Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
DOCUMENT

N -- FY19 Base +4 Furniture Install Biloxi - Attachment

Notice Date
8/1/2018
 
Notice Type
Attachment
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
36C25618R0769
 
Response Due
8/10/2018
 
Archive Date
10/9/2018
 
Point of Contact
Anthony Mitchell anthony.mitchell4@va.gov
 
E-Mail Address
anthony.mitchell4@va.gov
(anthony.mitchell4@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation for Commercial Services COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25618R0769 Posted Date: August 1, 2018 Original Response Date: August 10, 2018 Current Response Date: August 10, 2018 Product or Service Code: S216 Facilities Operations Support Services Set Aside (SMALL BUSINESS): SMALL BUSINESS NAICS Code: 541410 Contracting Office Address NCO 16 Department of Veterans Affairs Overton Brooks VA Medical Center (90C) 510 East Stoner Avenue Shreveport LA 71101 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Gulf Coast Veterans Health Care System (GCVHCS), 400 Veterans Ave, Biloxi, MS 39531 is seeking to purchase the moving of furniture, furnishings, equipment and storage as well as the breaking down of assorted furnishings and potential installation of stored or relocation of furnishings. This is a Small Business (SB) Set-Aside. In order to qualify for this set-aside, firms must be registered in System for Award Management (SAM) www.sam.gov. SDVOSB Quoter must be CVE certified SDVOSB at www.vip.vetbiz.gov This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98 effective May 31, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 541410, with a small business size standard of 7.5 Million. The attached Wage Determination WD 15-5147 (Rev.-) was first posted on www.wdol.gov on 01/06/2018 will apply to this Combined Solicitation Synopsis. All interested companies shall provide a quotation for the following: Services PERFORMANCE WORK STATEMENT (PWS) Gulf Coast Healthcare System Small Project Moving & Furniture Assembly Part 1 General Information (GENERAL DESCRIPTION OF INTERIOR DESIGN PROJECT SUPPORT SERVICES.) 1. GENERAL: This is a non-personnel services contract to provide Small Project Moving & Furniture Assembly. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Small Project Moving & Furniture Assembly as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Background: This is a new requirement. 1.3. Objectives: The Selected Move Contractor shall provide services, which include moving of furniture, furnishings, equipment and office contents and storage, as well as the breaking down of assorted furnishings and potential installation of stored or relocating furnishings. 1.4. Scope: Small Project Moving & Furniture Assembly. Services include management, tools and labor (1 installer and 1 helper), except in cases where COR determines that additional help is foreseen. Contractor may routinely relocate furniture between sites of moves consisting of less than five staff. The contractor will be responsible for keeping inventory of all unused furniture in storage, and be knowledgeable of blue prints to assist in modifying office space to fit needs of medical center. 1.5. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and one (1) 12-month option year. The Period of Performance reads as follows Base Year 1 October 2018 - September 30, 2019 Option Year 1 1 October 2019 September 30, 2020 Option Year 2 1 October 2020 September 30, 2021 Option Year 3 1 October 2021 September 30, 2022 Option Year 4 1 October 2022 September 30, 2023 1.6. General Information 1.6.1. Quality Assurance: The government shall evaluate the selected contractor s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.2. Recognized Holidays: Under current definitions, four federal holidays are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six federal holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November 1.6.3. Hours of Operation: Normal business hours are Monday thru Friday 8:00 a.m. to 4:30 p.m., except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.3.1. Services will be rendered (3) three days weekly, typically Monday through Thursday, from 8:00 am to 4:30pm. At times contractor may be requested to change tours because of needs of moving and installation of furniture on weekends and during early or late hours. If this is to occur, CO will notify vendor in advance so schedule/tour may be adjusted. Contractor may routinely relocate furniture between sites of moves consisting of less than five staff. 1.6.4. Place of Performance: The work to be performed under this contract will be performed primarily at the Biloxi VA Medical Center, 400 Veterans Avenue, Biloxi, MS 39531. Work will also occur as scheduled by the COR at the following locations: Mobile Outpatient Clinic (1504 Springhill Avenue, Mobile, AL 36604). Pensacola Outpatient Clinic (JACC) (790 Veterans Way, Pensacola, FL 32507). Eglin Outpatient Clinic (100 Veterans Way, Eglin AFB, FL 32542). Panama City Outpatient Clinic (2600 Veterans Way, Panama City Beach, FL 32408). 1.6.5. Type of Contract: The government will award a Firm-Fixed Price contract. 1.6.6. Security Requirements: Contractor personnel performing work under this contract must comply with Veterans Healthcare System (VHS) security and access requirements. 1.6.6.1. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use (See PWS section 4). At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.6.2. Contractor Training: VA PRIVACY AWARENESS TRAINING The Selected Move Contractor(s) will be required to complete the VA Identification and Privacy Awareness Training (outlined below) a day prior to scheduled work at the Biloxi VAMC. The following procedure for obtaining the required VA Privacy Awareness Training is a mandatory requirement for all employees, sub-contractors, agents, representative and management of the Selected Move Contractor(s). It is the responsibility of the Contractor(s) to ensure that each member of the Moving Crew understands and complies with the training during the VA Contractor Badge issue process. As all Moving Crew staff process in with Security staff (obtain contractor badges), the facility Privacy Officer will provide VA Privacy Awareness Training Literature and a concise education presentation to certify all Contractor staff is compliant with require Privacy Training. All Moving Crew staff working in the VAGCHCS must provide signatures with facility Privacy Officer confirming their completion of Privacy Training at time of presentation. Any non- compliant Contractor staff will be escorted from job site. 1.6.8. Project Staffing: The Selected Move Contractor(s) will be expected to furnish a sufficient staff of supervisory and labor personnel to perform all phases of any work resulting from this document in an orderly, timely, and efficient manner. There will be no excuse for failure of the Selected Move Contractor to perform in a timely manner on specified dates with adequate crew sizes. 1.6.8.1. Contractor will assure that the same installation and labor crew will be in attendance throughout the duration of the Work and will be responsible from the beginning of the project to its completion. This supervisory team must be specifically named individuals. Members of this team can have no other assignments without the permission of Biloxi VAMC and no replacement shall be made without the written approval of Biloxi VAMC. 1.6.8.2. MINIMUM QUALIFICATIONS OF SELECTED MOVE CONTRACTOR S STAFF Staff proposed by the Selected Move Contractor for this Project must meet the following mandatory requirements: 1. Installer or Lead Foreman Minimum five (5) years of experience as a foreman or supervisor for a commercial furniture installation company Full understanding of conduct policy specified below Full understanding of and ability to perform records packing and unpacking Full understanding of facility protection requirements specified within this document and ability to direct crews in their implementation Ability to read, understand, color-code and number floor plans Ability to implement labeling procedures Full understanding of each shift s assignments and goals Full understanding of overall project goals and schedule Demonstrated ability to direct and manage crews Full understanding of VA Privacy Awareness training specified within this document Full understanding of VAMC badge requirements specified within this document Proficiency in systems furniture installation, particularly Haworth brand Able to trouble shoot and problem solve during furniture installation to achieved desired result Able to identify and rectify structural and physical support issues in systems furniture installations or plans." 2. Laborer - General Minimum six (6) months of commercial moving experience Full understanding of conduct policy specified below Basic understanding of labeling procedures and implementation Full understanding of Privacy Training policy specified within this document Full understanding of VAMC badge policy specified within this document Ability to work as directed Ability to use levels, screw guns and other tools required to secure filing cabinets, metal shelving and bookcases, systems and/or other contract furniture de-installation, reinstallation and basic wall mounting of equipment and furnishings. 1.6.9. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10. Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11. Key Personnel: The follow personnel are considered key personnel by the government: Installer/Lead Foreman, contract manager/Alternate contract manager. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:30p.m. Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.12. Identification of Contractor Employees: Contractor employees should be uniformed, displaying contractor name or logo. Uniform may consist of collared or tee shirts, but must be in good, clean condition. 1.6.12.1. The Selected Move Contractor(s) staff is required to have a VA Contractor identification badge issued to each member of the Moving Crew. A VA Contractor Badge Application will be provided to Selected Move Contractor after contract awarded. This will need to be completed before Contractor staff arrives on site to Security Office. Badges are to be worn always while on the premises of the Biloxi VAMC. Badges will be placed in a visible location, above the waist, clipped to the front of apparel with photo and name clearly visible. Contractor ID badges will be turned in to the assigned VAMC representative (COR) on duty when the contract has expired. The COR will then forward the badges to the VA Police Service within (5) working days. 1.6.12.2. Contractor must ensure that the following Identification Requirements are followed by each staff member applying for a VA Contractor Badge at the Security Station on campus: 1. Must provide (1) photography ID consisting of either a current Driver s License, Military ID, U.S. Passport, Student ID which includes a Social Security number (will not accept expired IDs) 2. Must provide either an original Social Security card or Birth Certificate (a copy will not be accepted) If both valid ID requirements are not present at time of badge processing, the incompliant Contractor staff will not be able to work on VA Gulf Coast Health Care System premises. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: COR Contracting Officer Representative FAR Federal Acquisition Regulation CO Contracting Officer POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SAC Special Agreement Check TE Technical Exhibit VHS Veterans Healthcare System VAGCHCS VA Gulf Coast Health Care PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide the following on an as needed basis as moves are scheduled: 3.1.1. List of existing VA furniture and equipment moving to new locations within the Medical Center. 3.1.2. List of all staff locations needing boxes and their delivery locations for the moving of files/records. 3.1.3. A VA Contractor Badge Application. 3.1.4. Outlined clinics are located on multiple floors and buildings on campus. Detailed instructions on specific loading docks and freight elevators for Contractor use will be provided after contract award. 3.1.5. A set of furniture plans and facility blueprints for areas involved in this contract will be provided after contract award. PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.1.1. The Selected Move Contractor will be required to provide protection for all floors (including tile and stone lobby areas) carpeted areas, walls, doors, and protruding corners where movement is focused. Cleaning of floors under removed furniture may be required during move process. 4.1.2. The Selected Move Contractor will be required to take all measures necessary to safely move all VAMC property (furniture and equipment). Upholstered items must be protected from dust & environmental elements while being moved and stored in warehouse. 4.1.3. The Selected Move Contractor must provide manpower to adjust and repair prepare protection as necessary. 4.1.4. The Selected Move Contractor must remove all debris after de-installation and movement of furniture as well as dispose of contractor provided packing boxes within (7) days of move completion. 4.1.5. The contractor will provide management, tools and labor (1 installer and 1 helper), except in cases where COR determines that additional help is foreseen. If additional help is foreseen the COR will notify CO in advance in order to coordinate additional laborers with contractor 4.2. Code of Conduct: The following rules of conduct represent a minimum requirement for all employees, subcontractors, agents, representative and management of the Selected Move Contractor(s). It is the responsibility of the Contractor(s) to ensure that each member of its workforce understands and complies with these rules. 4.2.1. Courteous and respectful behavior is expected at all times. Use of foul or derogatory language will not be allowed. 4.2.2. Meals and breaks will be taken at the same time by all movers in a designated break area. At no time, will any mover eat or drink except within the designated break area. Use designated trash receptacles for cups and other garbage. Do not leave meal/break containers behind. Throw them away. 4.2.3. The use of VAMC s telephones is forbidden. Exceptions will be made for medical emergencies with the approval of your supervisor and/or a representative of VAMC. 4.2.4. Use of electronic devices belonging to VAMC, such as radios or computers, is forbidden. 4.2.5. Security personnel are present in each of the buildings. Security has the authority to examine any item being removed from any building at any time. 4.2.6. Selected Move Contractor staff will wear company uniforms always while on site. All Moving Contractors will wear their issued VA Contractor Badges always - while working on VAMC sites. ID must be worn in a clearly visible and appropriate manner. All vendor staff will be required to adhere to VAMC s sign-in and ID protocols. 4.2.7. Keep personal belongings together in the area designated by your supervisor. The VAMC s representatives have the right to inspect at will all bags and/or packages brought on or off any VAMC grounds. 4.3. Materials: The Selected Move Contractor(s) shall provide an allowance of (6) file boxes (letter size) per staff office. Contractor must additionally provide enough miscellaneous packing accessories (i.e. packing tape, bubble wrap, 4 x6 labels) to accommodate the securing of the above quantity of file boxes needed. 4.3.1. Contractor shall furnish boxes, tape, and coordinating labels for moves. Contractor shall move boxed files/records and various office equipment including, but not limited to copier/fax machines and computer monitors/ arms. 4.4. Equipment: The Contractor shall be responsible for using the proper equipment to ensure an efficient and expeditious move. Proper equipment will include, but will not be limited to: closed moving vans, trucks or trailers, closed security carriers for transporting equipment, rubber-wheeled dollies (in good condition and free of grease and dirt), aluminum or magnesium ramps of various sizes, cartons and bins, motorized pallet jacks, and a safe jack. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for Small Project Moving & Furniture Assembly 5.2. Disassemble/Assemble systems furniture and freestanding furniture workstations. Components may include warehoused parts of systems furniture stations to achieve safe, functional workstations. Expected to analyze provided furniture plans, and to determine which brackets, supports, panels, work surfaces, electrical components and other parts are needed for integration/relocation, based on these plans. 5.3. Relocate furnishings between VAGCHCS buildings and sites. Provide movement and/or de-installation with potential for re-installation of furnishings that VAMC has slated for relocation including systems furniture, and other assorted furniture, to a location (or locations) designated by VAMC Interior Design Department. There is potential for older furniture to be slated for Excess in which VAMC staff will direct Selected Move Contractor to relocate pieces to the VA Warehouse (Building 9) to be disposed. Provide full palletizing and shrink wrapping of all office case good/systems furniture that is being relocated to warehouse. Additionally, Contractor will need to label each pallet of wrapped office furniture with Building #, Room #, and detail of size and type of furniture. Further detailed instruction for labeling method will be directed by the VAMC Interior Design Department at pre-bid meeting. 5.4. Supply all necessary tools, dollies, lifters, labels, cartons, bins, and other materials that may be required to perform specified moving tasks efficiently, at no extra charge. This includes truck or truck and trailer for relocation of furnishings. Provide personnel and supplies for minor wood and metal furniture repairs all such repairs which are necessary due to damage caused in the move are to be at the Selected Move Contractor s expense and no charge for labor or materials will be allowed. Provide full blanket wrapping of all upholstered furniture that is being relocated to off-site warehouse. 5.5. Provide moving services for small office relocations. Supply boxes, cartons, tape and labels to staff one week prior to scheduled move date. Move staff boxes/office contents on scheduled move date, utilizing proper equipment for safe handling of moved items and minimizing disruption in surrounding patient and staff areas. Additionally, in the interest of safety and prevention of damage, the Selected Move Contractor shall ensure that dollies are not loaded in excess of three (3) cartons high, either prior to loading or on the truck. 5.6. Provide a comprehensive Inventory Catalogue detailing each furnishing placed into VA storage areas and document any changes to locations as they occur for the VAMC Interior Design staff. This should be in an Excel Spreadsheet format. Further details on inventory list shall be discussed at pre-bid meeting. 5.7. Provide at least one supervisor and/or lead foreman, meeting the qualifications for the respective job title listed in Staffing section below, at each site for the duration of each shift s work. Contractor will assure that the same installation and labor crew will be assigned for the duration of the project. Individuals assigned to Biloxi VAMC are not replaced with others without permission from Biloxi VAMC. Contractor employees are uniformed, displaying contractor name or logo. 5.8. Perform duties consisting of furniture repairs, light carpentry, ergonomic equipment installation including monitor arms, monitors, keyboard trays, CPU holders, sit to stand attachments, etc. to support Interior Design moves projects and space changes. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. Request copy of applicable local policy 138E-01-15 from service. PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING Attachment/Technical Exhibit List: Attachment 1/Technical Exhibit 1 Performance Requirements Summary Attachment 2/Technical Exhibit 2 Deliverables Schedule Attachment 3/Technical Exhibit 3 Estimated Workload Data 7.4. Attachment 4/Technical Exhibit 4 Performance Assessment TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objectives Performance Standard Acceptable Quality Level (AQL) Method of Monitoring Disincentive 1) Furnishings are disassembled and reassembled as needed. Paragraph (Para) 5.2. Appropriate furniture assembly parts are utilized for structural stability, functionality, safety and aesthetics, and conform to provided design intent plans. 100% Facilities point of contact will inspect and report to COR 10% deduction from annual invoice for failure to meet AQL 2) Furnishings are relocated between GCVHCS buildings and sites. Para 5.3. Furnishing relocation projects are completed according to plan and schedule by VA 100% Facilities point of contact will monitor during moves and relocations and report to COR. 10% deduction from annual invoice for failure to meet AQL 3) Supply all necessary tools, supplies, trucks, trailers, etc. for furniture relocation. Para 5.4. Appropriate tools and supplies are utilized resulting in no damage to furnishings or built spaces. 100% Facilities point of contact will report to COR 10% deduction from annual invoice for failure to meet AQL 4) Moving services and supplies are provided to staff for planned relocations. Para 5.5. Moving supplies are provided one week in advance of planned relocations or as coordinated by COR 100% Facilities point of contact will report to COR 10% deduction from monthly invoice for failure to meet AQL 5) Inventory of stored furnishings is maintained and provided to facility point of contact. Para 5.6. Contractor provides inventory catalogue in format defined by SOW once per month. 100% Facilities point of contact will review inventory catalogue and report to COR once per month. 10% deduction from monthly invoice for failure to meet AQL 6) Contractor provides qualified employees which are assigned for the duration of the project. Para 5.7. Assigned employees meet the qualification requirements as defined in the SOW. Individuals assigned to Biloxi VAMC are not replaced with others without permission from Biloxi VAMC. 100% Facilities point of contact will report to COR 10% deduction from monthly invoice for failure to meet AQL 7) Contractor performs furniture repairs, light carpentry, ergonomic equipment installation. Para 5.8. Repairs and installations are performed as requested and scheduled by VA. 100% Facilities point of contact will inspect and report to COR. 10% deduction from monthly invoice for failure to meet AQL. Methods of QA Surveillance The following surveillance methods will be used in administrating this QASP. a. Direct Observation b. Inspection b. Review of Inventory Catalogue TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To Appropriate identification documents. Paragraph 1.6.12.2. Upon arrival to Security Office prior to issuance of identification badge See Paragraph 1.6.12.2. See Paragraph 1.6.12.2. Security Office Completed VA badge application Paragraph 1.6.12.1. Upon arrival to Security Office prior to issuance of identification badge 1 Provided application document Security Office Name of contract manager and alternate Paragraph 1.6.11. Prior to contract start date. 1 Delegation letter Contracting Officer Signatures indicating completion of VA Privacy Awareness Training. Paragraph 1.6.6.2. At the time of completion as scheduled by the COR. 1 each person Wet Signatures Privacy Officer Inventory Catalogue. Paragraph 5.6. As it occurs at the end of each severable job. 1 digital copy of Excel spreadsheet at the end of each servable job. Digital copy of Excel spreadsheet delivered via email. Interior design staff personnel, Name of Activity, ATTN: POC, and Address. Personnel identification badge. Paragraph 1.6.12.1. At the end of the contract. Original issue Original Issue COR TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA LABOR ESTIMATED Quantity INSTALLER 3 Days per Week LABORER _3 Days per Week TECHNICAL EXHIBIT 4 PERFORMANCE BASED SERVICE ASSESSMENT RATINGS Metrics and methods are designed to determine if performance exceeds, meets, or does not meet a given standard and acceptable quality level. A rating scale shall be used to determine a positive, neutral, or negative outcome. The following rating definitions shall be used as a guide when completing the Performance Based Service Assessment: Performance Rating Criteria Exceptional 5 Performance meets all contractual requirements and exceeds most to the government s benefit.   The contractual performance of the element or sub-element being assessed was accomplished with almost no minor problems for which corrective actions were taken by the contractor, and the corrective actions were highly effective. Very Good 4 Performance meets all contractual requirements and exceeds some to the government s benefit.   The contractual performance element or sub-element being assessed was accomplished with very few minor problems for which corrective actions taken by the contractor were highly effective. Satisfactory 3 Performance meets contractual requirements.   The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. Below Satisfactory 2 Performance does not meet some contractual requirements.   The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions.   The contractor s proposed actions appear only marginally effective or were not fully implemented. Poor 1 Performance does not meet most contractual requirements and recovery is not likely in a timely manner.   The contractual performance of the element or sub-element contains serious problem(s) for which the contractor s corrective actions appear or were ineffective. PERFORMANCE BASED SERVICE ASSESSMENT CONTRACTOR: GOVERNMENT REQUIRING ACTIVITY   VGCHCS         CONTRACT/ORDER NUMBER/ TITLE:               PERIOD COVERED:                       Place an X in the appropriate response Performance Standards for Assessment VERY GOOD   ***BELOW SATISFACTORY ***   EXCEPTIONAL SATISFACTORY POOR VALUE 5 4 3 2 1 A. MEETING TECHNICAL NEEDS:           1. What level of understanding does the contractor have of my technical needs and my mission requirements? 2. What level of efficiency and effectiveness does the contractor demonstrate in meeting my requirements?           3. Overall, how well does the contractor meet my technical needs and mission requirements?       4. Overall, the quality of the products/services provided are           B. PROJECT MILESTONES AND SCHEDULE:           1. How well does the contractor meet my established milestones and project dates?         2. How timely are products, reports, and invoices completed, reviewed, and delivered?           3. How well does the contractor notify me in advance about potential milestones and scheduling problems so that I have enough time to correct them?                     C. PROJECT STAFFING:           1. How current is the expertise of those contractors performing requested tasks?         2. Do contractor personnel possess the necessary knowledge, skills and ability to accomplish assigned tasks?           3. Are the staffing levels assigned by contractor appropriate for accomplishing the mission?         D. VALUE OF THE CONTRACTOR:           1. How would you assess the value of the services provided by the contractor?         2. How do you rate the quality of the products delivered by the contractor?         3. What overall rating would you give to the contractor's performance?           ** Ratings for a Performance Standard are calculated by adding the individual scores under a Performance Standard and dividing it by the number of sub-standards under that Performance Standard. ***Poor and Below Satisfactory ratings must be explained in Section II (Narrative Clarification) below. Must be supportive and objective. II NARRATIVE CLARIFICATION VA Biloxi Facilities point of contact will periodical consult with COR to ensure compliance with the proposed standards above. Place of Performance: Address: GCVHCS VA Medical Center at 400 Veterans Ave, Biloxi, MS Postal Code: 39531 Country: UNITED STATES ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT The Selected Move Contractor shall provide services, which include moving of furniture, furnishings, equipment and office contents and storage, as well as the breaking down of assorted furnishings and potential installation of stored or relocating furnishings in accordance with Performance Work Statement. Contract Period: Base POP Begin: 10-01-2018 POP End: 09-30-2019 0001 156.00 DY __________________ __________________ The Selected Move Contractor shall provide services, which include moving of furniture, furnishings, equipment and office contents and storage, as well as the breaking down of assorted furnishings and potential installation of stored or relocating furnishings in accordance with Performance Work Statement. Contract Period: Option 1 POP Begin: 10-01-2019 POP End: 09-30-2020 1001 156.00 DY __________________ __________________ The Selected Move Contractor shall provide services, which include moving of furniture, furnishings, equipment and office contents and storage, as well as the breaking down of assorted furnishings and potential installation of stored or relocating furnishings in accordance with Performance Work Statement. Contract Period: Option 2 POP Begin: 10-01-2020 POP End: 09-30-2021 2001 156.00 DY __________________ __________________ The Selected Move Contractor shall provide services, which include moving of furniture, furnishings, equipment and office contents and storage, as well as the breaking down of assorted furnishings and potential installation of stored or relocating furnishings in accordance with Performance Work Statement. Contract Period: Option 3 POP Begin: 10-01-2021 POP End: 09-30-2022 3001 156.00 DY __________________ __________________ The Selected Move Contractor shall provide services, which include moving of furniture, furnishings, equipment and office contents and storage, as well as the breaking down of assorted furnishings and potential installation of stored or relocating furnishings in accordance with Performance Work Statement. Contract Period: Option 4 POP Begin: 10-01-2022 POP End: 09-30-2023 4001 156.00 DY __________________ __________________ NOTE: FAR 52.217-8 Option to Extend Services, not to exceed six (6) months in total for this contract. The specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. GRAND TOTAL __________________ The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. FAR Number Title Date 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS JAN 2017 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS 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 following provisions are incorporated into 52.212-1 as an addendum to this solicitation: Instructions To Offerors Addendum: The Government will select the quote that is the lowest price, technically acceptable and represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price and technical acceptability to meet salient characteristics. The evaluation of Government requirements outlined in this request for quote will determine suitability. Contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is a contractor that can provide a product/service that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only that contractor quoting the lowest price, technically acceptable service, to address any remaining issues. The Government will evaluate quotes for award purposes by adding the total price. The Government may determine that a quote is unacceptable if prices are significantly unbalanced. FAR Part 15 will not be used for this procurement. 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 does not apply to this solicitation. Prospective Contractors are required to submit two separate documents; one (1) Part A - Content of the Non-Price Factors/Technical Part and one (1) Part B Price Part. If both Parts are not received, the quote will be considered non-responsive, and will not be considered for award. Part A - Content of the Non-Price Factors/Technical Part will be evaluated on Pass / Fail basis Contractor will need to demonstrate that the services offered meets at the minimum the Salient Characteristics described within the Schedule of Items and Specifications. Contractor to provide technical brochures to demonstrate whether the quoted items meet the minimum requirements/salient characteristics provided in the combined synopsis solicitation. Electronic data or virtual link in order to examine capabilities will be acceptable. Contractor shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Part B - Content of the Price Part Price schedule Total price for CLINs as described in Statement of Work. If your submission to this combined synopsis solicitation does not follow the requirements above or otherwise required by the solicitation your company risks not being considered for award. EVALUATION OF QUOTE: Award shall be made to the quoter whose quotation is the Lowest Priced and Technically Acceptable. Only the lowest priced quote will be evaluated for technical acceptability. If this quote is found to not be technically acceptable, the next lowest priced quote will be evaluated. This sequence will occur until a quote is found to be technically acceptable at the lowest price point. Once a quote is found to be technically acceptable, the technical evaluation will cease. TECHNICAL EVALUATION Technical Acceptability will be based upon the conformance to the guidelines outlined in this solicitation. Quotes will be evaluated on a GO, NO-GO basis. The technical evaluation will evaluate the technical content received as required in the instructions section of this solicitation. This is a subjective evaluation that is based upon the Governments judgment as the whether the Quoter has satisfactorily addressed the technical content requirements as set forth within this solicitation. PRICE EVALUATION A Quoter s price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. A written notice of award mailed or otherwise furnished to the successful Quoter within the time for acceptance specified in the quote, shall result in an offer for award to the Quoter from the Government. The counter signed award from the Quoter to the Government will result in a binding contract between the two parties. (End of Addendum) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. http://www.va.gov/oal/library/vaar/ The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) (DEVIATION 2018-O0012) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (JAN 2017) ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS Clauses 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 following clauses are incorporated into 52.212-4 as an addendum to this contract: FAR 52.217-5, EVALUATION OF OPTIONS (JUL 1990) FAR 52.217-8, OPTION TO EXTEND SEVICES (NOV 1999) FAR 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS (APR 2014) FAR 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION (JAN 1997) FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) FAR 52.232-19 AVAILIBILITY OF FUNDS FOR THE NEXT FISCAL YEAR (APR 1984) FAR 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (MAY 2011) VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2016) (DEVIATION) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) VAAR 852.237-70 CONTRACTOR RESPONSIBILITIES VAAR 852.203-70 COMMERCIAL ADVERTISING (JAN 2008) FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) FAR 52.232-40 PROVIDING ACCELERATED PAYMENS TO SMALL BUSINESS SUBCONTRACTORS(DEC2013) VAAR 852.211-73 BRAND NAME OR EQUAL (JAN 2008) VAAR 852.252-70 SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) FAR 52.252-2 CLAUSES 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 http://www.va.gov/oal/library/vaar/ FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509). FAR 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 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: 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). FAR 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note) FAR 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C) FAR 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). FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222 19, Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015). FAR 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). FAR 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 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.) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 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). FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). (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: All quotations shall be sent to Anthony Mitchell by email to: Anthony.Mitchell4@va.gov. FAR 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). FAR 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). Employee  Class Monetary  Wage-Fringe  Benefits Furniture Handler $15.68 + Fringe Benefits Furniture Repairer Minor $18.39 + Fringe Benefits FAR 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). FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 852.252-70 Solicitation provisions or clauses incorporated by reference. As prescribed in 852.102(a), insert the following provision: SOLICITATION PROVISIONS OR CLAUSES INCORPORATED BY REFERENCE (JAN 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.   Copies may also be obtained from the contracting officer. [Contracting officer shall list all FAR and 48 CFR Chapter 8 (VAAR) provisions and clauses incorporated by reference that must be completed by the offeror or prospective contractor and submitted with the quotation or offer.] (End of provision) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. This is a 100% Small Business (SB) Set-Aside combined synopsis/solicitation for the moving of furniture, furnishings, equipment and storage as well as the breaking down of assorted furnishings and potential installation of stored or relocation of furnishings as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all 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." Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Anthony.Mitchell4@va.gov not later than close of business, 3:30 PM (CST), 3 August 2018. Submission shall be received not later than 10 August 2018, 2:00 PM (CST). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. RESPONSES ARE DUE Friday, 10 August 2018, by 2:00 PM Central Standard Time (CST). Quotes are due electronically to Anthony.Mitchell4@va.gov no later than the response date. Only electronic quotes will be considered. Point of Contact: Anthony Mitchell Contracting Officer anthony.mitchell4@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/36C25618R0769/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618R0769 36C25618R0769.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520811&FileName=36C25618R0769-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520811&FileName=36C25618R0769-000.docx

 
File Name: 36C25618R0769 WD 15-5147 (Rev.-5).docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520812&FileName=36C25618R0769-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4520812&FileName=36C25618R0769-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05015360-W 20180803/180801230903-840589ce877868e3b237934c6bce5379 (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.