Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2016 FBO #5404
DOCUMENT

S -- MEDICAL WASTE REMOVAL - Attachment

Notice Date
9/7/2016
 
Notice Type
Attachment
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24916Q0782
 
Response Due
9/15/2016
 
Archive Date
11/14/2016
 
Point of Contact
Scheronica Cochran
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested, and a written solicitation will not be issued. Quotes shall reference VA246-16-Q-0782. This request for Quote (RFQ) document and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-89 The Network Contracting Office 9 intends to award a firm-fixed price requirements contract for the Removal of Hazardous Medical Waste at the James H. Quillen VA Medical Center, Juncture of Lamont & Veterans Way, Mountain Home, TN 37684. The North American Industrial Classification System (NAICS) code for this procurement is 562112 with a small business size standard of $38.5 million. This procurement is a Service Disabled Veteran Owned Small Business (SDVOSB) set aside and all eligible offerors may submit quotes. To be considered as eligible for this award, All Offerors must be certified in the Vendor Information Pages (VIP) web site; (www.vip.vetbiz.gov). All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. Wage Determination: http://www.wdol.gov/wdol/scafiles/non-std/96-0223.sca?v=36 STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: Hazardous Medical Waste Pick-Up 2. Scope of Work: The contractor shall provide all supervision, materials and labor resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The service being sought is for the removal of hazardous medical waste from the 621 James H. Quillen Veteran Affairs Medical Center located in Mountain Home, Tennessee 37684 and its satellite locations in Tennessee areas: Knoxville, Morristown, Rogersville, Sevierville, and Virginia areas: Bristol, Norton, Vansant, Jonesville and Marion. Service provider will need to provide weekly pickups at Mountain Home Facility and Knoxville OPC; biweekly at Community Based Outreach Clinic (CBOC's) (TN: Morristown, Rogersville, and Sevierville and additional Knoxville Annex II; VA: Bristol and Norton) and at least once a month service to each Rural Outreach Clinic (ROC) (VA: Jonesville, Marion and Vansant) and have the capability to provide services in times of emergency. Vendor must be able to accommodate all waste per site. Vendor must adhere to all state and federal regulations that govern the transportation and disposal of medical waste. The contractor is responsible for all licenses, and permits to remove, transport, handle, and dispose of biomedical and chemotherapeutic waste. License and permit must be provided upon submission of proposal. Vendor must provide all labor and materials for the disposal of medical waste. 3. Background: James H. Quillen VA Medical Center and satellite facilities produce medical waste while providing medical services to our nations Veterans. Recently, all of the sites listed in the Statement of Work had individual contracts with option years. It is the VA's desire to group all of our facilities into one contract with option years being provided. The following sites and volume of material are to be serviced. STATEMENT OF NEED: VIRGINIA AREAS: Bristol Community Clinic, 2426 Lee highway, Bristol VA 24202 (72 containers) Provide all labor and materials for hazardous medical waste disposal for Bristol Community Based Outpatient Clinic located at Preston Square, 2426 Lee Highway in Bristol, VA 24202 in accordance with specifications for the Bristol Community Based Outpatient Clinic. Services are estimated for a twice a month pick up of three boxes per pick up. Norton Community Clinic, 654 Highway 58 East, Norton VA 24273 (72 containers) Provide all labor and materials for hazardous medical waste disposal for the Norton Community Based Outpatient Clinic located at 654 Highway 58 East, Norton, VA in accordance with specifications. Services are estimated for a twice a month pick up of three boxes per pick up. Jonesville Community Center, 32613 Wilderness Road, Suite 101, Jonesville VA, 24263 (24 containers) Provide all labor and materials for hazardous medical waste disposal for Rural Outreach Clinic. Vendor to pick up waste monthly, (2 boxes) once per month located at 32613 Wilderness Rd., Suite 101, Jonesville, VA 24263. Marion Rural Outreach Clinic, 4453 Lee Hwy, Marion VA 24354 (24 containers) Provide all labor and materials for hazardous medical waste disposal for Rural Outreach Clinic, Marion, VA. Vendor to pick up waste monthly, (2 boxes) once per month located at 4453 Lee Hwy, Marion, VA 24354. Vansant Rural Outreach Clinic, 1941 Lovers Gap Lane, Suite A, Vansant VA, 24656 (24 containers) Provide all labor and materials for hazardous medical waste disposal for Rural Outreach Clinic, Vansant, VA. Vendor to pick up waste monthly (2 boxes) once per month located at 1941 Lovers Gap lane, suite "A", Vansant, VA24656. TENNESSEE AREAS: Rogersville Community Clinic, 401 Scenic Drive, Rogersville TN, 37857 (72 containers) Provide all labor and materials for hazardous medical waste disposal for Rogersville, Community based outpatient clinic located at 401 Scenic Drive, Rogersville, TN 37857 in accordance with specifications for the Rogersville Clinic. Services are estimated for a twice a month pick up of three boxes per pick up. Morristown Rural Outreach Clinic, 920 East Morris Blvd, Morristown, TN37813 (72 containers) Provide all labor and materials for hazardous medical waste disposal for Morristown, 920 East Morris Blvd, Morristown, TN 37813. Services are estimated for a twice a month pick up of three boxes per pick up. Knoxville Outpatient Clinic, 8033 Ray Mears Blvd. Knoxville TN 37919 (150 containers) Provide all labor and materials for hazardous medical waste disposal for Knoxville OPC located at 8033 Ray Mears Blvd. Knoxville TN 37919. Services are estimated for a weekly pick up of 11 boxes per month. Sevierville Outpatient VA Clinic, 1124 Blanton Drive, suite 100, Sevierville, TN 37862 (80 container) Provide all labor and materials for hazardous medical waste disposal for Sevierville Clinic located at 1124 Blanton Drive, suite 100, Sevierville, TN 37862. Services are estimated for a twice a month pick up of three boxes per pick up. Knoxville Annex II located at 1521 Downtown West Blvd, Knoxville TN 37919 (80 containers) Provide all labor and materials for hazardous medical waste disposal for Knoxville Annex II located at 1521 Downtown West Blvd, Knoxville TN 37919. Services are estimated for a twice a month pick up of three boxes per pick up. 621 James H. Quillen VAMC Corner of Lamont & Veterans Way Mountain Home, TN 37684 (900lbs per week or 1539 containers) Any containers are to be at least 30 gallon/boxes 50 pounds and shall be designed and identified as dedicated medical waste containers for packaging, storing and transporting medical waste and shall be approved by the state of VA. Contractor is responsible for maintaining containers. Containers must be clean, free from any foreign debris both inside and out. Containers must be sturdy, rigid, leak-proof, impervious and capable of being sealed. 4. Performance Period: Base plus 4 - one year options C. GENERAL REQUIREMENTS Containers shall be identified with the international biohazards symbol and the warning "Biohazard Waste". The containers shall be stackable to allow for minimal storage space requirements. The plastic containers may be placed in cardboard boxes. The contractor shall provide a method of tracking waste from point of generation to treatment/disposal site with a bar code scan. Bar coding capabilities shall include tracking from individual generation sites with detailed monthly reports generated by contractor and provided to Contracting Officer Representative (COR) on a monthly basis. Reports will detail the weight # of pounds and certifying the number of containers and types of waste removed from the site for destruction of each individual department as well as total facility weight however unit cost for this facility is based on a per pick up charge. The containers will be returned in a clean and ready for use position, free of debris. Biohazardous containers will be red and any chemotherapy drums or boxes are to be yellow. Reports are to be sent to the COR on the same day. The manifest report is 4 part. Two copies are to be provided to the COR Copy #1 is the generators copy of the pickup and copy #2 indicates final destruction. The contractor is responsible for all licenses, and permit to remove, transport, handle, and dispose of biomedical and chemotherapeutic waste. License and permit must be provided upon submission of proposal. The contractor will report to the COR all spills and personal exposures during waste preparation, packaging and transportation. The contractor will be responsible and clean up and spills. The contractor shall bear the cost of clean-up and report incidents to the COR immediately. Spills must abide by the requirements of the State, county, municipality township or regulatory entity that wastes covered by this contract may pass through or into in fulfillment of this contract. Prior to start of work, contractor shall provide an itemized list of containers used and weight of containers. Any changes will be reported immediately to the COR. The title for biohazardous waste will be transferred to and vested in the contractor once the waste is fully loaded onto the contractor's vehicle. The contractor shall be available 24 hours a day seven days a week including holidays. In the event the contractor is unable to meet the VA scheduled pickup or on call time frame, the VA reserves the right to obtain the services from another source and to charge the contractor with any excess cost which may result from obtaining an alternative source. Locations may be changed at any time by submission of COR request in writing. Vehicles must be properly licensed and have the required permits to remove waste as governed by all local, state and federal statutes and regulations. All waste will be transported to an approved treatment site. Contractor is responsible for providing an acceptable back up plan to insure adequate disposal if treatment site is inoperable. Contractor shall provide one in-service training on blood borne pathogens, proper handling and segregation of biohazardous waste at an agreeable time between contractor and COR. Hazardous Waste: Hazardous waste is divided into listed wastes which are organized into categories: The F List: Non specific source wastes: This list identifies wastes from common manufacturing and industrial processes, such as solvents that have been used in cleaning or degreasing operations. The F-listed wastes are known as wastes from non-specific sources Reference Regulations of 40 CFR 261.31 accessed at http://ecfr.gpoaccess.gov. The K-list source specific wastes. This list includes certain wastes from specific industries such as petroleum refining or pesticide manufacturing. Certain sludges and wastewaters from treatment and production processes in these industries are examples of source specific wastes. Wastes included in this list can be found at regulations at 40 CFR 261.32. The P-list and the U-list (discarded commercial chemical products). These lists include specific commercial chemical products in an unused form. Some pesticides and some pharmaceutical products become hazardous waste when discarded. Wastes included on the P and U lists can be found in regulations at 40 CFR 261.33 (website: http://ecfr.gpoaccess.gov. Characteristics wastes may be considered hazardous waste if it exhibits one of the four characteristics defined in 40 CFR Part 261 Subpart C Ignitability, corrosivity, reactivity and toxicity. 1.Ignitability - Ignitable wastes can create fires under certain conditions, are spontaneously combustible, or have a flash point less than 60 °C (140 °F). Examples include waste oils and used solvents. For more details, see 40 CFR §261.21. Test methods that may be used to determine ignitability include the Pensky-Martens Closed-Cup Method for Determining Ignitability (Method 1010A) (PDF) (1 pg, 19K), the Setaflash Closed-Cup Method for Determining Ignitability (Method 1020B) (PDF) (1 pg, 17K), and the Ignitability of Solids (Method 1030) (PDF) (13 pp, 116K). 2.Corrosivity - Corrosive wastes are acids or bases (pH less than or equal to 2, or greater than or equal to 12.5) that are capable of corroding metal containers, such as storage tanks, drums, and barrels. Battery acid is an example. For more details, see 40 CFR §261.22. The test method that may be used to determine corrosivity is the Corrosivity Towards Steel (Method 1110A) (PDF) (6 pp, 37K). 3.Reactivity - Reactive wastes are unstable under "normal" conditions. They can cause explosions, toxic fumes, gases, or vapors when heated, compressed, or mixed with water. Examples include lithium-sulfur batteries and explosives. For more details, see 40 CFR §261.23. There are currently no test methods available. 4.Toxicity - Toxic wastes are harmful or fatal when ingested or absorbed (e.g., containing mercury, lead, etc.). When toxic wastes are land disposed, contaminated liquid may leach from the waste and pollute ground water. Toxicity is defined through a laboratory procedure called the Toxicity Characteristic Leaching Procedure (TCLP) (Method 1311) (PDF) (35 pp, 288K). The TCLP helps identify wastes likely to leach concentrations of contaminants that may be harmful to human health or the environment. For more details, see 40 CFR §261.24. Universal Wastes: examples are batteries, pesticides, mercury containing equipment and bulbs (lamps) Wastes subject to this system will go to appropriate treatment or recycling facilities pursuant to the full hazardous waste regulatory controls Reference: 40 CFR part 273. The applicable State regulations will apply. Hazardous waste transporters move waste from one site to another by highway, rail, water or air. Federal and in some cases State regulations govern hazardous waste transportation including the manifest system. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written modifications to the contract by the CO. A copy of each modification will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the COR with monthly bi-weekly written progress reports original plus 2 copies. Two copies are to be provided to the COR Copy #1 is the generators copy of the pickup and copy #2 indicates final destruction. These are due to the COR by the second workday following the end of each calendar month, throughout the project's duration. The COR is required to provide monthly progress reports to the Contracting Officer by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. I. TRAVEL Travel to the following VA sites will be required. Veteran Affairs Medical Center located in Mountain Home West Virginia and its satellite locations in Bristol, Norton, Rogersville, Jonesville, Sevierville, Knoxville, Morristown, Vansant, and Marion. Trips will need to be made bi-weekly with the possibility of more pick-up runs depending on the demand of each individual site. "Travel and per diem shall be reimbursed in accordance with VA/Federal Travel Regulations." J. GOVERNMENT RESPONSIBILITIES No government furnished property will be provided. K. CONTRACTOR EXPERIENCE REQUIREMENTS "The contractor must inform the VHA COR when personnel are removed from the contract for any reason. "If a key person becomes unavailable to complete the contract, proposed substitutions of key personnel shall be made to the COR and CO. " L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this contract, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the contract. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this contract. No information shall be released by the contractor. Any request for information relating to this contract, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Base Year: October 1, 2016 - September 30, 2017 LOCATION SCHEDULE OF SERVICESESTIMATED QUANTITYFREQUENCYUNIT PRICE 1James H. Quillen VAMC1539Weekly$ 2Morristown Rural Outreach Clinic72Bi monthly 3Rogersville CBOC72Bi monthly 4Knoxville Outpatient Clinic150Weekly 5Knoxville Annex II80Bi monthly 6Sevierville Outpatient Clinic80Bi monthly 7Jonesville Community Center24Monthly 8Bristol CBOC72Bi monthly 9Norton CBOC72Bi monthly 10Vansant Rural Outreach Clinic24Monthly 11Marion Rural Outreach Clinic24Monthly Total Base Year $________________ Option Year 1: October 1, 2017 - September 30, 2018 LOCATION SCHEDULE OF SERVICESESTIMATED QUANTITYFREQUENCYUNIT PRICE 1James H. Quillen VAMC1539Weekly$ 2Morristown Rural Outreach Clinic72Bi monthly 3Rogersville CBOC72Bi monthly 4Knoxville Outpatient Clinic150Weekly 5Knoxville Annex II80Bi monthly 6Sevierville Outpatient Clinic80Bi monthly 7Jonesville Community Center24Monthly 8Bristol CBOC72Bi monthly 9Norton CBOC72Bi monthly 10Vansant Rural Outreach Clinic24Monthly 11Marion Rural Outreach Clinic24Monthly Total Option Yr. 1 $______________ Option Year 2: October 1, 2018 - September 30, 2019 LOCATION SCHEDULE OF SERVICESESTIMATED QUANTITYFREQUENCYUNIT PRICE 1James H. Quillen VAMC1539Weekly$ 2Morristown Rural Outreach Clinic72Bi monthly 3Rogersville CBOC72Bi monthly 4Knoxville Outpatient Clinic150Weekly 5Knoxville Annex II80Bi monthly 6Sevierville Outpatient Clinic80Bi monthly 7Jonesville Community Center24Monthly 8Bristol CBOC72Bi monthly 9Norton CBOC72Bi monthly 10Vansant Rural Outreach Clinic24Monthly 11Marion Rural Outreach Clinic24Monthly Total Option Yr. 2 $________________ Option Year 3: October 1, 2019 - September 30, 2020 LOCATION SCHEDULE OF SERVICESESTIMATED QUANTITYFREQUENCYUNIT PRICE 1James H. Quillen VAMC1539Weekly$ 2Morristown Rural Outreach Clinic72Bi monthly 3Rogersville CBOC72Bi monthly 4Knoxville Outpatient Clinic150Weekly 5Knoxville Annex II80Bi monthly 6Sevierville Outpatient Clinic80Bi monthly 7Jonesville Community Center24Monthly 8Bristol CBOC72Bi monthly 9Norton CBOC72Bi monthly 10Vansant Rural Outreach Clinic24Monthly 11Marion Rural Outreach Clinic24Monthly Total Option Yr. 3 $_______________ Option Year 4: October 1, 2020 - September 30, 2021 LOCATION SCHEDULE OF SERVICESESTIMATED QUANTITYFREQUENCYUNIT PRICE 1James H. Quillen VAMC1539Weekly$ 2Morristown Rural Outreach Clinic72Bi monthly 3Rogersville CBOC72Bi monthly 4Knoxville Outpatient Clinic150Weekly 5Knoxville Annex II80Bi monthly 6Sevierville Outpatient Clinic80Bi monthly 7Jonesville Community Center24Monthly 8Bristol CBOC72Bi monthly 9Norton CBOC72Bi monthly 10Vansant Rural Outreach Clinic24Monthly 11Marion Rural Outreach Clinic24Monthly Total Option Yr. 4 $______________ The following FAR clauses and provisions apply to this solicitation: 52.203-16Preventing Personal Conflicts of Interest 52.203-17Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights 52.203-98Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation 52.203-99Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements 52.204-9Personal Identity Verification of Contractor Personnel 52.204-16Commercial and Government Entity Code Reporting 52.204-17Ownership or Control of Offeror 52.204-18Commercial and Government Entity Code Maintenance 52.209-7Information Regarding Responsibility Matters (Jul 2013) (a) Definitions. As used in this provision- "Administrative proceeding" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. "Federal contracts and grants with total value greater than $10,000,000" means- (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in- (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). (End of provision) 52.212-1Instructions to Offerors-Commercial Items 52.212-4Contract Terms and Conditions-Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Oct 2001) of 52.219-9. ___ (iii) Alternate II (Oct 2001) of 52.219-9. ___ (iv) Alternate III (Oct 2015) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). ___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). ___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). ___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (38) (i) 52.223-13, Acquisition of EPEAT ® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (39) (i) 52.223-14, Acquisition of EPEAT ® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (i) 52.223-16, Acquisition of EPEAT ® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. ___ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (45) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (46) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (47) 52.225-5, Trade Agreements (Feb 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (48) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (49) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (50) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (51) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (52) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (53) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ___ (54) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (55) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (56) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (57) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (58) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (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). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause". Alternate II (Mar 2016). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d) (1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to- (i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and (ii) Interview any officer or employee regarding such transactions. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than- (i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and (ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). (C) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (E) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (F) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (J) ____ (1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (K) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (L) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). (M) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (O) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (P) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. [Class Deviation- 2013-O0019, Commercial Item Omnibus Clauses for Acquisitions Using the Standard Procurement System. This clause deviation is effective on Sep 25, 2013, and remains in effect for five years, or until otherwise rescinded 52.216-1Type of Contract As prescribed in 16.105, complete and insert the following provision: Type of Contract (Apr 1984) The Government contemplates award of a _________ [Contracting Officer insert specific type of contract] contract resulting from this solicitation. (End of Provision) 52.217-5Evaluation of Options 52.217-8Option to Extend Services 52.217-9Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed September 30, 2021. 52.232-18Availability of Funds 52.232-38Submission of Electronic Funds Transfer Information with Offer 52.232-40 Providing Accelerated payments to Small Business Subcontractors 52.233-2Service of Protest (Sep 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from ______________________. [Contracting Officer designate the official or location where a protest may be served on the Contracting Officer.] (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) The following VAAR clauses and provisions apply to this solicitation: 852.203-70Commercial Advertising 852.215-70Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.219-10VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside 852.232-72Electronic Submission of Payment Requests 852.237-70Contractor Responsibilities 852.270-1Representatives of Contracting Officers Full text can be obtained at http://www.acquisition.gov/far/index.html LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes VAAR 852.215-70, Service Disabled Veteran-Owned and Veteran-Owned Small Business Factors, and VAAR 852.217-71, Evaluation Factors. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an "Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement" to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. Submission of Quote: The Offeror shall submit their quote on company letterhead and shall include unit price, total, unit quantity, terms of any express warranty, unit price, overall total price, applicable shipping charges and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov. Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. The offeror shall provide past performance evidence. This assessment is based on the offeror's record of relevant and recent past performance information that pertains to services outlined in the solicitation requirements. The offeror shall provide evidence that all workers (engineers, technicians and helpers) must have certification/documentation as evidence of their degree of training and skills in order to perform the requirements in the solicitation. Certification/documentation must be submitted at the time of offer. All quotes received without this documentation will not be considered. All questions should be emailed to Scheronica.cochran@va.gov, by Wednesday, September 9, 2016 by 10:00am CST. The subject line must specify VA249-16-Q-0782 - Hazardous Medical Waste Removal. All responses to questions will be incorporated into a written amendment posted to the Federal Business Opportunities website (www.fbo.gov). Offerors are encouraged to monitor the Federal Business Opportunities website with respect to this solicitation because any amendments to this Solicitation will be posted on the website (www.fbo.gov). There will be no automated email notification of amendments. Quotes must be received by Friday, September 15, 2016 10:00am CST. Email your quote to Scheronica.cochran@va.gov. The subject line must specify VA249-16-Q-0782 - Hazardous Medical Waste Removal. In addition, the quote should be broken down according to the attached price schedule. The solicitation package will be posted on FedBizOpps, which can be accessed at www.fedbizopps.gov. The Government will not provide paper copies of the solicitation. Telephone, written, or facsimile, requests, for the solicitation package will not be honored. All interested parties MUST be registered in the System for Award Management (SAM) Database and have completed On-Line Representation and Certifications Application (ORCA) in order to receive a contract award. If you are not registered with SAM, you may request an application via phone at 866-606-8220 or register on-line at https://www.sam.gov. To keep informed of changes: Check www.fedbizopps.gov frequently. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24916Q0782/listing.html)
 
Document(s)
Attachment
 
File Name: VA249-16-Q-0782 VA249-16-Q-0782.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2990079&FileName=VA249-16-Q-0782-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2990079&FileName=VA249-16-Q-0782-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04261309-W 20160909/160908000511-43316968e90cd8b27b2f2e278b937860 (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.