MODIFICATION
Y -- Construction Project 663A4-24-203 Replace HVAC HP3, Bldg.19
- Notice Date
- 8/13/2024 1:27:25 PM
- Notice Type
- Solicitation
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024R0082
- Response Due
- 9/12/2024 11:00:00 AM
- Archive Date
- 12/20/2024
- Point of Contact
- Kaycee D Benson, Contractor, Contract Specialist
- E-Mail Address
-
kaycee.benson@va.gov
(kaycee.benson@va.gov)
- Awardee
- null
- Description
- ?.## ADDITIONAL INSTRUCTIONS TO BIDDERS/OFFERORS This acquisition will use best value tradeoff source selection procedures in accordance with FAR Part 15, based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the non-price and price factors. This acquisition is a 100% set-aside for Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. The exclusive responsibility for Source Selection will reside with the Government. Proprietary information submitted in response to this solicitation shall be clearly marked as such and will be protected from unauthorized disclosure as required by Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. 423) (Hereinafter referred to as ""the Act"") as implemented in the FAR. Any unmarked proprietary information will be considered releasable under the restrictions of the Freedom of Information Act. For submission requirements designated as shall or must, failure to provide the requested information may be considered a deficiency. For submission requirements designated as should, failure to provide the requested information may result in a lower rating for the specified factor. FORMAL COMMUNICATIONS The following Points of Contact (POC) are provided for this acquisition. Address any questions or concerns you may have to both of the POCs via email listed below no later than August 29, 2024, 11:00 AM (PST). The government is not obligated to answer any questions submitted after this date. Furthermore, all questions shall be submitted by the prime contractor(s) on behalf of their subcontractor(s) and supplier(s). Questions submitted by subcontractors and/or suppliers directly to the POCs above, or if applicable, the AE of Record, will be rejected and not answered. Clarifications and answers will be provided only in response to written requests for clarification and will be made available to all Offerors simultaneously by Amendment to this solicitation. Written requests for clarification should be emailed to the addresses indicated below. The government assumes no responsibility for non-delivery due to problems with email servers, and no extensions will be granted for these issues. Kaycee Benson Contract Specialist Contractor, Stafford Consulting Company Kaycee.Benson@va.gov Ty Draszt Contracting Officer ty.draszt@va.gov PRE-BID SITE VISIT A formal site visit has been scheduled for this project. This will be the only opportunity for potential Offerors to visit the site. All potential Offerors, subcontractors, and suppliers are strongly encouraged to attend this site visit. See FAR 52.236-27 of this solicitation for further information. GENERAL SUBMISSION REQUIREMENTS Proposals must be submitted electronically via e-mail to the POCs noted in the Formal Communications paragraph above no later than September 10, 2024, at 11:00 AM (PST). Submissions exceeding file 10MB shall be broken into multiple e-mails or coordinated with the POCs to assure successful file sharing. No hard copies of proposals will be accepted (hand delivered or traditional mail). The government reserves the right to request hard copies in binder format in the event of a formal protest. Proposals shall not contain classified data. The use of hyperlinks in proposals are prohibited. The government will not be responsible for proposals delivered to any location or to anyone other than the Contracting Office. Offerors are responsible for ensuring that proposals are submitted so as to reach the Contracting Office by the date and time stated in this solicitation. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete proposal. Failure to furnish a complete proposal at the time of proposal submission may result in an unacceptable proposal that the Government eliminates from consideration for award. The Government will not accept any changes to Offerors' proposals after the closing date of this solicitation (see FAR 15.208 for further information regarding late proposals). Offerors are cautioned that parroting of the requirements of the Plans and Specifications with a statement of intent to perform does not reflect an understanding of the requirement or capability to perform. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of their proposal. Proprietary information should be clearly marked. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an Offeror for any costs. Disposition of Unsuccessful Proposals: in compliance with FAR Subpart 4.8, the Government will retain one copy of all unsuccessful proposals. BID PACKAGE CONTENTS Standard Form (SF) 1442 Solicitation, Offer, and Award: The Offeror must complete and sign the OFFER section of the SF 1442. Please include your company s Unique Entity Identifier associated with SAM.gov in block 14. Acknowledgement of All Amendments: The Offeror must acknowledge and agree to all amendments by either 1.) completing block 19 of the SF 1442, or 2.) returning the signed amendment form(s) with the submission. Bid Guarantee: The Offeror must furnish a bid guarantee (see FAR 52.228-1). The bid guarantee must be provided on Standard Form 24. Representations & Certifications: As the provision at FAR 52.204-7 is included in the solicitation, FAR 52.204-8(d) applies and the fill-in for FAR 52.204-8(b)(2) does not need to be completed. The Offeror is required to complete the annual representations and certifications electronically at https://sam.gov/. Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment: The Offeror must provide their response to FAR 52.204-24(d) Representation, unless the requirements in the first paragraph of this provision have been met. Information Regarding Responsibility Matters: The Offeror must provide their response to FAR 52.209-7(b). Violation of Arms Control Treaties or Agreements: The Offeror must provide their response to FAR 52.209-13(b) Certification. Post-Award Small Business Program Representation: The Offeror must provide their response to FAR 52.219-28(h), if applicable. Tax on Certain Foreign Procurements Notice and Representation: The Offeror must provide their response to FAR 52.229-11(d). Limitations on Subcontracting: The Offeror must complete and sign the VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction required in VAAR 852.219-75 and return it with their bid submission. A copy of the clause to be completed and included with the bid is attached as a separate document (Attachment 06 - Limitations on Subcontracting - Construction). The completed and signed form will become part of the official award documentation. Notice to SDVOSB Joint Venture/Mentor Protegee: Any Offeror submitting a bid as a joint venture must provide a certification from each SDVOSB joint partner, signed by an authorized official of each partner to the joint venture, stating that the parties to the joint venture (1) have entered into a joint venture agreement that fully complies with paragraph (c) of 13 CFR § 128.402 and (2) will perform the contract in compliance with the joint venture agreement. Failure to submit the certification with the Offeror s bid, may deem the bid non-responsive. Contractor Rules of Behavior: Offers must complete the Contractor Rules of Behavior as required by VA Handbook 6500.6. offers must initial and date each page and can be found at Attachment 9 of the solicitation. FORMATTING REQUIREMENTS Proposal submission should be in PDF format compatible with the latest version of Adobe Acrobat. Offerors proposals should consist of two (2) volumes (see content requirements below). Please title files in the following format: Solicitation Number Company Name Volume 1 Technical and Past Performance Proposal Solicitation Number Company Name Volume 2 Price Proposal Each paragraph should be separated by at least one blank line. A standard, 12-point minimum font size applies. Arial or Times New Roman fonts are required. Tables and illustrations may use a reduced font size no less than 8-point and may be landscape oriented. Files should use the following page setup parameters: Margins Top, Bottom, Left, Right 1 Gutter 0 From Edge Header, Footer 0.5 Page Size, Width 8.5 Page Size, Height 11. . If discussions are required, pages that are revised (due to discussions or proposal revisions) should be a different color and have revised information clearly marked by a vertical line in the right margin of the page. The revised pages should be dated. The submission should be clearly indexed and logically assembled. Each volume should be clearly identified and should begin at the top of a page. All pages of each volume should be numbered consecutively and identified by the complete company name, date, and solicitation number in the header and/or footer. A Table of Contents should be included. PAGE LIMITS Proposal Volume Evaluation Factors Description Page Limit 1 1 Technical Approach 40 2 Key Personnel Qualifications 20 3 Past Performance 50 2 4 Price No Limit All pages with written content, including cover letters, Table of Contents pages, tables, illustrations, and appendices will be counted in the page calculation. Pages that exceed the page limitations will be removed, not read, and not evaluated. VOLUME 1 TECHNICAL AND PAST PERFORMANCE PROPOSAL Factor 1: Technical Approach Offerors shall submit a narrative discussion that describes Offerors approaches to the work. The narrative should: Describe an overall approach to the work that demonstrates the Offeror s understanding of the work, including creativity and thoroughness shown in understanding the objectives of the SOW, specific tasks, risks and risk mitigation measures, and planned execution of the project. Provide an organizational diagram showing clear, logical lines of authority from the Project Manager to Subcontracting Management, including Superintendence, Safety, and Quality Control. Describe teaming arrangements, including overall structure and management of the project team; identify roles, responsibilities, and contractual relationships between the various firms. Note: Any substitutions of Key Personnel from those identified in the proposal must be approved by the VA and must have equivalent or more experience. Describe how the Offeror will ensure quality consistently across the team. Factor 2: Key Personnel Qualifications Offerors shall identify and provide résumés for Key Personnel who will perform the work of this project and their assigned roles. Key Personnel will include: the Project Manager, Site Superintendent, Quality Control Manager, and Site Safety and Health Officer (SSHO). All roles shall be filled by separate individuals; dual-hatting is not acceptable. The resume shall be no more than five (5) pages. The resume shall include the following information, at a minimum: Name, job title, and entity employing the individual, Time in position and history of employment in position, Demonstration of experience, education, and certifications, addressed in Section M of this solicitation, Percentage of time dedicated to this project, Two (2) professional references with phone number(s) and email address(es). The Key Personnel proposed for this factor will be binding to the Offeror selected for award. Any changes to Key Personnel after contract award must be approved in writing by the Contracting Officer. Factor 3: Past Performance Offerors shall submit a minimum of two (2) and a maximum of five (5) projects completed (or if not completed at least 75% complete) within the past seven (7) years, as of the issue date of this solicitation, that best demonstrate its team s experience on recent and relevant projects that are similar in scope, complexity, size, and price to the work required under this solicitation. Note: if more than five (5) projects are submitted, only the first five (5) projects will be evaluated. At least two (2) projects shall be provided for the Prime (the entity signing the SF1442). If the Offeror is a Joint Venture (JV), recent and relevant project experience shall be submitted for projects completed by the JV entity. If the JV does not have experience, such projects shall be submitted for each JV partner. To be considered relevant, submitted projects must be similar in scope, complexity, size, and price, as defined in Section M. To be considered recent, submitted projects must be completed (or if not completed at least 75% complete) within the past seven (7) years, as of the issue date of this solicitation. A project is defined as work performed under a single task order or contract. For each project, Offerors should submit past performance information as follows: A narrative of the project that clearly describes the scope of work performed, and the relevancy to, the project requirements of this solicitation (i.e., unique features, area, construction methods, location, customer, etc.). The role of the Offeror or team member on the past project must be clear and related to that entity's roll under this requirement. For Federal Government projects with a CPARS Evaluation: provide the contract number, contract place of performance, and DUNS number. In the case of Indefinite Delivery type contracts, GSA contracts, and Blanket Purchase Agreements, include Task or Delivery Order Numbers. OR For non-Federal Government projects, commercial projects, and Federal Government projects without a CPARS Evaluation: provide a PPQ (see solicitation Attachment 8). The Offeror should complete Blocks 1-4 of the PPQ and send it to the non-Federal project client or commercial project client. The client should complete Blocks 5-8 along with the two-page questionnaire. If the Offeror is unable to obtain a completed PPQ from a client for a project before the proposal closing date, the Offeror should complete and submit, with the proposal, the first page of the PPQ, which will provide contract and client information. The Government may make reasonable attempts to contact the client noted for that project to obtain the PPQ information. However, Offerors should follow-up with clients/references to help ensure timely submittal of questionnaires. Alternatively, Offerors may submit a copy of the client s signed PPQ for a completed contract or task order. In cases where the validity of the completed PPQ is questioned, the government may contact the reference(s) for verification or additional information. Veterans Affairs does not intend to create or maintain a database of PPQs submitted by Offerors. Therefore, it will be Offerors responsibilities to ensure their submission of PPQs in their proposals are relevant to the solicitation. Alternatively, Offerors may obtain an updated/new PPQ from its client(s) for submission as provided above. The Government may use data provided by Offerors in their proposals, and data obtained from other sources, including data in government files. The Government reserves the right to obtain past performance information from any source available and has the right to contact customers other than those listed by the Offeror to evaluate past performance. The Government reserves the right to verify statements the Offeror makes regarding its past performance to determine whether they are substantiated. VOLUME 2 Factor 4: Price Offerors should provide a table of contents and should number all pages consecutively. Volume 2 should be submitted in a separate file from Volume 1. The price proposal should be broken down into sections as defined below. Section 1: The name(s) and title(s) of the person(s) authorized to negotiate and sign a contract. Also, provide a Certificate of Corporate Authority or other applicable documentation of authorized signature(s) for each authorized individual. Section 2: The Offer (the SF1442) duly executed with an original signature by an official authorized to bind the company. Section 3: Acknowledgement of all amendments to the solicitation in accordance with the instructions on the Standard Form 30 (Amendment form). Section 4: The completed Section K of the solicitation (i.e., Representations, Certifications, and Other Statements of Offerors). All cost and pricing data supplied by Offerors will represent data other than certified cost or pricing data as defined by FAR 2.101. Representations, Certifications, and Other Statements may also be accomplished via sam.gov, but must be complete and up to date prior to the proposal deadline. Section 5: Each Offeror is required to complete the bid schedule (page 4 of this solicitation). The base proposal shall include all work identified in the SOW, specifications, and drawings. SECTION M EVALUATION FACTORS FOR AWARD GENERAL INFORMATION The Government intends to award without discussions. In the event that discussions with Offerors are required, a competitive range may be established, and discussions conducted with all Offerors in the competitive range. BASIS FOR AWARD This acquisition will use best value tradeoff source selection procedures in accordance with FAR Part 15, based on the best overall (i.e., best value) proposal that is determined to be the most beneficial to the Government with appropriate consideration given to the non-price and price factors. During the evaluation of each proposal, the government will assign a rating for Factors 1-3. The following factors will be used to evaluate each proposal: Factor 1: Technical Approach Factor 2: Key Personnel Factor 3: Past Performance Factor 4: Price Factors 1-3 are of approximately equal importance. All evaluation factors other than price, when combined, are approximately equal to price (Factor 4). VOLUME 1 TECHNICAL AND PAST PERFORMANCE PROPOSAL The term technical, as used herein, refers to non-price factors other than past performance. The purpose of the technical factor is to assess whether the Offeror s proposal will satisfy the Government s minimum requirements. Factors 1 and 2 will be evaluated using the ratings and descriptions outlined below. Rating Table 1 Technical Approach and Key Personnel Qualifications Rating Descriptions Outstanding Proposal meets all requirements and presents substantial benefits identified by a combination of significant strengths and/or strengths that significantly outweigh risk presented by evaluated weaknesses, if any. Generally, no significant weaknesses are identified. No deficiencies are found. Good Proposal meets all requirements and presents benefits identified by a combination of significant strengths and/or strengths. If weaknesses and/or significant weaknesses are present, the associated risks are outweighed by the evaluated benefits. No deficiencies are found. Acceptable Proposal meets all requirements with essentially offsetting benefits and risks presented by significant strengths, strengths, weaknesses and/or significant weaknesses, if any are present. No deficiencies are found. Marginal Proposal minimally meets all requirements, but risks presented by weaknesses and/or significant weaknesses are not fully offset by strengths or significant strengths, if any are present. No deficiencies are found. Unacceptable Proposal may have significant strengths or strengths. However, the benefits presented are irrelevant because the proposal does not meet all requirements or has a combination of weaknesses, significant weaknesses or deficiencies that present an unacceptable level of risk. Factor 1: Technical Approach Each Offeror will receive a rating from Table 1, above, based upon an evaluation of its proposal for this factor. This factor will evaluate the Offeror s narrative describing its approach for accomplishing the work described in the SOW and project documents. In order to be considered acceptable, the Offeror must demonstrate an understanding of the specific requirements described in the solicitation and demonstrate the ability of their approach to accomplish those requirements. The Government will evaluate the extent to which the narrative: Is logical and free of contradictory or conflicting information. Describes an approach to resourcing, organizing, and communicating on the proposed project that is consistent with requirements in the project description. Provides a level of detail and specificity to this project that demonstrates that the Offeror understands the requirements. Reduces the risk of unsuccessful contract performance. Is realistic and achievable. Factor 2: Key Personnel Qualifications Each Offeror will receive a rating from Table 1, above, based upon an evaluation of its proposal for this factor. At a minimum, the key personnel must meet the minimum experience and education requirements listed below. Position Minimum Qualification Requirements Project Manager Five (5) years construction management experience, BS degree in construction management or engineering related field, and at least one of the following certifications or registrations: Active Certified Construction Manager (CCM) certified by the Construction Manager Certification Institute. OR Active Project Management Professional (PMP) certification issued by the Project Management Institute OR Active Certified Professional Constructor (CPC) certified by the American Institute of Constructors & Constructor Certification Commission OR If no certification, then Project Manager shall have ten (10) years of construction management experience instead of five (5). Site Superintendent Five (5) years of experience as Construction Site Superintendent Completion of OSHA training Contractor Quality Control (CQC) System Manager Five (5) years of construction experience on construction similar to the scope of this contract and have the following: Graduate engineer OR Graduate architect OR Graduate of construction management Safety and Health Officer (SSHO) Completion of the 30-hour OSHA Construction safety class Five (5) years of construction industry safety experience or three (3) years if the proposed SSHO possesses: Certified Safety Professional (CSP) certification OR Certified Construction Safety and Health Technician (CSHT) certification OR A safety and health degree from an accredited university or college An Offeror must receive an acceptable rating for this evaluation factor to be further considered for award. If an Offeror s proposal is deemed unacceptable for Factor 2, the evaluation process will stop, and the government will no longer consider the Offeror for award and evaluate the next lowest offer. Factor 3: Past Performance Each Offeror will receive a rating from Table 3, below, based upon an evaluation of its proposal for this factor. When evaluating experience, the role performed by the Offeror or its subcontractor(s) will be considered for consistency with the proposed role to be performed by the Offeror or subcontractor(s) under this solicitation. There are three aspects to the experience and past performance evaluation: recency, relevancy, and quality of performance which are combined to establish one performance assessment for each Offeror. This evaluation focuses on how well the Offeror performed on the relevant projects submitted and past performance on other projects currently documented in known sources. More emphasis will be placed on the projects submitted. Each past performance submission will be determined as recent or not recent. Then, each recent past performance submission will receive a relevancy rating. Next, each recent and relevant past performance submission will be assessed for quality. As a result of recency, relevancy, and quality assessments of the individual contracts evaluated an overall Past Performance Confidence Assessment Rating will be assigned to the Past Performance evaluation factor. Only Offerors with a Past Performance Confidence Assessment Rating of ""Neutral Confidence"", ""Satisfactory Confidence"", or ""Substantial Confidence"" will be considered eligible for award. Any proposals receiving a past performance evaluation rating of ""Limited Confidence"" or ""No Confidence"" for this factor will not be eligible for award. To be considered recent, projects provided must be completed within the past seven (7) years, as of the issue date of this solicitation. More recent performance will have a greater impact on the Past Performance Confidence Assessment than less recent effort. Relevancy will be determined by projects that demonstrate completion of projects similar in scope, complexity, size, and cost or price to the solicitation requirement. When determining the relevancy of projects submitted for experience, the role performed by the Offeror, or its subcontractor will be considered for consistency with the proposed role to be performed by the Offeror or subcontractor for the solicitation project. The proposal review will only consider the experience or past performance of an Offeror's parent or affiliated companies where the firm's proposal demonstrates that the resources of the parent or affiliated company will affect the performance of the Offeror. The relevant consideration is whether the resources of the parent or affiliated company--its workforce, management, facilities, or other resources--will be provided or relied upon for contract performance, such that the parent or affiliate will have meaningful involvement in contract performance. The proposal must demonstrate a connection between the affiliate s proposed role on the solicitation project and the role of the affiliate on the past performance submitted in order to receive credit for the affiliate s past performance. Proposals may be more highly rated for the performance confidence assessment if they include projects that demonstrate any of the following: If the Offeror is a JV, relevant projects where the JV entities have previously worked together may be considered more favorably than a JV where the entities have not worked together. Projects demonstrating the experience of the Offeror or JV entities may be more highly rated than projects demonstrating the experience of subcontractors. Relevant experience of parent companies or affiliates will be considered equivalent to experience of the Offeror only if the proposal clearly demonstrates the connection between the affiliate's proposed role on the solicitation project and the role of the affiliate on the past performance submitted. Projects where the Offeror demonstrates construction experience with Veterans Affairs may be rated more favorably. Projects where the Offeror demonstrates experience in the same geographical region as the solicitation project may be rated more favorably. The Government will use the following relevancy definitions when assessing relevancy of projects. Table 2 Past Performance Relevancy Ratings Rating Definition Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Quality of performance will be established by review of the past performance record. The Government will consider the performance quality of recent, relevant efforts (how well the contractor performed on the contracts). For each recent, relevant past performance citation reviewed, the quality of the work performed will be assessed. The quality assessment may result in positive or adverse findings. Adverse is defined as past performance information that supports an unsatisfactory rating on any evaluation element or any unfavorable comment received. For adverse information identified, the evaluation will consider the number and severity of the problem(s), mitigating circumstances, and the effectiveness of corrective actions that have resulted in sustained improvements. Offerors will receive an integrated past performance rating at the factor level. More recent performance will have a greater impact on the Past Performance rating than less recent effort. Each Offeror will receive one overall performance confidence rating as shown below. Table 3 Past Performance Confidence Assessments Rating Description Substantial Confidence Based on the Offeror s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully perform the required effort. Satisfactory Confidence Based on the Offeror s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort. Limited Confidence Based on the Offeror s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully perform the required effort. No Confidence Based on the Offeror s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort. Unknown Confidence (Neutral) * No recent/relevant performance record is available, or the Offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. * Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). The government will make an integrated assessment an assign a rating of acceptable or unacceptable for this Factor. A acceptable rating is a result of: An Offeror submitting a list of at least two (2) projects completed (or if not completed at least 75% complete)within the past seven (7) years, as of the issue date of this solicitation, that best demonstrate its team s experience on recent and relevant projects that are similar in scope, complexity, size, and price to the work required under this solicitation. AND An Offeror receiving an integrated Past Performance Confidence Assessment of Substantial Confidence , Satisfactory Confidence , or Unknown Confidence (Neutral) . An Offeror must receive an acceptable rating for this evaluation factor to be further considered for award. If an Offeror s proposal is deemed unacceptable for Factor 1, the evaluation process will stop, and the government will no longer consider the Offeror for award and evaluate the next lowest offer. VOLUME 2 PRICE PROPOSAL Factor 4: Price The contract awarded from this solicitation will be Firm-Fixed-Price construction. Price reasonableness analysis will be performed by the Government to determine that the proposal prices offered are complete, fair, and reasonable. Price reasonableness will be determined in accordance with FAR 15.305(a)(1). Normally, competition establishes price reasonableness. Comparison of the proposed prices is expected to satisfy the requirement to perform a price analysis, however, the Government may, if necessary, request and analyze the Offeror s price breakdown to establish reasonableness of an otherwise successful Offeror s price. The Government reserves the right to conduct price realism analysis. The Government will review the proposed price in the context of the technical proposal. Any inconsistencies between proposed performance and price must be clearly justified. For example, if unique and innovative approaches are the basis for an abnormally low or high price, the nature of the approaches and their impact to the proposed price must be clear in the proposal. For purposes of award, the total evaluated price will include the total price noted in the bid schedule (page 4 of this solicitation). EVALUATION PROCESS AND FINAL SELECTION The Go...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/08594570f616458698b0a8a1c89ae373/view)
- Record
- SN07167491-F 20240815/240813230116 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |