Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2019 FBO #6305
SOLICITATION NOTICE

H -- EMERGENCY GENERATOR INSPECTION AND LOAD TESTING TIERED EVALUATIONS SDVOSB / VOSB

Notice Date
2/25/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;W.J.B. Dorn VA Medical Center;6439 Garners Ferry Road;Columbia SC 29209-1639
 
ZIP Code
29209-1639
 
Solicitation Number
36C24719Q0307
 
Response Due
3/8/2019
 
Archive Date
3/18/2019
 
Point of Contact
803-776-4000
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Services General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24719Q0307 Posted Date: February 25, 2019 Original Response Date: March 8, 2018 at 1:00 P.M. Current Response Date: Product or Service Code: H930 Other Quality Control, Testing, and Inspection Mechanical Power Transmission Set Aside (SDVOSB/VOSB): Tier Evaluation NAICS Code: 811310 Commercial and Industrial Machinery and Equipment Repair and Maintenance Contracting Office Address WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; QUOTATIONS are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 36C24719Q0307. The associated North American Industrial Classification System (NAICS) code for this procurement is 811310, with a small business size standard of $7.5 MILLION. The WJB Dorn VA Medical Center is seeking to purchase GENERATOR PREVENTIVE MAINTENANCE INSPECTION AND EMERGENCY GENERATOR LOAD TESTING SERVICE. This service is to be performed Semi-Annual and Annually on various Generators located on the facility grounds. This procurement is set-aside based on an order or priority as established in 38 U.S.C. 8127. This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. If award cannot be made, the solicitation will be cancelled and the requirement resolicited. The tiered evaluation will be conducted as follows: Tier 1: SDVOSB concerns Offers, if any will be evaluated. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 2 offers. Tier 2: VOSB concerns Offers, if any will be evaluated. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 3 offers. Tier 3: HUBZone & 8(a) Small Business concerns Offers, if any will be evaluated. If no offers were submitted by HUBZone & 8(a) concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, the government will then move to evaluation of Tier 4 offers. Tier 4: All other Small Business concerns - Offers, if any will be evaluated. If no offers were submitted by any Small Business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, then the solicitation will be cancelled and the requirement resolicited. All interested companies shall provide Quotations for the following: Statement of Work GENERATOR PREVENTIVE MAINTENANCE INSPECTION AND EMERGENCY GENERATOR LOAD TESTING SERVICE 1. REQUIREMENT: This requirement is for a firm-fixed priced Semi-Annual and Annual Preventive Maintenance Inspection and Load Testing for Emergency Generators located at the WJB Dorn VA Medical Center in Columbia, South Carolina. 2. BACKGROUND: The WJB Dorn VA Medical Center is a 216-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Columbia, South Carolina and provides primary, secondary, and some tertiary care. Satellite outpatient clinics are located in Anderson, Greenville, Florence, Orangeburg, Rock Hill, Sumter, and Spartanburg, South Carolina. 3. PERIOD OF PERFORMANCE: This procurement is for a Base Year with the possibility of Four (4) One (1) Year Options. The period of performance shall be determined at time of award. During normal working hours of 8:00 a.m. through 4:30 p.m. from Monday through Friday. Excludes weekends and holidays. No overtime is authorized at this time. 4. PLACE OF PERFORMANCE: WJB Dorn VA Medical Center 6439 Garners Ferry Road Columbia, SC 29209 5. PERFORMANCE REQUIREMENTS: A Contracting Officer Representative (COR) and/or Alternate Contracting Officer Representative (ACOR) shall be assigned to this procurement and written notification shall be provided to the Contractor after award. Scheduling of work performance shall be arranged through the designated COR/ACOR assigned. The Contractor shall provide all labor, equipment, tools, (oils, oil filters, fuel filters, and engine radiator coolants), supervision, test equipment, travel and transportation necessary to perform Semi-Annual and Annual Preventive Maintenance (PM) Inspections, Annual Load Testing, and Emergency response to service calls for facility Emergency Powered Generators. EVERY 6 MONTHS (APRIL) PRE-OPERATIONAL VISUAL INSPECTION Overall appearance for loose parts, leaks, loose wires, etc. Cooling system coolant level and level of protection (add when required). Battery electrolyte level, specific gravity, and voltage under load. Service and clean battery connections at battery and on engine. Check engine oil level and add as required. Fan belts and other drive belts condition and proper tension. Fuel day tank and day tank pump. Engine jacket water heater Engine oil heater Operate transfer switches if possible and record current Record and adjust voltage and frequency Record oil pressure-coolant temperature-voltage-frequency EVERY 12 MONTHS (OCTOBER) PRE-OPERATIONAL VISUAL INSPECTION Overall appearance for loose parts, leaks, loose wires, etc. Cooling system coolant level and level of protection (add when required). Battery electrolyte level, specific gravity, and voltage under load. Service and clean battery connections at battery and on engine. Change oil and filters. Obtain oil samples for analysis and provide report to Electric Shop Supervisor, Building 20. Replace all fuel filters. Check air cleaner elements replace as required. Change oil in governor Replace filters in governor Inspect fan belts and other drive belts for condition and proper tension. Inspect engine fuel lines and oil lines for leaks and condition. Inspect coolant lines and hose clamps for leaks and condition. Check operation of engine jacket water heater and engine oil heater. Inspect pumps-fuel-oil-coolant. Check operation of fuel day tank, pump, motor and relay. Inspect battery trickle charger and adjust if necessary. Inspect engine driven battery-charging alternator. Inspect turbocharger and turbocharger bearing for proper endplay. Service generator bearings as necessary. Inspect generator windings, brushes, slip rings, diodes, and associated equipment. Inspect generator voltage regulator. Inspect generator control panel components. Check starter disconnect circuits for proper operation. Check engine safety shutdown equipment. Check and record voltage and frequency, adjust voltage regulator and engine governor as required. Operate transfer switches if possible and record current. Visually inspect transfer switches and adjust timers as required. Record engine oil pressure. Record engine coolant temperature. REPORT REQUIREMENTS The Contractor shall provide a written Service Report at the completion of each Inspection requirement performed. The Contractor shall annotate any abnormal conditions found and imminent repairs recommended to ensure operational dependability. Any and all repairs required shall be approved by the designed COR prior to any job performance. EMERGENCY SERVICE REQUIREMENTS The Contractor shall provide an emergency phone number that shall be maintained twenty-four (24) hour/day, seven (7) day/week for receipt of emergency service calls. The Contractor shall provide one (1) hour on site response time after receipt of an emergency service call. SAFETY REQUIREMENTS Contractor shall ensure all tools and equipment are secured at all times. Tools and equipment must be removed from open areas or stored in secured location during breaks, lunch, and/or at the end of each work day. All debris, oils, coolants, batteries, and miscellaneous items shall be removed from the facility upon completion of service each day. Contractor shall ensure proper signage and/or blockage of service area is provided and clearly visible to ensure patient/employee safety is adhered to. Smoking is not permitted within the facilities at any time. All smoking shall be conducted in designated smoking areas only. Line Item Description Quantity Unit Price Total Price 0001 BASE YEAR SERVICE TO PERFORM SEMI-ANNUAL AND ANNUAL PREVENTIVE MAINTENANCE INSPECTIONS AND LOAD TESTING FOR EMERGENCY GENERATORS. BUILDING 8 150KW MODEL 8V150RC S/N DE95924-2 12 MO 0002 BUILDING 9-9A 230KW MODEL SR4B S/N 6YR02368 12 MO 0003 BUILDING 21 450KW MODEL TD450 S/N 28529 12 MO 0004 BUILDING 33 60KW MODEL 60SU9E S/N 64893 12 MO 0005 BUILDING 100 LS 400KW 12 MO 0006 BUILDING 100 GEN #1 2250KW MODEL 3216 12 MO 0007 BUILDING 100 GEN #2 2250KW MODEL 3516 12 MO 0008 BUILDING 103 125KW MODEL E7301 S/N 63-K-78 12 MO 0009 BUILDING 103A 3 50KW MODEL LC6 S/N G6B17268 12 MO 0010 BLUE STAR PORTABLE 350KW MODEL TD400-001 S/N B-55010 12 MO 0011 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 8 12 MO 0012 ANNUAL LOAD BANK TESTING GENERATOR BUILDING B21 12 MO 0013 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 100LS 12 MO 0014 ANNUAL LOAD BANK TESTING GENERATOR #1 BUILDING 100 12 MO 0015 ANNUAL LOAD BANK TESTING GENERATOR #2 BUILDING 100 12 MO 0016 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103 12 MO 0017 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103A 12 MO TOTAL BASE YEAR_______________ Line Item Description Quantity Unit Price Total Price 1001 OPTION YEAR 1 SERVICE TO PERFORM SEMI-ANNUAL AND ANNUAL PREVENTIVE MAINTENANCE INSPECTIONS AND LOAD TESTING FOR EMERGENCY GENERATORS. BUILDING 8 1 50KW MODEL 8V150RC S/N DE95924-2 12 MO   1002 BUILDING 9-9A 230KW MODEL SR4B S/N 6YR02368 12 MO   1003 BUILDING 21 450KW MODEL TD450 A/N 28529 12 MO   1004 BUILDING 33 60KW MODEL 60SU9E S/N 64893 12 MO   1005 BUILDING 100 LS 400KW 12 MO   1006 BUILDING 100 GEN #1 2250KW MODEL 3216 12 MO   1007 BUILDING 100 GEN #2 2250KW MODEL 3516 12 MO   1008 BUILDING 103 125KW MODEL E7301 S/N 63-K-78 12 MO   1009 BUILDING 103A 350KW MODEL LC6 S/N G6B17268 12 MO   1010 BLUE STAR PORTABLE 350KW MODEL TD400-001 S/N B-55010 12 MO   1011 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 8 12 MO   1012 ANNUAL LOAD BANK TESTING GENERATOR BUILDING B21 12 MO   1013 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 100LS 12 MO   1014 ANNUAL LOAD BANK TESTING GENERATOR #1 BUILDING 100 12 MO   1015 ANNUAL LOAD BANK TESTING GENERATOR #2 BUILDING 100 12 MO   1016 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103 12 MO   1017 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103A 12 MO   TOTAL OPTION YEAR_______________ Line Item Description Quantity Unit Price Total Price 2001 OPTION YEAR 2 SERVICE TO PERFORM SEMI-ANNUAL AND ANNUAL PREVENTIVE MAINTENANCE INSPECTIONS AND LOAD TESTING FOR EMERGENCY GENERATORS. BUILDING 8 150KW MODEL 8V150RC S/N DE95924-2 12 MO   2002 BUILDING 9-9A 230KW MODEL SR4B S/N 6YR02368 12 MO   2003 BUILDING 21 450KW MODEL TD450 A/N 28529 12 MO   2004 BUILDING 33 60KW MODEL 60SU9E S/N 64893 12 MO   2005 BUILDING 100 LS 400KW 12 MO   2006 BUILDING 100 GEN #1 2250KW MODEL 3216 12 MO   2007 BUILDING 100 GEN #2 2250KW MODEL 3516 12 MO   2008 BUILDING 103 125KW MODEL E7301 S/N 63-K-78 12 MO   2009 BUILDING 103A 350KW MODEL LC6 S/N G6B17268 12 MO   2010 BLUE STAR PORTABLE 350KW MODEL TD400-001 S/N B-55010 12 MO   2011 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 8 12 MO   2012 ANNUAL LOAD BANK TESTING GENERATOR BUILDING B21 12 MO   2013 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 100LS 12 MO   2014 ANNUAL LOAD BANK TESTING GENERATOR #1 BUILDING 100 12 MO   2015 ANNUAL LOAD BANK TESTING GENERATOR #2 BUILDING 100 12 MO   2016 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103 12 MO   2017 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103A 12 MO   TOTAL OPTION YEAR_______________ Line Item Description Quantity Unit Price Total Price 3001 OPTION YEAR 3 SERVICE TO PERFORM SEMI-ANNUAL AND ANNUAL PREVENTIVE MAINTENANCE INSPECTIONS AND LOAD TESTING FOR EMERGENCY GENERATORS. BUILDING 8 150KW MODEL 8V150RC S/N DE95924-2 12 MO   3002 BUILDING 9-9A 230KW MODEL SR4B S/N 6YR02368 12 MO   3003 BUILDING 21 450KW MODEL TD450 A/N 28529 12 MO   3004 BUILDING 33 60KW MODEL 60SU9E S/N 64893 12 MO   3005 BUILDING 100 LS 400KW 12 MO   3006 BUILDING 100 GEN #1 2250KW MODEL 3216 12 MO   3007 BUILDING 100 GEN #2 2250KW MODEL 3516 12 MO   3008 BUILDING 103 125KW MODEL E7301 S/N 63-K-78 12 MO   3009 BUILDING 103A 350KW MODEL LC6 S/N G6B17268 12 MO   3010 BLUE STAR PORTABLE 350KW MODEL TD400-001 S/N B-55010 12 MO   3011 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 8 12 MO   3012 ANNUAL LOAD BANK TESTING GENERATOR BUILDING B21 12 MO   3013 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 100LS 12 MO   3014 ANNUAL LOAD BANK TESTING GENERATOR #1 BUILDING 100 12 MO   3015 ANNUAL LOAD BANK TESTING GENERATOR #2 BUILDING 100 12 MO   3016 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103 12 MO   3017 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103A 12 MO   TOTAL OPTION YEAR_______________ Line Item Description Quantity Unit Price Total Price 4001 OPTION YEAR 4 SERVICE TO PERFORM SEMI-ANNUAL AND ANNUAL PREVENTIVE MAINTENANCE INSPECTIONS AND LOAD TESTING FOR EMERGENCY GENERATORS. BUILDING 8 150KW MODEL 8V150RC S/N DE95924-2 12 MO   4002 BUILDING 9-9A 230KW MODEL SR4B S/N 6YR02368 12 MO   4003 BUILDING 21 450KW MODEL TD450 A/N 28529 12 MO   4004 BUILDING 33 60KW MODEL 60SU9E S/N 64893 12 MO   4005 BUILDING 100 LS 400KW 12 MO   4006 BUILDING 100 GEN #1 2250KW MODEL 3216 12 MO   4007 BUILDING 100 GEN #2 2250KW MODEL 3516 12 MO   4008 BUILDING 103 125KW MODEL E7301 S/N 63-K-78 12 MO   4009 BUILDING 103A 350KW MODEL LC6 S/N G6B17268 12 MO   4010 BLUE STAR PORTABLE 350KW MODEL TD400-001 S/N B-55010 12 MO   4011 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 8 12 MO   4012 ANNUAL LOAD BANK TESTING GENERATOR BUILDING B21 12 MO   4013 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 100LS 12 MO   4014 ANNUAL LOAD BANK TESTING GENERATOR #1 BUILDING 100 12 MO   4015 ANNUAL LOAD BANK TESTING GENERATOR #2 BUILDING 100 12 MO   4016 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103 12 MO   4017 ANNUAL LOAD BANK TESTING GENERATOR BUILDING 103A 12 MO   TOTAL OPTION YEAR_______________ Award shall be made to the offeror whose quotation offers the best price to the Government. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor "in relationship of this requirement, and (3) past performance.     Basis of Award I. BASIS FOR AWARD Award will be made to the lowest priced after finding technically acceptable responsible offeror, whose offer conforms to all stated terms, conditions, representations, certifications, and any other information required by this solicitation. Offers will be ranked by price first then evaluated for technically acceptable. If, the low-priced offer is found to be technically acceptable the evaluation process stops, no other offer will be evaluated. If necessary this process will be performed until there is a low priced technically acceptable offer. If no offer is technically acceptable the government will make a determination to re-solicit. Technical tradeoff will not be made and no additional credit will be given for exceeding the minimum requirements. In the event an offeror s proposal is determined to be unacceptable in any of these factors, the entire proposal will be considered unacceptable and the offeror will be ineligible for award. If the contracting officer determines that a small business past performance is not acceptable, the matter shall be referred to the Small Business Administration for a Certificate of Competency determination, in accordance with the procedures contained in Subpart 19.6 and 15 U.S.C. 637(b)(7)). **ALL factors must be rated ACCEPTABLE to be considered for award. II. EVALUATION METHODOLOGY The award decision will be based on the following: Registered in www.sam.gov to receive Government contracts. Registered in www.vip.vetbiz.gov as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (WHEN BIDDING UNDER TIER 1 OR TIER 2). Price All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. Technical Must provide Technical Capabilities Statement referencing work relating to this type of service requirement. Past Performance Must provide a minimum of two (2) past performance experiences related to this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last three (3) years. Offers will be evaluated against the SOW and the stated evaluation criteria. Each factor will be scored as Acceptable or Unacceptable as defined below. All offers are evaluated using the same standards: "Lowest Price, Technically Acceptable" Acceptable ALL of the minimum acceptable criteria are clearly met by the offeror. The offeror meets the minimum performance and technical capability requirements as defined in the solicitation. Unacceptable Not all of the minimum acceptable criteria were met by the offeror. An unacceptable offer contains one or more deficiencies that does not meet the performance and technical capability requirements defined in the solicitation. III. RATING TABLE The following table will be used for each bid offer received in order to score each factor as to whether it is determined to be Acceptable or Unacceptable. REQUIREMENT: _______________________________________ SOLICITATION: _______________________________________ OFFEROR: _______________________________________ LPTA PRICE: _______________________________________ Non- Cost/Price Factors Technically Acceptable/Unacceptable REGISTERED IN VIP SDVOSB OR VOSB REGISTERED IN SAMS TECHNICAL CAPABILITY REFERENCING GENERATOR TYPE WORK PAST PERFORMANCE The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [JAN 2017] FAR 52.212-2, Evaluation Commercial Items [OCT 2014] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [NOV 2017] 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 contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [JAN 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2017] Applies to this acquisition and a statement regarding any addenda are applicable to the acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards [OCT 2016] 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment [OCT 2015] 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns [OCT 2014] 52.219-14 Limitations on Subcontracting [JAN 2017] 52.219-28 Post Award Small Business Program Representation [JUL 2013] 52.222-3 Convict Labor [JUN 2003] 52.222-19 Child Labor [OCT 2016] 52.222-21 Prohibition of Segregated Facilities [APR 2015] 52.222-26 Equal Opportunity [SEP 2016] 52.222-35 Equal Opportunity for Veterans [OCT 2015] 52.222-36 Equal Opportunity for Workers with Disabilities [JUL 2014] 52.222-37 Employment Reports on Veterans [FEB 2016] 52.222-41 Service Contract Labor Standards [MAY 2014] 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) [MAY 214] 52.222-50 Combating Trafficking in Persons [MAR 2015] 52.222-55 Minimum Wages Under Executive Order 13658 [DEC 2015] 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving [AUG 2011] 52.225-13 Restrictions on Certain Foreign Purchases [JUN 2008] 52.232-33 Payment by Electronic Funds Transfer System for Award Management [JUL 2013] Additional Clauses Required: 52.215-22 Limitations on Pass-Through Charges Identification of Subcontract Efforts [OCT 2009] 52.215-23 Limitations on Pass-Through Charges [OCT 2009] 52.217-5 Evaluation of Options [JUL 1990] 52.217-8 Option to Extend Services [NOV 1999] 52.217-9 Option to Extend the Term of the Contract [MAR 2000] 52.237-1 Site Visit [APR 1984] 52.237-2 Protection of Government Buildings, Equipment, and Vegetation [APR 1984] 52.237-3 Continuity of Services [JAN 1991] 52.246-20 Warranty of Services [MAY 2001] 852-237-70 Contractor Responsibilities [APR 1984] 852.270-1 Representative of Contracting Officers [JAN 2008] 852.273-74 Award Without Exchanges [JAN 2003] All bid offerors shall submit the following: One Copy of the Bid Offer for All Items Listed Technical Capabilities Statement in Reference to the Requirement Past Performance within the last 3 years This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a Firm-Fixed Priced Service Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bid offers must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Bid Offers shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 1:00 P.M. MARCH 8, 2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All bid offers shall be emailed to the Contracting Specialist listed below no later than the data and time listed. Any questions or concerns regarding this solicitation including bid offer should be forwarded in writing via e-mail to the Contracting Specialist, cynthia.machuca@va.gov. No phone call shall be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CSCVAMC/WJBDDVAMC/36C24719Q0307/listing.html)
 
Record
SN05232087-F 20190227/190225230025 (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.