DOCUMENT
S -- Valet Parking Services for Patients of the VA Salt Lake City Health Care System. - Attachment
- Notice Date
- 9/11/2016
- Notice Type
- Attachment
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 19;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25916R0543
- Response Due
- 9/16/2016
- Archive Date
- 11/15/2016
- Point of Contact
- Pamela Barnes
- 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 FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation VA259-16-R-0543 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85, effective June 15, 2016. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 812930, with a small business size standard of $38.5 MILLION. This solicitation is set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES/VETERAN OWNED-SMALL BUSINESSES. The following is a list of the contract line item numbers, quantities and units of measure including options. This contract will be effective for a base period of six months with the option to extend the contract for one (1) one-year option period. VALET PARKING SERVICES FOR THE SALT LAKE CITY HEALTH CARE SYSTEM - BASE YEAR: SEPTEMBER 30, 2016 THROUGH MARCH 31, 2017 CLINDESCRIPTIONQTYUNITUNIT COSTTOTAL COST 0001Valet Manager (1)2080HOURS $_________$_________ 0002Valet Supervisor (up to two personnel)4160HOURS $_________$_________ 0003Valet (up to 16 personnel)33,280HOURS $_________$_________ TOTAL COST, ALL CLINS, BASE YEAR: $_____________________________ ? VALET PARKING SERVICES FOR THE SALT LAKE CITY HEALTH CARE SYSTEM - OPTION YEAR 1: APRIL 01, 2017 THROUGH MARCH 31, 2018 CLINDESCRIPTIONQTYUNITUNIT COSTTOTAL COST 0001Valet Manager (1)2080HOURS $_________$_________ 0002Valet Supervisor (up to two personnel)4160HOURS $_________$_________ 0003Valet (up to 16 personnel)33,280HOURS $_________$_________ TOTAL COST, ALL CLINS, OPTION YEAR 1: $_____________________________ TOTAL COST, ALL CLINS, BASE PLUS ONE OPTION YEAR : $_____________________________ ? STATEMENT OF WORK - VALET PARKING SALT LAKE CITY VA MEDICAL CENTER GENERAL The contractor shall provide valet parking services at the Department of Veterans Affairs Medical Center, 500 Foothill Blvd, Salt Lake City, Utah 84109, in accordance with the following provisions. Approximately 400 parking spaces are available for full valet parking. The contractor shall be responsible for greeting valet customers, managing claim tickets, parking vehicles, securing keys and retrieving vehicles for the period specified in accordance with all terms, conditions, schedules, provisions, and requirements of this solicitation and any resultant contract. QUALIFICATIONS Offers will be considered only from contractors who are regularly established in the business called for and whom in the judgment of the Contracting Officer are financially responsible and able to show evidence of their reliability, ability, experience, and personnel directly employed or supervised by them to render satisfactory services. The contractor shall, upon request, promptly furnish the Government with a current certified financial statement. WORK HOURS Hours of operations are 7:00am to 5:00pm Monday - Friday, excluding Federal Holidays, and any other day specifically declared by the President of the United States to be a Federal Holiday. The ten (10) holidays observed by the Federal Government are: New Year's Day, Birthday of Dr. Martin Luther King, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving and Christmas. REQUIREMENTS Approximately 2200 vehicles utilize the existing parking garage on the VA campus (see attached traffic counts). This parking garage will be undergoing an addition that will shut down the garage for approximately 18 months. This contract will be required before, during and after this construction project and the contractor will need to accommodate fluctuations in valet demand accordingly. The amount of available parking spaces to accommodate patients, staff, volunteers and visitors on any given day is limited. The need is for a contractor to park and/or provide assistance in parking to veteran patients and visitors only, five days per week. There will be Government-provided wheelchairs available to assist patients to the front entrance of Building 1. The contractor shall be completely liable and responsible for providing patients and visitors with a valet claim check (or similar system), securing keys, parking, delivering, and directing certain valet vehicles to and from the valet greeting area. The contract period is for a base year (6 months) plus one option year. Vehicles requiring Valet Parking shall be stopped by the contractor's employee, who shall ask the driver/passengers about the purpose of their visit and the estimated time of departure. If the reason for the visit is appropriate, the attendants shall provide a claim ticket and park the car in a space based on the length of stay. If the vehicle does not qualify for valet parking, the attendant will direct the vehicle to a parking lot for self-parking. All vehicles parked by the contractor's parking attendants will be locked and secured. Driver's keys will be physically secured at the valet booth. When a parking patron returns for their car, they will give the attendant their claim check; and the attendant will deliver the car for easy exiting. The contractor's parking attendant shall move any vehicle still on the premises after valet parking hours to the parking garage and turn the keys over to the Administrator on Duty (AOD). Owners of these vehicles will contact the AOD to pick up their keys. In the event of a lost claim check, vehicle owners will be referred to the VA Police for resolution. No vehicle shall be released without a claim check or direction from the VA Police. The contractor shall operate from the designated entrance area between Building 1 and the Parking Garage. Only VA patients and visitors are permitted to use the valet service. A tag will be hung from the rear-view mirror of all valet parked vehicles to quickly identify the vehicle as authorized to be in valet parking space or a similar process. The valet contractor shall be responsible for parking control and monitoring of valet parking areas for unauthorized vehicles. The contractor shall report any violations to VA Police. With the exception of an interior space located at the valet parking entrance, a telephone, wheelchairs and the valet parking spaces, it is the intent of this statement of work for the contractor to provide all other items necessary for a successful and efficient valet parking operation. The telephone shall be for local telephone calls only so that parking patrons/VA staff can communicate with the attendants and for use in emergencies. All questions about the valet parking operation will be directed to this telephone. The contractor shall be responsible for providing any additional telephone service if the contractor wishes to make long distance/toll calls. The following list is known items to be supplied by the contractor, but may not be all-inclusive. The contractor shall provide a locking key cabinet(s) and ticket dispenser(s) to be located in the Government provided valet area. The contractor shall furnish and install all signs needed for the Government provided valet area. Signs directing patients to the free valet parking drop-off point will designate days and hours of operation and indicate, "No tipping". A sign shall be furnished and installed on the Valet Parking Podium and at the vehicle drop-off point that outlines the procedure for vehicle owners and identifies valet parking as free for VA Patients as well as the "no tipping" policy. The "no tipping" policy will be strictly enforced. Contractor's employees shall be restricted from accepting tips of any kind. Signs shall be posted at necessary locations in each valet lot to restrict access from non-valet parked vehicles. Signs shall be in accordance with VA signage regulations. Hand-written signs are not allowed. Prior to installation, the sign must be approved by the Contracting Officer's Representative (COR). The contractor shall provide uniforms (including outerwear, jackets, hats, etc.) to all personnel working under this contract. Uniforms shall facilitate easy identification of contractor employees by employee name and company name. Uniforms shall be consistent in style and color and be worn at all times during performance of contract duties. All uniform styles shall be approved by the COR prior to implementation. The contractor shall be responsible to ensure its employees providing work on this contract are fully trained and completely competent to perform the required work. All parking attendants shall be trained in providing excellent customer service demonstrating courtesy, kindness, and caring. Orientation and training of contractor employees shall be documented in writing to the COR. All contractor employees serving as parking attendants shall possess a valid driver's license, be US Citizens and be fluent in the English language. Parking patrons shall be treated courteously and with respect at all times. Contractor's employees shall be neat and clean in appearance. The contractor shall designate in writing an employee to act in a supervisory capacity and as representative of the contractor in handling any valet parking concerns. If this person is not present on site, the contractor shall designate another employee, in writing, as "acting" during the period of absence. Parking attendants shall assist parking patrons by removing wheelchairs and carts from their automobiles and holding umbrellas for patrons exiting their vehicles during inclement weather. Parking attendants shall drive slowly and cautiously, paying attention to pedestrian traffic. The VA will provide lot maintenance, cleaning, repair and snow removal services in the parking areas involved in this contract. The contractor shall notify the VA of any areas that may pose a safety hazard to patients, employees, and visitors. Any suspicious activity occurring in valet parking areas shall be reported to VA police. CLAIMS/DAMAGES Any claims of damage or problems with customers' vehicles will be directed to and handled by the contractor in coordination with the Contracting Officer, if required. Any claims of damage or missing/stolen property involving customer's vehicles shall be the responsibility of the contractor. The VA assumes no responsibility for such claims. All incidents of reported damage or missing/stolen property shall be reported to VA Police. PERFORMANCE STANDARD The contractor shall staff the valet parking operation with an appropriate number of employees as required demonstrating an efficient operation. An efficient operation is defined as: No vehicle waits more than 5 minutes to be valet parked and 10 minutes to be retrieved 95% of the time. The COR will audit the turnaround time to assure contractor compliance. The contractor's ability to manage the traffic flow will be periodically audited to assure that the contractor is putting the Veteran first and providing a safe and efficient operation. Traffic shall not back up onto Foothill Drive and it shall be the contractor's responsibility to manage traffic flow. The contractor shall provide a mechanism for feedback from valet users and provide summary report monthly. The COR will make periodic unannounced inspections to ensure that waiting times do not exceed 5 minutes and that all contract requirements are being met. Any incidences of contract noncompliance will be reported to the Contracting Officer. The COR may request immediate removal and replacement of any contract employee found not representative of the image of a professional health care organization regarding appearance, behavior, professional attitude, and other causes deemed tarnishing of the image of the Department of Veterans Affairs. REPORTS The contractor shall submit monthly reports directly to the Contracting Officer Representative (COR) within 15 days of month's end. The reports shall include invoices summarizing the number of vehicles valet parked by date and hour and the total charges for the month. The report shall also indicate by date, any unusual events of the day. The contractor shall include any incidences of accidents or special situations with patients, visitors, VA employees, or VA volunteers. Significant events shall be reported immediately to the COR. DEFINITIONS: 1. "Valet Parking": Attendants greet Veterans and visitors, take possession of keys and vehicle, and stack park the vehicle in the assigned parking area(s). Upon return of vehicle owner, the attendant retrieves the vehicle from its parking space and delivers to the owner at the front of the facility. 2. "Contractor": Where referenced in this solicitation, "Contractor" refers to the valet parking contractor. 3. "Veterans": Includes all Veterans Beneficiaries, inpatient and outpatient. 4. CO - Contracting Officer 5. COR - Contracting Officer's Representative 6. Salt Lake City VAMC - Salt Lake City VA Medical Center 7. VA - Department of Veterans Affairs Attachment A (Parking Garage Traffic Study): Attachment B (Suggested Valet traffic pattern): The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (OCT 2015), applies to this acquisition with the following addenda: FAR 52.203-98 Prohibition on Contracting With Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02)(FEB 2015); 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016); 52.204-17 Ownership of Control of Offerer (JUL 2016); 52.204-20 Predecessor of Offeror (APR 2016); 52.209-5Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction Under Any Federal Law (Deviation) (MARCH 2012); 52.209-7 Information Regarding Responsibility Matters (JUL 2013); 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a FIRM-FIXED PRICE INDEFINITE-DELIVERY INDEFINITE-QUANTITY (IDIQ) contract resulting from this solicitation. 52.237-1 -- Site Visit (1984); 852.232-38 Submission of Electronic Funds Transfer Information with Offer (JUL 2013); VAAR 852.215-70 Serviced Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009); and VAAR 852.270-1 Representatives of Contracting Officers (JAN 2008). 52.233-2 Service of Protest (SEPT 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 Pamela Barnes, East Mississippi Avenue, Ste. 900, Glendale, CO 80246 (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) 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternate Protest Procedure (JAN 1998) The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below: http://www.acquisition.gov/far/index.html http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: LOWEST PRICE TECNICALLY ACCEPTABLE. Technical and past performance, when combined, are more significant than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (JUL 2016) shall be submitted with the offer. The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015), applies to this acquisition, with the following addenda: 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014); 52.203-99 - Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreement (DEVIATION 2015-02) (FEB 2015); 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011); 52.204-9 Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016); FAR 52.216-18 Ordering (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from September 30, 2016 through March 31, 2018. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) FAR 52.216-19 Order Limitations (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $2,500.00 [insert dollar figure or quantity], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of $2,500.00 [insert dollar figure or quantity]; (2) Any order for a combination of items in excess of $600,000.00 [insert dollar figure or quantity]; or (3) A series of orders from the same ordering office within 365 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 7 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) FAR 52.216-22 Indefinite Quantity (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after March 31, 2018 [insert date]. (End of Clause) FAR 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (60) days of the expiration date of the current contract period. (End of clause) FAR 52.217-9 Option 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 thirty (30) days of the expiration date of the current contract period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least sixty (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 five (5) years. (End of clause) FAR 52.228-5 Insurance-Work On A Government Installation (Jan 1997) CL 120 - Supplemental Insurance Requirements 852.228-71Indemnification and Insurance (JAN 2008) 52.232-19 Availability Of Funds For The Next Fiscal Year (Apr 1984) Funds are not presently available for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond SEPTEMBER 30TH OF ANY FISCAL YEAR, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of Clause) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation (APR 1984); 52.237-3 Continuity of Services (JAN 1991); VAAR 852.203-70 Commercial Advertising (JAN 2008); 852.203-71 Display of Department of Veterans Affairs Hotline Poster (DEC 1992); 852.232-72 Electronic Submission of Payment Requests (NOV 2012); LIMITATIONS ON SUBCONTRACTING COMMITMENTS--MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside. 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. (End of Clause) VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of UTAH. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) and 852.271-70 Nondiscrimination in Services Provided to Beneficiaries (JAN 2008) The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JAN 2016) applies to this acquisition including the following clauses: FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2015); FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-28 Post-Award Small Business Program Representation (JUL 2013); FAR 52.222-3 Convict Labor (JUNE 2003); FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26 Equal Opportunity (APR 2015); FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014); 52.222-50 Combating Trafficking in Persons (MAR 2015); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008); FAR 52.232-34 Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013); FAR 52.222-41 Service Contract Act of 1965 (MAY 2014); and FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage-Fringe Benefits 31260 Parking and Lot AttendantWG-2 FAR 52.222-43 Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (MAY 2014). FAR 52.222-55 Minimum Wages Under Executive Order (DEC 2015) DEPARTMENT OF LABOR WAGE DETERMINATIONS: Department of Labor Wage Determination 2005-2531, Revision Number 17, dated December 29, 2015 applies to this acquisition. Quotes shall include the solicitation number (VA259-16-R-0543), the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, the company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. Offers are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 4100 East Mississippi Avenue, Suite 900, Glendale, CO 80246 Attn: Pamela Barnes, Contracting Officer no later than 6:00 P.M. Mountain Time on September 16, 2016. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED. Any questions regarding this solicitation must be submitted in writing to the Contracting Officer no later than 6:00 pm MT, September 12, 2016. This is a new requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25916R0543/listing.html)
- Document(s)
- Attachment
- File Name: VA259-16-R-0543 VA259-16-R-0543.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997862&FileName=VA259-16-R-0543-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997862&FileName=VA259-16-R-0543-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-16-R-0543 VA259-16-R-0543.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2997862&FileName=VA259-16-R-0543-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Salt Lake City Health Care System;500 Foothill Drive;Salt Lake City, Utah 84148
- Zip Code: 84148-0001
- Zip Code: 84148-0001
- Record
- SN04266155-W 20160913/160911233111-50d055e829ea1058e65c250c55618946 (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 |