start and test new UPS. oContractor will provide training of new equipment to VBA and VHA personnel as designated by the Asst. Chief, Support Services Division and the M&R Supervisor. oContractor will perform all work on a Saturday with approximately 8 hours down time. 2.All general requirements apply to both the Network Support Center, and the Wilmington DE Regional Office 3.All of the installations of the battery monitoring sensors for each battery or battery cabinet must be coordinated with the NSC technical point of contact that will be identified at the time of award. The NSC technical point of contact is: Larry Lehr, Supervisory IT Specialist. Mr. Lehr can be reached at 215-381-3772. His email address is, larry.lehr@va.gov. 4.Installation sites are operational data centers requiring that operational equipment remain operating while battery monitoring systems are installed. IT equipment in the IT equipment racks must remain on while the battery monitoring appliances are installed. All workers entering the data center must follow security rules for inside the data center or supporting spaces such as UPS or Transformer rooms 5.No cameras shall be brought into the installation sites, nor shall pictures shall be taken; 6.All workers must sign in and out of data center each time they leave and enter; 7.Workers will be escorted to work area inside the data center by NSC personnel, and shall not leave specified work area inside of the data center; 8.Workers are not authorized to go into restricted areas; 9.No food, drink, gum, or other consumable items shall be brought into the data center; 10.No trash may be left in data center when workers leave. The Contractor shall ensure all trash is removed; 11.Because of high air flows, and the danger to IT equipment that this presents, all items not secured must be removed from data center areas when work is not on-going. There will be no staging area provided inside of the data center to use once the Contractor has left the data center; 12.All data center safety rules must be followed; 13.All hardware entering or leaving the data center must be logged on the hardware log sheet; 14.Based on existing infrastructure, all network cards must use CAT5e; C.DELIVERY AND INSTALLATION 1.Delivery All equipment shall be delivered, installed and fully operational at the WILMINGTON DE REGIONAL OFFICE sites not later than 60 calendar days. Delivery term shall be FOB Destination. The Contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. 2.Installation "The Contractor shall install all equipment. Installation shall include, at a minimum, uncrating /unpacking/staging of all equipment, set-up and hook-up of all equipment, start-up, and demonstration of all required specifications. Qualified personnel shall install the system and perform all activities necessary to ensure the system is fully functional and meets all required specifications. "The installation of sensors in the UPS battery cabinets shall be completed during the Saturday of installation. "Installing the sensors in the UPS battery cabinets will require turning off the battery breaker on each string during installation. At any point during the installation, only one string will be worked on until the installation of sensors on that string is complete. Other strings will remain in service. The UPS will not be put into bypass during the installation of sensors. The vendor will be responsible for the turning off and on the battery string breakers, informing the NSC technical point of contact prior to any breaker being turned on or off. "Dedicated CAT5 wiring between the battery monitoring site controller and battery monitoring appliance will be provided by the contractor. The Contractor shall be responsible for the wiring of CAT5 cable between the battery monitoring site controller and battery strings. The contractor will install the CAT5 cabling in conduit in the ceiling and mounted along the walls of the UPS room. Since the existing UPS battery string cabinets are connected to the UPS directly, they will not require for conduit to be installed between the battery string cable kits and the battery monitoring site controller. A standard AC outlet will be provided by NSC in the UPS room for the installation of battery monitoring site controller. "NSC requires that the connection path between the controller and appliance server be separate from the normal network. In this effort a static non-routable IP address will be provisioned in the battery monitoring site controller by the vendor and NSC will run a dedicated CAT5 cable between the battery monitoring site controller location and the battery monitoring appliance. "The battery site controller will be mounted on a wall or on top of UPS cabinet next to the AC outlet by the contractor. All CAT5 wires from the battery cabinets will be run to this controller. This controller will be connected through a CAT5 cable provided by the contractor to a network port provided by NSC to connect the battery monitoring appliance. D.CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. E.GOVERNMENT RESPONSIBILITIES [If applicable] John Pirrello, the Assistant Chief, Support Services Division of the Philadelphia, PA VBA Regional Office will be the primary point of contact for receipt of deliverables and provide information and resources in a manner to maintain contract continuity. F.Billing 1.Invoice(s) shall be emailed to: "John.pirrello@va.gov "crystal.mekuns@va.gov "kimberly.tomasi@va.gov 2.Services performed under this contract will be billed upon completion. 3.The contractor shall provide an invoice that will include: "Contract Number "Company Name and Address "Invoice Date "Invoice Number (Note: Each invoice must have a different Invoice Number) "Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice. "Terms for any discount for prompt payment "Name, title and phone number of company point of contact to notify in case of a defective invoice G.SECURITY 1.Contractor Personnel Security "All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Security and Investigations Center (07C). The level of background security investigation will be in accordance with VA Directive 0710 dated September 10, 2004 and is available at: http://www.va.gov/pubs/asp/edsdirec.asp (VA Handbook 0710, Appendix A, Tables 1 - 3). Appropriate Background Investigation (BI) forms will be provided upon contract (or task order) award, and are to be completed and returned to the VA Security and Investigations Center (07C) within 30 days for processing. Contractors will be notified by 07C when the BI has been completed and adjudicated. These requirements are applicable to all subcontractor personnel requiring the same access. If the security clearance investigation is not completed prior to the start date of the contract, the employee may work on the contract while the security clearance is being processed, but the contractor will be responsible for the actions of those individuals they provide to perform work for the VA. In the event that damage arises from work performed by contractor personnel, under the auspices of the contract, the contractor will be responsible for resources necessary to remedy the incident. "The investigative history for contractor personnel working under this contract must be maintained in the databases of either the Office of Personnel Management (OPM) or the Defense Industrial Security Clearance Organization (DISCO). Should the contractor use a vendor other than OPM or Defense Security Service (DSS) to conduct investigations, the investigative company must be certified by OPM/DSS to conduct contractor investigations. 2.Background Investigation The position sensitivity impact for this effort has been designated as a Limited Risk and the level of background investigation is an MBI. 3.Contractor Responsibilities "The contractor shall bear the expense of obtaining background investigations. If the investigation is conducted by the Office of Personnel Management (OPM) through the VA, the contractor shall reimburse the VA within 30 days. "Background investigations from investigating agencies other than OPM are permitted if the agencies possess an OPM and Defense Security Service certification. The Vendor Cage Code number must be provided to the Security and Investigations Center (07C), which will verify the information and advise the contracting officer whether access to the computer systems can be authorized. "The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship and are able to read, write, speak and understand the English language. "After contract award and prior to contract performance, the contractor shall provide the following information, using Attachment B, to the CO: a)List of names of contractor personnel. b)Social Security Number of contractor personnel. c)Home address of contractor personnel or the contractor's address. "The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. "Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. "Further, the contractor will be responsible for the actions of all individuals provided to work for the VA under this contract. In the event that damages arise from work performed by contractor provided personnel, under the auspices of this contract, the contractor will be responsible for all resources necessary to remedy the incident." 4.Government Responsibilities "The VA Security and Investigations Center (07C) will provide the necessary forms to the contractor or to the contractor's employees after receiving a list of names and addresses. "Upon receipt, the VA Security and Investigations Center (07C) will review the completed forms for accuracy and forward the forms to OPM to conduct the background investigation. "The VA facility will pay for investigations conducted by the OPM in advance. In these instances, the contractor will reimburse the VA facility within 30 days. "The VA Security and Investigations Center (07C) will notify the contracting officer and contractor after adjudicating the results of the background investigations received from OPM. "The contracting officer will ensure that the contractor provides evidence that investigations have been completed or are in the process of being requested. 5.ELECTRONIC AND INFORMATION TECHNOLOGY STANDARDS INTERNET/INTRANET The contractor shall comply with Department of Veterans Affairs (VA) Directive 6102 and VA Handbook 6102 (Internet/Intranet Services). VA Directive 6102 sets forth policies and responsibilities for the planning, design, maintenance support, and any other functions related to the administration of a VA Internet/Intranet Service Site or related service (hereinafter referred to as Internet). This directive applies to all organizational elements in the Department. This policy applies to all individuals designing and/or maintaining VA Internet Service Sites; including but not limited to full time and part time employees, contractors, interns, and volunteers. This policy applies to all VA Internet/Intranet domains and servers that utilize VA resources. This includes but is not limited to va.gov and other extensions such as, ".com,.edu,.mil,.net,.org," and personal Internet service pages managed from individual workstations. VA Handbook 6102 establishes Department-wide procedures for managing, maintaining, establishing, and presenting VA Internet/Intranet Service Sites or related services (hereafter referred to as "Internet"). The handbook implements the policies contained in VA Directive 6102, Internet/Intranet Services. This includes, but is not limited to, File Transfer Protocol (FTP), Hypertext Markup Language (HTML), Simple Mail Transfer Protocol (SMTP), Web pages, Active Server Pages (ASP), e-mail forums, and list servers. VA Directive 6102 and VA Handbook 6102 are available at: Internet/Intranet Services Directive 6102 http://www.va.gov/pubs/directives/Information-Resources-Management-(IRM)/6102d.doc Internet/Intranet Services Handbook 6102 http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/6102h.doc Internet/Intranet Services Handbook 6102 Change 1 - updates VA's cookie use policy, Section 508 guidelines, guidance on posting of Hot Topics, approved warning notices, and minor editorial errors. http://www.va.gov/pubs/handbooks/Information-Resources-Management-(IRM)/61021h.doc In addition, any technologies that enable a Network Delivered Application (NDA) to access or modify resources of the local machine that are outside of the browser's "sand box" are strictly prohibited. Specifically, this prohibition includes signed-applets or any ActiveX controls delivered through a browser's session. ActiveX is expressly forbidden within the VA while.NET is allowed only when granted a waiver by the VA CIO *PRIOR* to use. JavaScript is the preferred language standard for developing relatively simple interactions (i.e., forms validation, interactive menus, etc.) and Applets (J2SE APIs and Java Language) for complex network delivered applications. SECTION 508 The contractor shall comply with Section 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998. In December 2000, the Architectural and Transportation Barriers Compliance Board (Access Board), pursuant to Section 508(2)(A) of the Rehabilitation Act Amendments of 1998, established Information Technology accessibility standards for the Federal Government. Section 508(a)(1) requires that when Federal departments or agencies develop, procure, maintain, or use Electronic and Information Technology (EIT), they shall ensure that the EIT allows Federal employees with disabilities to have access to and use of information and data that is comparable to the access to and use of information and data by other Federal employees. The Section 508 requirement also applies to members of the public seeking information or services from a Federal department or agency. Section 508 text is available at: http://www.opm.gov/HTML/508-textOfLaw.htm http://www.section508.gov/index.cfm?FuseAction=Content&ID=14 ? Attachment A Schedule of Deliverables Deliverable No. OneItem PAC Symmetra PX 40kw/40kva N+1 Redundant UPS with a 30 minute runtime at full load.Quantity 1Delivery Date Within 60 calendar days after award. Attachment B SECURITY BACKGROUND INVESTIGATION INFORMATION (Submit after award and prior to contract performance) Complete this form after contract award if contractor employee does not possess a NACI clearance. The completed form must be sent directly to the Contracting Officer within ten days of award. Vendor Name: ______________________ Cage Code No.______________ Address: _______________________________ City, State, and Zip Code: ______________________________ 1. Was the employee prescreened? _____ yes or _____ no 2. Is the employee a U.S. Citizen? _____ yes or _____ no 3. Can the employee read, write, speak and understand English language? _____ yes or _____no Information From Employee Requiring a Clearance _________________________ ______________________ Name Social Security No. ____________________________________________ Address ____________________________________________ City State Zip Code vii.Period of Performance: As noted above, section vi - Description of Requirement. FOB Destination Point: Wilmington VA Regional Office, 1601 Kirkwood Highway, Wilmington, DE 19805. viii.FAR 52.212-1, Instructions to Offerors - Commercial Items (OCT 2015), applies to this solicitation. The following provisions are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02)(FEB 2015) 52.204-20 Predecessor of Offeror (APR 2016) 52.209-5 Certification Regarding Responsibility Matters (APR 2010) 52.225-18 Place of Manufacture (MAR 2015) 52.252-5Authorized Deviations in Provisions (APR 1984) 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008) 52.252-1Solicitation Provisions Incorporated By Reference (FEB 1998). 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.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-17 Ownership of Control of Offeror (JUL 2016) ix. FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this solicitation. Technical acceptability to meet the Governments requirement, Past performance, delivery and price. Technical and past performance, when combined are less important than price. x.FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (JUL 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. xi.FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) applies to this solicitation. The following clauses are added as addenda: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.233-1 Disputes (MAY 2014) 52.252-6Authorized Deviations in Clauses (APR 1984) 852.203-70Commercial Advertising (JAN 2008) 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 001 AL-11-15-A Limitations on Subcontracting - Monitoring and Compliance (JUNE 2011) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibility (APR 1984) 852.246-71Inspection (JAN 2008) 52.252-2 Clauses Incorporated by Reference (FEB 1998). 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.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-18Commercial and Government Entity Code Maintenance (JULY 2015) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) xii.FAR 52.212-5, Terms and Conditions Required to Implement Executive Orders - Commercial Items (JUN 2016), applies to this solicitation. The following FAR clauses cited in the clause are applicable to this acquisition: Paragraph b clauses applicable: (8)52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015). (22)52.219-28Post-Award Small Business Program Representation (JUL 2013) (25) 52.222-3 Convict Labor (JUN 2003) (26)52.222-19Child Labor - Cooperation with Authorities and Remedies (FEB 2016) (27)52.222-21Prohibition of Segregated Facilities (APR 2015) (28)52.222-26Equal Opportunity (APR 2015) (30) 52.222-36Equal Opportunity for Workers with Disabilities (JUL 2014) (33) 52.222-50Combating Trafficking in Persons (MAR 2015) (39)52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (46)52.225-3Buy American -Free Trade Agreements-Israeli Trade Act (MAY 2014) (48)52.225-13Restrictions on Certain Foreign Purchases (JUN 2008) (54)52.232-33Payment by Electronic Funds Transfer--System for Award Management (JUL 2013) Paragraph c clauses applicable: (2) 52.222-41 Service Contract Labor Standards (MAY 2014) (3) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) (8) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015) In compliance with the Service Contract Labor Standards statute and the regulations of the Secretary of Labor (29 CFR part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. xiii.N/A xiv.The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. xv.Offers are due no later than Tuesday, September 20, 2016 by 8:00 AM Eastern Standard Time. Offers shall be submitted electronically to email address kimberly.tomasi@va.gov. Only written quotes shall be acceptable and must be received and identified by solicitation #VA101V-16-Q-0409. Vendors bear the burden of ensuring that quotes, and any applicable amendments, are emailed on time. Please complete and submit the Certifications listed in the above viii section and please submit a written statement limited to one page or less as to how the offeror intends to comply with the technical specifications of the statement of work. Offerors shall ensure the following information is also on their written quote: comprehensive cost estimate and schedule based on completed Fabrication/Installation Documents and in accordance with any previous projects, FOB Point, Prompt Payment Terms, Correct Remittance Address, Cage Code, DUNS Number, Tax Identification Number, Full Name and Telephone Number of vendor's point of contact. All pages of the quote must be emailed before the deadline specified in this solicitation. Failure to provide any of this information or providing inadequate or unclear information will result in the quote being rated unsatisfactory and ineligible for award. The vendor must be active in the System for Award Management (SAM) to receive an award. xvi.For additional information, please contact the Contracting Officer, Kimberly Tomasi, by e-mail at kimberly.tomasi@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V16Q0409/listing.html)
 
Document(s)
Attachment
 
File Name: VA101V-16-Q-0409 VA101V-16-Q-0409_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003225&FileName=VA101V-16-Q-0409-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3003225&FileName=VA101V-16-Q-0409-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;WILMINGTON VA REGIONAL OFFICE;1601 KIRKWOOD HIGHWAY;WILMINGTON;DE
Zip Code: 19805
 
Record
SN04271772-W 20160916/160914235511-57dc4784402401191d274415aee189c3 (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.