Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
DOCUMENT

S -- FY19 New Contract - Cemetery Grounds and Facilities Maintenance Service - Dayton National Cemetery - Attachment

Notice Date
8/15/2018
 
Notice Type
Attachment
 
NAICS
561730 — Landscaping Services
 
Contracting Office
DEPARTMNET OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309
 
Solicitation Number
36C78619Q0011
 
Response Due
8/29/2018
 
Archive Date
9/28/2018
 
Point of Contact
John M. Carlock
 
E-Mail Address
arlock@va.gov<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78619Q0011 Post Date: 08/15/2018 Original Response Date: 08/29/2018 at 12:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: Service Disabled Veteran Owned Small Business Period of Performance: Date of Award September 30, 2019 with (4) one-year options if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Dayton National Cemetery Camp Chase Confederate Cemetery 4400 West Third Street 2900 Sullivant Avenue Dayton, OH 45417 Columbus, OH 43204 Attachments: A Wage Determination No. 2015-4731, Revision 6 Dayton Wage Determination No. 2015-4729 Revision 8 Camp Chase B Performance Work Statement C Past Performance Questionnaire D List of References 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; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78619Q0011 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-99-1 Effective July 16, 2018. This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract. Scope: The contractor shall be responsible for providing grounds maintenance to include mow and trim, edging, irrigation system start-up, irrigation system shutdown, pre & post emergence herbicide services at both locations as well as headstone raise and realign, headstone clean (with occasional bump and run alignment), fertilization, aeration, over seeding, mulching, sunken grave repair, cemetery clean-up, snow removal, raise & lower flag at Camp Chase Confederate Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete grounds maintenance services at Dayton National Cemetery located in Dayton, OH and Camp Chase Confederate Cemetery located in Columbus, OH following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. Period of Performance: Date of award through September 30, 2019 SCHEDULE OF UNIT PRICES Base Period: Date of Award through September 30, 2019 CLIN Operation Est. Quantity Unit Unit Cost Total Cost 0001 Camp Chase: Turfgrass - mowing, 2 acres. 39 JB $______ $_________ 0002 Camp Chase: Trim headstones and markers w/ every mowing 39 JB $______ $_________ 0003 Camp Chase: Edging - walks and curbs 9 JB $______ $_________ 0004 Camp Chase: Headstone Raise and Realign. 50 EA $______ $_________ 0005 Camp Chase: Headstones - cleaning and routine alignment correction (bump and run), includes pressure wash wall, columns and arch. 2 JB $______ $_________ 0006 Camp Chase: Turfgrass - pre-emergence herbicide application w/Grub control. (2 acres; April & June). 2 JB $______ $_________ 0007 Camp Chase: Turfgrass - post-emergence herbicide spray. (2 acres; Oct & May). 2 JB $______ $_________ 0008 Camp Chase: Turgrass - fertilization. (2 acres; Oct, June & Sept). 3 JB $______ $_________ 0009 Camp Chase: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 0010 Camp Chase: Turfgrass - overseeding (1 x year). 1 JB $______ $_________ 0011 Camp Chase: Mulch - reapply/refresh mulch in planting beds and tree rings. 2 JB $______ $_________ 0012 Camp Chase: Sunken grave repair (grade correction and repace turf). 25 EA $______ $_________ 0013 Camp Chase: Cemetery cleanup - trash, floral, leaf collection and debris pickup. Mulched bed maintenance - maintain weed-free with nonselective herbicide and/or hand weeding (all mulched surface, including tree rings). 52 JB $______ $_________ 0014 Camp Chase: Snow Removal per event. 3 JB $______ $_________ 0015 Camp Chase: POW/MIA Flag raise and lower. 6 JB $______ $_________ 0016 Dayton: Turfgrass - mowing, 107 acres. 39 JB $______ $_________ 0017 Dayton: Trim headstones and markers in conjuction w/ every mowing. 39 JB $______ $_________ 0018 Dayton: Edging - flat markers (headstones), walks, curbs. 9 JB $______ $_________ 0019 Dayton: Irrigation system - startup only. 1 JB $______ $_________ 0020 Dayton: Irrigation system: shutdown. 1 JB $______ $_________ 0021 Dayton: Turfgrass - pre-emergence herbicide application w/Grub control. (107 acres; April & June). 2 JB $______ $_________ 0022 Dayton: Turfgrass - post-emergence herbicide spray. (107 acres; Oct & May). 2 JB $______ $_________ Estimated Total Cost Base Period:   $__________             Option Period 1: October 1, 2019 through September 30, 2020         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 1001 Camp Chase: Turfgrass - mowing, 2 acres. 39 JB $______ $_________ 1002 Camp Chase: Trim headstones and markers w/ every mowing 39 JB $______ $_________ 1003 Camp Chase: Edging - walks and curbs 9 JB $______ $_________ 1004 Camp Chase: Headstone Raise and Realign. 50 EA $______ $_________ 1005 Camp Chase: Headstones - cleaning and routine alignment correction (bump and run), includes pressure wash wall, columns and arch. 2 JB $______ $_________ 1006 Camp Chase: Turfgrass - pre-emergence herbicide application w/Grub control. (2 acres; April & June). 2 JB $______ $_________ 1007 Camp Chase: Turfgrass - post-emergence herbicide spray. (2 acres; Oct & May). 2 JB $______ $_________ 1008 Camp Chase: Turgrass - fertilization. (2 acres; Oct, June & Sept). 3 JB $______ $_________ 1009 Camp Chase: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 1010 Camp Chase: Turfgrass - overseeding (1 x year). 1 JB $______ $_________ 1011 Camp Chase: Mulch - reapply/refresh mulch in planting beds and tree rings. 2 JB $______ $_________ 1012 Camp Chase: Sunken grave repair (grade correction and repace turf). 25 EA $______ $_________ 1013 Camp Chase: Cemetery cleanup - trash, floral, leaf collection and debris pickup. Mulched bed maintenance - maintain weed-free with nonselective herbicide and/or hand weeding (all mulched surface, including tree rings). 52 JB $______ $_________ 1014 Camp Chase: Snow Removal per event. 3 JB $______ $_________ 1015 Camp Chase: POW/MIA Flag raise and lower. 6 JB $______ $_________ 1016 Dayton: Turfgrass - mowing, 107 acres. 39 JB $______ $_________ 1017 Dayton: Trim headstones and markers in conjuction w/ every mowing. 39 JB $______ $_________ 1018 Dayton: Edging - flat markers (headstones), walks, curbs. 9 JB $______ $_________ 1019 Dayton: Irrigation system - startup only. 1 JB $______ $_________ 1020 Dayton: Irrigation system: shutdown. 1 JB $______ $_________ 1021 Dayton: Turfgrass - pre-emergence herbicide application w/Grub control. (107 acres; April & June). 2 JB $______ $_________ 1022 Dayton: Turfgrass - post-emergence herbicide spray. (107 acres; Oct & May). 2 JB $______ $_________ Estimated Total Cost Option Period 1:   $__________ Option Period 2: October 1, 2020 through September 30, 2021         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 2001 Camp Chase: Turfgrass - mowing, 2 acres. 39 JB $______ $_________ 2002 Camp Chase: Trim headstones and markers w/ every mowing 39 JB $______ $_________ 2003 Camp Chase: Edging - walks and curbs 9 JB $______ $_________ 2004 Camp Chase: Headstone Raise and Realign. 50 EA $______ $_________ 2005 Camp Chase: Headstones - cleaning and routine alignment correction (bump and run), includes pressure wash wall, columns and arch. 2 JB $______ $_________ 2006 Camp Chase: Turfgrass - pre-emergence herbicide application w/Grub control. (2 acres; April & June). 2 JB $______ $_________ 2007 Camp Chase: Turfgrass - post-emergence herbicide spray. (2 acres; Oct & May). 2 JB $______ $_________ 2008 Camp Chase: Turgrass - fertilization. (2 acres; Oct, June & Sept). 3 JB $______ $_________ 2009 Camp Chase: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 2010 Camp Chase: Turfgrass - overseeding (1 x year). 1 JB $______ $_________ 2011 Camp Chase: Mulch - reapply/refresh mulch in planting beds and tree rings. 2 JB $______ $_________ 2012 Camp Chase: Sunken grave repair (grade correction and repace turf). 25 EA $______ $_________ 2013 Camp Chase: Cemetery cleanup - trash, floral, leaf collection and debris pickup. Mulched bed maintenance - maintain weed-free with nonselective herbicide and/or hand weeding (all mulched surface, including tree rings). 52 JB $______ $_________ 2014 Camp Chase: Snow Removal per event. 3 JB $______ $_________ 2015 Camp Chase: POW/MIA Flag raise and lower. 6 JB $______ $_________ 2016 Dayton: Turfgrass - mowing, 107 acres. 39 JB $______ $_________ 2017 Dayton: Trim headstones and markers in conjuction w/ every mowing. 39 JB $______ $_________ 2018 Dayton: Edging - flat markers (headstones), walks, curbs. 9 JB $______ $_________ 2019 Dayton: Irrigation system - startup only. 1 JB $______ $_________ 2020 Dayton: Irrigation system: shutdown. 1 JB $______ $_________ 2021 Dayton: Turfgrass - pre-emergence herbicide application w/Grub control. (107 acres; April & June). 2 JB $______ $_________ 2022 Dayton: Turfgrass - post-emergence herbicide spray. (107 acres; Oct & May). 2 JB $______ $_________ Estimated Total Cost Option Period 2:       $__________ Option Period 3: October 1, 2021 through September 30, 2022         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 3001 Camp Chase: Turfgrass - mowing, 2 acres. 39 JB $______ $_________ 3002 Camp Chase: Trim headstones and markers w/ every mowing 39 JB $______ $_________ 3003 Camp Chase: Edging - walks and curbs 9 JB $______ $_________ 3004 Camp Chase: Headstone Raise and Realign. 50 EA $______ $_________ 3005 Camp Chase: Headstones - cleaning and routine alignment correction (bump and run), includes pressure wash wall, columns and arch. 2 JB $______ $_________ 3006 Camp Chase: Turfgrass - pre-emergence herbicide application w/Grub control. (2 acres; April & June). 2 JB $______ $_________ 3007 Camp Chase: Turfgrass - post-emergence herbicide spray. (2 acres; Oct & May). 2 JB $______ $_________ 3008 Camp Chase: Turgrass - fertilization. (2 acres; Oct, June & Sept). 3 JB $______ $_________ 3009 Camp Chase: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 3010 Camp Chase: Turfgrass - overseeding (1 x year). 1 JB $______ $_________ 3011 Camp Chase: Mulch - reapply/refresh mulch in planting beds and tree rings. 2 JB $______ $_________ 3012 Camp Chase: Sunken grave repair (grade correction and repace turf). 25 EA $______ $_________ 3013 Camp Chase: Cemetery cleanup - trash, floral, leaf collection and debris pickup. Mulched bed maintenance - maintain weed-free with nonselective herbicide and/or hand weeding (all mulched surface, including tree rings). 52 JB $______ $_________ 3014 Camp Chase: Snow Removal per event. 3 JB $______ $_________ 3015 Camp Chase: POW/MIA Flag raise and lower. 6 JB $______ $_________ 3016 Dayton: Turfgrass - mowing, 107 acres. 39 JB $______ $_________ 3017 Dayton: Trim headstones and markers in conjuction w/ every mowing. 39 JB $______ $_________ 3018 Dayton: Edging - flat markers (headstones), walks, curbs. 9 JB $______ $_________ 3019 Dayton: Irrigation system - startup only. 1 JB $______ $_________ 3020 Dayton: Irrigation system: shutdown. 1 JB $______ $_________ 3021 Dayton: Turfgrass - pre-emergence herbicide application w/Grub control. (107 acres; April & June). 2 JB $______ $_________ 3022 Dayton: Turfgrass - post-emergence herbicide spray. (107 acres; Oct & May). 2 JB $______ $_________ Total Cost Option Period 3: $__________ Option Period 4: October 1, 2022 through September 30, 2023         CLIN Operation Est. Quantity Unit Unit Cost Total Cost 4001 Camp Chase: Turfgrass - mowing, 2 acres. 39 JB $______ $_________ 4002 Camp Chase: Trim headstones and markers w/ every mowing 39 JB $______ $_________ 4003 Camp Chase: Edging - walks and curbs 9 JB $______ $_________ 4004 Camp Chase: Headstone Raise and Realign. 50 EA $______ $_________ 4005 Camp Chase: Headstones - cleaning and routine alignment correction (bump and run), includes pressure wash wall, columns and arch. 2 JB $______ $_________ 4006 Camp Chase: Turfgrass - pre-emergence herbicide application w/Grub control. (2 acres; April & June). 2 JB $______ $_________ 4007 Camp Chase: Turfgrass - post-emergence herbicide spray. (2 acres; Oct & May). 2 JB $______ $_________ 4008 Camp Chase: Turgrass - fertilization. (2 acres; Oct, June & Sept). 3 JB $______ $_________ 4009 Camp Chase: Turfgrass - aerification (1 x year). 1 JB $______ $_________ 4010 Camp Chase: Turfgrass - overseeding (1 x year). 1 JB $______ $_________ 4011 Camp Chase: Mulch - reapply/refresh mulch in planting beds and tree rings. 2 JB $______ $_________ 4012 Camp Chase: Sunken grave repair (grade correction and repace turf). 25 EA $______ $_________ 4013 Camp Chase: Cemetery cleanup - trash, floral, leaf collection and debris pickup. Mulched bed maintenance - maintain weed-free with nonselective herbicide and/or hand weeding (all mulched surface, including tree rings). 52 JB $______ $_________ 4014 Camp Chase: Snow Removal per event. 3 JB $______ $_________ 4015 Camp Chase: POW/MIA Flag raise and lower. 6 JB $______ $_________ 4016 Dayton: Turfgrass - mowing, 107 acres. 39 JB $______ $_________ 4017 Dayton: Trim headstones and markers in conjuction w/ every mowing. 39 JB $______ $_________ 4018 Dayton: Edging - flat markers (headstones), walks, curbs. 9 JB $______ $_________ 4019 Dayton: Irrigation system - startup only. 1 JB $______ $_________ 4020 Dayton: Irrigation system: shutdown. 1 JB $______ $_________ 4021 Dayton: Turfgrass - pre-emergence herbicide application w/Grub control. (107 acres; April & June). 2 JB $______ $_________ 4022 Dayton: Turfgrass - post-emergence herbicide spray. (107 acres; Oct & May). 2 JB $______ $_________ Total Cost Option Period 4: $__________ Total Aggregate Cost Base Period and All Options       $__________ Services to be Provided: See Attachment B Performance Work Statement SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Dayton National Cemetery and Camp Chase Confederate Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Douglas Ledbetter, Director; Phone:937-268-2221 Mark A. Wilson, M&O Supervisor, Phone 937-268-2221 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 12:00 pm on 08/29/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (5) calendar days before the closing date of the solicitation. Questions will not be addressed using the telephone. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment C) -List of References (Attachment D) Proposals shall be submitted via email or via mail to the following addresses: Email: john.carlock@va.gov Mail: 575 N. Pennsylvania Street Midwest District, Suite 495 Indianapolis, IN 46204 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: john.carlock@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance SDVOSB Status verification in CVE Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment C) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: john.carlock@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment D) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | $25,000.00 | $45,000.00| 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). (c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Employee Class Monetary Wage Fringe Benefits Laborer, Grounds Maintenance WG 3-1 $14.84 + $4.50 Laborer, Grounds Maintenance WG 3-3 $16.08+ $4.50 Laborer, Grounds Maintenance WG 3-5 $17.32 + $4.50 End of Addenda End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78619Q0011/listing.html)
 
Document(s)
Attachment
 
File Name: 36C78619Q0011 36C78619Q0011.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545517&FileName=36C78619Q0011-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545517&FileName=36C78619Q0011-000.docx

 
File Name: 36C78619Q0011 36C78619Q0011 ATTACHMENT A Wage Determination - Dayton National Cemetery.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545518&FileName=36C78619Q0011-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545518&FileName=36C78619Q0011-001.pdf

 
File Name: 36C78619Q0011 36C78619Q0011 ATTACHMENT A Wage Determination - Camp Chase.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545519&FileName=36C78619Q0011-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545519&FileName=36C78619Q0011-002.pdf

 
File Name: 36C78619Q0011 36C78619Q0011 DNC PWS FY19 Grounds and Facilities Maintenance.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545520&FileName=36C78619Q0011-003.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545520&FileName=36C78619Q0011-003.pdf

 
File Name: 36C78619Q0011 36C78619Q0011 Past performance Questionnaire _ List of references.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545521&FileName=36C78619Q0011-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545521&FileName=36C78619Q0011-004.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05037741-W 20180817/180815230928-c0df1a59d8469f3438745557834e0070 (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.