Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 30, 2024 SAM #8312
SOLICITATION NOTICE

73 -- Equipment, Dishwasher Machine - Food Service Richard L Roudebush VA Medical Center

Notice Date
8/28/2024 1:31:48 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q1001
 
Response Due
9/10/2024 9:00:00 AM
 
Archive Date
10/10/2024
 
Point of Contact
Alice Clark, Contract Specialist
 
E-Mail Address
alice.clark@va.gov
(alice.clark@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular #2024-06 (July 25, 2024). This solicitation is a Small Business Total Set-Aside. FAR 19 Small Business Programs. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310 (Other Commercial and Service Industry Machines), with a small business size standard of 1,000 employees. The FSC/PSC is 7320 (Kitchen Equipment and Appliances). The Richard L. Roudebush Veterans Affairs Medical Center, Nutrition and Food Services, 1481 West 10th Street, Indianapolis, Indiana 46202 is seeking the procurement, delivery, and installation of a flight type rackless conveyor dishwasher. The offeror will also be required to disassemble, remove, and dispose of the current Hobart FT900 dishwasher. All interested offerors shall provide quotes for the following: Description Quantity Unit of Measure Unit Price Total Price Flight Type Rackless Conveyor Dishwasher 1 EA     Installation New Diswasher 1 EA     Delivery New Dishwasher 1 EA     Removal Old Dishwasher (Hobart FT900) 1 EA     Disposal Old Dishwasher (Hobart FT900) 1 EA     STATEMENT OF WORK 1. INTRODUCTION The Richard L. Roudebush Veterans Affairs Medical Center, Nutrition and Food Services, 1481 West 10th Street, Indianapolis, Indiana 46202 is seeking the procurement, delivery, and installation of a flight type rackless conveyor dishwasher. The offeror will also be required to disassemble, remove, and dispose of the current installed Hobart FT900 dishwasher. 2. GENERAL CONDITIONS The offeror will provide all labor, materials, and equipment to purchase and install a new dishwasher, as well as dismantle, remove, and dispose of the current dishwasher and conveyor system. All work must be performed in accordance with the manufacturer(s) specifications, standard industry practice, National Fire Prevention Association (NFPA) codes, the National Electrical Code (NEC), Uniform Mechanical Code (UMC), Uniform Plumbing Code (UPC), Uniform Building Code (UBC), comply with unified facility code (UFC), and requirements of this Statement of Work (SOW). Burn permits are required for welding. 2.1 General Operation 2.1.1 On-site assembly and installation on items, and performance of services identified in this document will be scheduled Monday through Friday, between the hours of 0600 and 1630, excluding federal holidays (New Year s Day, Martin Luther King, Jr. Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, and Christmas). Federal holidays that occur upon Sunday are observed on the Monday following the holiday. Extended workdays (irregular hours, weekends, extended work hours) can be coordinated with prior permission with the Contract Officer Representative (COR), Michael Herrick (michael.herrick@va.gov) 2.2 Deliver Coordination 2.2.1 Delivery will be made to the dock Monday Friday between the hours of 8:00 4:00, excluding holidays. Prior to delivery, the COR shall receive shipping information from offeror via email at michael.herrick@va.gov. The COR will forward to Logistics. 2.2.2 Offeror will coordinate delivery of the new equipment so that it will be delivered no more than five (5) business days in advance prior to the start of work. 2.2.3 A Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to the dock at the same time. 2.2.4 If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure to coordinate shipment with COR may result in failure to deliver and cause re-scheduling of delivery/freight at no charge to the government. 2.3 Facility Requirements 2.3.1 To gain access to the VA medical center, the offeror and their employees will be escorted when at the facility and while performing the Statement of Work. Offeror personnel are only to be in their assigned areas and are not allowed in other areas without section supervision approval and/or escort. The COR will also arrange a meeting for your team to receive vendor badges from a Security Assistant Representative. 2.3.2 Debris: Offeror shall remove all debris from the work site daily. A final cleanup must be conducted when the work is complete and prior to final inspection. 2.3.3 Site Damage: Offeror shall be responsible for all facility and equipment damage incurred during this project and shall return damaged areas to original condition at no additional cost to the government. 2.3.4 Offeror is responsible for the security of tools and equipment being used at the project site. At no time will the government be responsible for lost, damaged, or missing tools, equipment, or parts that are property of the offeror on the jobsite. 2.4 Power 2.4.1 Electrical power required for the construction work will be made available to the offeror at no cost. 2.4.2 The offeror at their expense, must provide all temporary connections, fittings, etc., from the source to the point of use. 3. FUNCTIONAL AND TECHINCAL SPECIFICATIONS: Any product quoted shall meet the functional and technical specification listed below: 3.1 General Equipment Specifications 3.1.1 Dimension of flight type rackless conveyer dishwasher: Approximate total length must not exceed 25.00 feet (overall length), include the following sections listed below with appropriate zone separators as needed. Loading section Prewash section Wash tank Pumped rinse section Drying section Unloading section 3.1.2 Applicable Temperatures: (a) Pre-wash from 37.8C-60C (100-140F) (b) Wash from 66-71C (150-160F) (c) Pumped Rinse from 71-82C (160-180F) (d) Final Rinse from 82-90.5C (190-195F) 3.1.3 A thermometer/gauge of equal accuracy must be provided, which indicates the temperatures of the final rinse water as it enters the manifold. 3.1.4 Heating is electrical. 3.1.5 Motor Horsepower: Prewash greater than or equal to 3 HP Wash greater than or equal to 3 HP Power Rinse greater than or equal to 1 HP Final Rinse greater than or equal to 1/2 HP 3.1.6 Must include zone separators or appropriate place to install/hang soap/rinse agent dispensers. 3.1.7 Dishes/Hour - Capacity: Ability to clean a minimum of 10,000 plates per hour. 3.1.8 Power Supply: 208-240V/60Hz/3Ph 3.1.9 Belt width greater than or equal to 29 (736.6 mm) 3.1.0 ENERGY STAR Qualified 3.1.11 Water Usage: less than 100 gallons hour 3.1.12 Insulated stainless-steel door/construction. 3.1.13 Other key features/additional components that will be considered: (a) Auto-delime (b) Auto clean (c) Water Disposal System/Collector 3.1.14 Water Quality: Total water hardness within 1-3 grains per 1 US gallon. 3.2 Installation Requirements 3.2.1 Work includes installation of the new dishwasher and a functionality check. This will include all electrical and wiring, if necessary, with review and approval from the Facility/Engineering. Prior to working, ALL energy sources (electrical, water, etc.) shall be locked and tagged out, and upon completion of work, will be re-energized and verified. 3.2.2 The offeror is responsible for ensuring all equipment is properly connected and functioning. The space for this equipment is designed. The new dishwasher must meet the specifications to enable it to fit in the space, use current electrical setup, duct work, and drain specifications. Exact steam pipe location will be directed by the Facility/Engineering upon selection of offeror. (Refer to 3.2.9) 3.2.3 The offeror is responsible to attach custom SST duct work between the machine and ceiling. 3.2.4 The offeror must connect water with point of use water softener within 5 of connection point (final connection to equipment) 3.2.5 The offeror must connect the drain line to open site drain within 5 of connection point (final connection to equipment) 3.2.6 The offeror must connect the electrical to existing utilities within 5 of connection point (final connection to equipment) 3.2.7 The offeror must provide and hang hood and connect to existing duck work (modify duct to connect to new dish machine to existing ceiling duct. 3.2.8 The offeror must attach all accessories (soap, sanitizer, etc) 3.2.9 STEAM Exact steam pipe location will be directed by the Facility/Engineering upon selection of offeror. VA Engineering will remove the steam pipes and re-roue to the sub-basement, no work is required by the vendor to move the steam pipe. VA Engineering will reroute steam piping to within 12 inches of the offeror s request. 3.2.10 The water disposal system/collector, part of the tray line, will not be replaced. 3.3 Dismantling, Removal, and Disposal 3.3.1 Work includes dismantling the existing/current Hobart FT900 dishwasher machine, conveyor belt system, and attachments. Pictures of current configuration are attached. (Attachments 1-4) The conveyor belt system will have to be disassembled and removed to access the dishwasher. All equipment will have to be completely disassembled to fit through a door opening of 46 inches wide and 84 inches tall. 3.3.2 The offeror shall safely dispose of the Hobart FT900 by preparing, disconnecting, removing, and draining it. 3.3.3 The offeror shall prioritize safety and ensure adequate tools and equipment needed to allow for a safe dismantling of the machine are available. 3.3.4 The offeror will ensure that all electrical/power, water, and steam are properly disconnected and shut off to prevent accidents. 3.3.5 The offeror will ensure that any liquid is suitably extracted to avoid contamination and spills. 3.3.6 The offeror shall safely disconnect and remove any attached components. 3.3.7 The offeror shall dismantle/disassemble the existing/current Hobart FT900 dish washing machine. 3.3.8 The offeror will determine the proper disposal method, according to local regulations, for the existing/current Hobart FT900 dish washing machine. 3.3.9 The offeror shall remove the Hobart FT900 from its location to a proper disposal receptacle. 3.3.10 The offeror shall physically remove the Hobart FT900 from the property in an appropriate waste container. 4. WARRANTY 4.1 The offeror shall provide a warranty for the installation . 5. COMMISSIONING 5.1 A walk-through will take place within 5 days of installation with the COR. The offeror must demonstrate functionality and compliance acceptable to all safety standards. All deficiencies must be rectified by the offeror at no extra charge to the Government in a later specified amount of time if/when any defects are noted. 5.2 The offeror is responsible for ensuring all equipment is properly connected and functioning. 5.3 After installation the offeror shall train facility employees on the proper use and maintenance of the system. Offeror shall provide an electronic copy of user/training manual. 5.4 Offeror shall provide maintenance training to the Engineering Team. 6. PERIOD OF PERFORMANCE 6.1 Period of performance is flexible; however, the vendor must remove/dispose of the old dishwasher within 60 days after receipt of award. VA Engineering will then remove the steam pipes and re-route based on the new dishwasher specifications. After the steam pipes have been re-routed, the vendor will complete the install within four weeks. Place of Delivery Address: Richard L. Roudebush VA Medical Center 1481 West 10th Street Indianapolis, Indiana Postal Code: 46202 Country: UNITED STATES Place of Performance/Project Location Address: Richard L. Roudebush VA Medical Center Main Hospital, Second Floor, Room CB156 1481 West 10th Street Indianapolis, Indiana Postal Code: 46202 Country: UNITED STATES 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 Products and Commercial Services (SEPT 2023) FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Service or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders Representation and Disclosures (DEC 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2023) FAR 52.212-2, Evaluation Commercial Products and Commercial Services (NOV 2021) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.225-2, Buy American Certificate (OCT 2022) FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) VAAR 852.273-70, Late Offers (NOV 2021) (End of Addendum to FAR 52.212-1) The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.225-1, Buy American Supplies (OCT 2022) FAR 52.237-1, Site Visit (APR 1984) VAAR 852.201-70, Contracting Officer s Representative (DEC 2022) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.208-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors Orders or PBAs (JAN 2023) VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) VAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.211-72, Technical Industry Standards (NOV 2018) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) VAAR 852.246-73, Noncompliance with Packaging, Packing, and/or Marking Requirements (OCT 2018) VAAR 852.247-74, Advance Notice of Shipment (OCT 2018) (End of Addendum to FAR 52.212-4) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (MAY 2024) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraph (a) (1) (7) Subparagraph (b) (4),(9), (31),(32),(33),(34),(35),(36),(37),(38),(39),(48),(51), and (59) All offerors shall submit the following: The offeror shall submit a quote, with sufficient documentation to evaluate the functional and technical specifications compared to Statement of Work, Buy American Act Certificate, Warranty/Extended Warranty details and Delivery/Installation Schedule. All quotes shall be sent to the Contract Specialist, Alice Clark at alice.clark@va.gov. Telephone responses shall not be accepted. Responses must be received no later than September 10, 2024, at 12:00 p.m. EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact To obtain clarifications and/or additional information concerning the contract requirements or specifications, submit an email to Alice.Clark@va.gov. All inquiries will be responded to as necessary in amendment format which will be posted on http://www.sam.gov The deadline for submission of clarifications and/or additional information concerning this solicitation is September 5, 2024, at 12:00 PM (EST). No questions will be answered after this date/time unless determined to be in the best interest of the Government determined by the Contracting Officer. Telephone inquiries will not be accepted or returned. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Price, sufficient documentation to evaluate functional and technical specifications compared to Statement of Work, Buy American Act Certificate, Warranty/Extended Warranty, and Delivery/Installation schedule. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. To facilitate the award process, all quotes 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:"" Quoters shall list exception(s) and rationale for the exception(s), if any. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provision is incorporated into 52.212-1 as an addendum to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition Is set aside for small business and has a value above the simplified acquisition threshold; or Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show            (1) The solicitation number;            (2) The time specified in the solicitation for receipt of quotations;            (3) The name, address, and telephone number of the quoter; (4) Technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;            (5) Terms of any express warranty;            (6) Price and any discount terms;            (7) ""Remit to"" address, if different than mailing address; (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically);            (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart  4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.       (1) Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:                 (i) ASSIST ( https://assist.dla.mil/online/start/).                 (ii) Quick Search ( http://quicksearch.dla.mil/).            (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the solicitation requires the contractor to be registered in the System for Award Management (SAM).) The quoter must enter, in the block with its name and address on the cover page of its quote, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the quoters name and address. The quoter also must enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the UEI. The suffix is assigned at the discretion of the quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart  32.11) for the same entity. If the quoter does not have a UEI, it should contact the entity designated at www.sam.gov for UEI establishment directly to obtain one. The quoter should indicate that it is a quoter for a Government contract when contacting the entity designated at www.sam.gov for establishing the UEI. (k) [Reserved] (l) Requests for information. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). However, quoters may request information on purchase order(s) resulting from this solicitation with the CO. (End of Provision) ATTACHMENT ONE ATTACHMENT TWO ATTACHMENT THREE ATTACHMENT FOUR
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6645a417f7f941fb9cedaf219fbe6d73/view)
 
Place of Performance
Address: Department of Veterans Affairs Richard L Roudebush VA Medical Center ATTN: Nutrition Food Services 1481 West 10th Street, Indianapolis 46202
Zip Code: 46202
 
Record
SN07190681-F 20240830/240828230131 (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 |
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.