Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
DOCUMENT

S -- High Dusting Vacuuming & Cleaning Services - Attachment

Notice Date
9/5/2018
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
36C26218U0156
 
Response Due
9/11/2018
 
Archive Date
11/10/2018
 
Point of Contact
Danielle Carroll
 
Small Business Set-Aside
N/A
 
Description
Page 1 of Page 2 of 20 Page 1 of THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Capability, including Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. 2. The NAICS for this requirement is 561720 Janitorial Services 3. Interested and capable Contractors should respond to this notice no later than September 11, 2018 by providing the following via email only to danielle.carroll4@va.gov (a) Company Name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) DUNS number (f) Type of small business, if applicable, (e.g. Services Disabled Veteran Owned small business (SDVOSB), Veteran-owned small business (VOSB), 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business). (g) A capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. 5. We are requesting the service of a contractor to provide High Dusting, Vacuuming & Cleaning Services for Veteran Administration of Long Beach Healthcare System (VALBHS). Please refer to the Statement of Work for the specifications for the requirements. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services VA will set aside the underlying solicitation per 38 U.S.C. §8127.   7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. STATEMENT OF WORK High Dusting Scope of Work Buildings 126, 164, 165 & 166 Basement of Buildings 165, 166, 7 & 8 Description. The Contractor shall furnish all necessary and appropriate labor, supervisor, materials, equipment, and supplies to provide annual (once per year) cleaning for the VA Long Beach Healthcare System (VALBHS.) The Contractor shall furnish all necessary and appropriate labor, supervision, materials, equipment and supplies to perform interior High Dusting/Vacuuming cleaning services at the VA Long Beach Healthcare System, 5901 E. 7th Street, Long Beach CA 90822. Building 126: New main entrance in front of building 126 facing 7th street (piano lounge) included in High Dusting contract. Building 164: This is a three-story building; Special attention will be placed on grating in the entrance of this building. It will require that protective covering be used when cleaning the grating (all three floors) to ensure reduced, if not eliminate, dust flow. Protective covering should be used throughout areas. Building 165: This is a two-story building, including an Atrium, Retail Store, and a Cafeteria. There are three (3) stairwells with high area vacuuming and basement level cleaning included in the High Dusting cleaning contract. Building 166: This is a two (2) story building. There are three (3) stairwells with high area cleaning and basement levels. High Dusting Cleaning includes patient Activity Room and complete hallway between building 150 and 166 included in the High Dusting cleaning contract. Building 165, 166, 7 & 8: High Dusting vacuuming and cleaning of basement area hallways and storage rooms. All hallways with ceilings above 8' to be vacuumed and cleaned. All storage rooms to be vacuumed and cleaned. Performance Requirements: The cleaning shall take approximately 14 to 21 days. All cleaning tasks shall be accomplished to meet standards listed below: Clean glazed surface, windows, frames, sills, sashes and insect screens. Contractor shall remove all residual tar, gum, and paint, water proofing compounds, dirt and soil and other substances which may be found. Screens and safety bars shall be removed for cleaning, replaced and securely fastened. Removal of material and equipment. All Contractor material and equipment shall be removed from the facility or stored and secured properly at the end of the workday. Remove all empty containers, boxes, etc. from Government property. Store materials only in assigned area. The Government assumes no liability for loss or damage to Contractor owned property held within Government premises. Safe preparation and use of materials and equipment. Materials shall be stored and prepared according to manufacturer's recommendations. Contractor shall use equipment for the purpose it was intended for and in accordance with all OSHA regulations and safety standards. Contractor will furnish Material Safety Data Sheets (MSDS) on all chemicals to the COTR prior to commencement of work. Warning Signs and protective barriers. Contractor shall place signs designating work areas to warn others of work in progress, as well as to protect persons, property, equipment, etc. Contractor shall coordinate work to prevent conflicts with the treatment of patients and the functioning of the facility. If needed, no medical apparatus shall be moved without approval. A proposed work schedule shall be submitted to the technical representative for coordination within fifteen (15) calendar days after notice of contract award. In addition, the Contractor shall submit a daily schedule to the representative of the areas to be serviced in advance for each workday, and a Daily Report at the end of each workday, or prior to the start of work the following day. The contractor is responsible for complying with all appropriate regulations and guidelines of the JCAHO, OSHA, and any other pertinent federal, state, and local references. Note: All employees of general contractor or subcontractors shall have the 10-hour, and supervisors shall have the 30-hour OSHA (1910) certified Safety training. Note: The contractor must provide written certification that all employees have had (TB) screening within 90 days prior to assignment to the work site All tasks accomplished by the Contractor personnel shall be performed to preclude damage or defacement of government-owned furnishings, fixtures, equipment and facilities. The Contractor shall report any damage observed or caused by the Contractor personnel to the technical representative. The Contractor shall be responsible for repair or replacement of government-owned items or facilities to previous condition, if determined to be at fault by the Contacting Officer. Supplies, Equipment and Tools: Contractor shall furnish all cleaning materials, equipment, and supplies necessary to perform the cleaning services of this contract. All cleaning materials and supplies shall be provided in their original containers with Material Safety Data Sheets (MSDS) immediately accessible to the user(s). The Contractor shall provide environmentally preferable products (soap, chemical, etc.) and is required to provide a MSDS for all potentially hazardous agents used within the facility to ensure the safety of the occupants and employees. All equipment shall have bumpers and guards to prevent marking, scratching or marring of furniture, fixtures or building surfaces. All Contractor electrical equipment shall be Underwriter's Laboratory (UL) listed and maintained in a safe condition for the operator and bystanders. All equipment must operate using existing building circuits. Contractor shall not operate electrical equipment or combinations of electrical equipment, which require power exceeding the capacity of the site. Quality Control/Assurance: The Contractor shall have a Quality Control (QC) Program to assure the services of this contract are provided as specified. The Contractor s QC Program shall include but not be limited to an inspection system covering all services provided and a method of correcting deficiencies in the quality of services before the level of performance becomes unacceptable. Work not meeting the contract's requirements shall be re-performed by the Contractor at no additional expense to the Government. CONTRACTOR PERSONNEL: The parties agree that the Contractor Personnel working under this contract shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. It is incumbent upon the Contractor to furnish the management expertise to accomplish not only the specific tasks specified within, but also an acceptable environmental appearance, that reflects accomplishment of a total program. Work shall be performed by bonded; experienced staff with experience in working with, and around fully occupied office spaces. All contractor personnel assigned to the performance of this contract shall wear a contractor provided uniform that clearly identifies the individual as a contractor. The Contractor shall ensure that the crew assigned shall be cognizant of sexual harassment, drug ­ free workplace m1d other appropriate federal employment requirements. Contract Manager: Contractor shall designate, in writing, the name and telephone contact information for a Contract Manager (CM), who shall be responsible to ensure all services required under this Contract are performed as specified. The CM must be able to understand, speak, read and write English. The CM shall have full authority to act on behalf of Contractor for all contract matters to include, but not limited to administrative, financial, and safety issues. The CM shall meet with the COTR before initial performance to identify and discuss any identifiable problem areas that may arise during the performance of this contract. Contractor Personnel: Contractor shall provide fully trained and knowledgeable staff, which is either American. Citizens or legally documented aliens competent and physically able to accomplish the requirements of this contract. At least one (1) fluent English-speaking Contractor employee must be on-site during scheduled hours of work. Contractor shall assume full responsibility for the protection of its personnel furnishing services under this contract, such as providing Worker's Compensation, professional liability insurance, health examination(s) and Social Security payments. Contractor personnel shall be subject to all Federal rules and regulations relative to entering and leaving the building. Contractor personnel shall be recognizable as contracted employees. The Contractor shall provide identification (I.D.) badges to its employee(s). The Contractor's personnel may wear distinctive clothing bearing the Company's name/logo, or this requirement. Contractor personnel while on Federal property must wear Shirt/Badges. I.D. Badges, if used, must have the Company name/logo, employee's picture and employee's name. Contractor personnel shall not wear sandals, flip-flop style footwear, or open toed shoes. Smoking is not permitted within or around the VA Healthcare System facilities except in designated areas. Government telephones shall not be used for personal reasons. Contractor personnel shall not disturb paper on desks, open desk drawers or cabinets, and they are not authorized to use Government telephones and equipment. Validated violations, as determined by the COTR, shall result in removal of the offending employee from performance of services under this Contract. Contractor shall be responsible to ensure all employees performing work under this contract are trained in the following areas: Commercially acceptable practices. Material Safety Data Sheets (MSDS). Occupational Health and Safety Act (OSHA) Regulations. Care and maintenance of contractor equipment. Familiarization with fire prevention and safety procedures. Utilities conservation. Familiarization with applicable VA policies/regulations and their effect on the contracted services. LOST AND FOUND PROPERTY: Contractor shall ensure that any article of possible personal or monetary value found by Contractor's employees is turned into Security Police. AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before performing any services of a non-contract nature, the CO must be advised of the reason(s) for additional work, and if appropriate issue an amendment to the contract or a separate purchasing authorization. The contractor is cautioned that only the CO may authorize additional services, and that reimbursement shall not be made unless prior authorization is obtained from the CO. 10. HAZMAT: VASNHCS (HAZMAT personnel) may inventory all chemicals that the Contractor brings on to, or any, property under the control of VASNHS. Any products that meet the criteria of "Hazardous Waste" must be tracked until permanently removed from government property. The inventory will be performed prior to commencement of work. Criteria for identifying hazardous waste, is contained in Subpart C of 40 CFR, Part 261. Spill Response: The Contractor will be briefed on VALBHS spill response procedures at the pre-performance conference. The Contractor is responsible to report and promptly cleanup all spills in a manner consistent with current environmental regulations, if it is necessary to utilize government material, equipment or personnel to clean up a Contractor caused spill, the Contractor shall be required to reimburse the government for all associated costs. Hazardous Material Handling. The Contractor shall have approval from the GEMS and Industrial Hygiene sections prior to purchasing, handling, using, and storing any chemicals, solvents, lubricants, and other products that require MSDSs. The Contractor shall provide one copy of the MSDSs for each item to HAZMAT section for review prior to any chemicals being brought onto VALBHS. The Contractor shall maintain one copy of the MSDSs for each hazardous material line item used within the work center. The Contractor shall not use products that are or contain Toxic 17 chemicals, Extremely Hazardous Substances (EHS), Ozone Depleting Substances (ODS), and/or Persistent Bio-accumulative and Toxic (PBT) chemicals. Any HM containing one of these banned substances will not be allowed. Contractor shall be responsible for proper disposal of hazardous waste or materials. 11. WORK HOURS: Normal Work Hours: VALBHS hours of operation are 0700-1600 hrs. The Contractor may find it necessary to deviate from the normal base hours of operation, to ensure timely completion of work under this PWS at no additional cost to the government. The service schedule will be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. Holidays: If holidays fall on Saturday, the preceding Friday will be observed. If holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor will be responsible for rescheduling services for the first day past the holiday observance. New Year's Day - 1 January Martin Luther King Day - 3rd Monday in January Washington's Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December VALBHS Closures: Work scheduled but not accomplished because of closure due to weather or unforeseen emergencies, shall be accomplished as soon as possible after reopening the base. Contractor shall report to Environmental Management Service Building 5, on scheduled days for any instructions for location of infestation, as called in by wards, clinics, etc. They will submit a written report of all activities following each visit, with the signature of the COR or designee responsible. 12. INTERFERENCE TO NORMAL FUNCTION: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility, including utility services, fire protection systems, and passage of facility patients, personnel, equipment and carts. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel shall inform the COR or the designee of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling will be made with COR or designee. In addition, certain areas will have to be completed during non-business hours such as Canteen, Nutrition and Food Service, and Operating Rooms, etc. Fumigation treatments may require separate scheduling as approved by COR for the convenience of the facility. 13. PERIODIC PROGRESS MEETINGS: The Contracting Officer, COR, other Government personnel as appropriate, and the Contractor shall periodically meet to discuss the Contractor's performance. The following issues shall be discussed, opportunities to improve the contract, any modifications required of the contract, unsatisfactory inspections and trends against each performance objective observed, positive performance and steps taken by the Contractor to prevent unsatisfactory occurrences in the future. The Contractor shall provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. The minutes of these meetings will be in writing, signed by the Contracting Officer and any other signatures as deemed appropriate, distributed to the COR and the contractor. Should the contractor not concur with the minutes, the contractor will provide a written notification to the Contracting Office identifying areas of nonconcurrence for resolution. These meetings will be scheduled based on need as determined by the Government. 14. GOVERNMENT FURNISHED PROPERTYAND SERVICES: Government Furnished Utilities. The Government will furnish electricity, water and sewage service as necessary for accomplishment of work in accordance with this contract. Utility Conservation. The Contractor shall adhere to all base level utility conservation practices or requirements. The Contractor shall be responsible for operating under conditions that prevent waste of utilities. Security, Fire and Medical Services. The Government will provide police and fire protection. In the event of a medical emergency local 911 service should be contacted. Refuse Collection and Disposal. The Contractor shall provide his/her own refuse containers to dispose of trash or refuse generated from accomplishment of services detailed in this PWS. All trash and refuse generated will be removed at the end of each business day. The contractor shall adhere to all VASNHS recycling programs and dispose of recyclable materials in VASNHS designated bins. 15. GENERAL INFORMATION: Traffic Laws. The Contractor and its employees shall comply with federal, local and VASNHS traffic regulations. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their Contractor-owned or privately-owned vehicle while on VALBHS. Physical Security. The Contractor shall be responsible for safeguarding all government property and controlled forms provided for Contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured. Parking Policy. It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the VA Police. The VA will not validate or make reimbursement for parking violations of the Contractor's personnel under any circumstances. Smoking Policy. Smoking is permitted only in designated areas on VA grounds ai1d is strictly prohibited within VA buildings. Cellular Phones. Cellular phones shall be turned off prior to entering the VA facility and are prohibited for use inside the building. A hands-free device shall be utilized while driving and texting while driving is strictly prohibited. 16. PERSONNEL: The Contractor shall be responsible for the administration and management of all aspects of this contract. This includes responsibility for all Contractor employees, subcontracts, agents, and anyone acting for or on behalf of the Contractor. The government is authorized to restrict the employment under the contract of any Contractor employee or prospective Contractor employee, who is identified as a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. Contractor personnel shall present a neat appearance. Contractor personnel shall be easily recognizable while on the installation in conjunction with this contract. This shall be accomplished through the wear of distinctive clothing, overcoats, rain gear, or hats, bearing the company name or logo. The coloring or design of the items selected should be such that identifies personnel easily and quickly for reasons of safety and personal protection. Contractor's personnel are required to read, write, speak, and understand the English language, unless otherwise specified in this contract or agreed to by the Government. All Contractor personnel are required to wear identification (I.D.) badges during the entire time they are on the VA grounds. I.D. badges shall have an identification picture, and shall state the name of the individual and the company they represent. The VA will issue an ID badge upon the completed fingerprinting process. The parties agree that the Contractor's personnel working as a result of this contract shall not be considered VA employees for any purpose and shall be considered employees of the Contractor. The Contractor shall be responsible for providing: Workers Compensation. Professional liability insurance. Health examinations. Income tax withholding, and, Social Security payments. Contractor Point of Contact. The Contractor shall designate one (1) employee as the Point of Contact (POC) responsible for administrative matters in the performance of services under this contract. The POC shall have full authority to act for the Contractor on all matters relating to the daily performance of this contract. An alternate may be designated, but the Contractor shall notify the Contracting Officer and COR in writing those times when the alternate shall act as the POC. The Contractor shall provide the name and telephone number of the person designated as Point of Contact and Alternate on the space below: Point of Contact, Name: Telephone Number: Alternate Point of Contact, Name: Telephone Number: The POC shall be available by telephone Monday through Friday, between 8:00 a.m. and 5:00 p.m. excluding national holidays. Contract Manager. The Contractor shall establish and maintain an office through which the Government technical representative or alternate(s) can be contacted during work hours. The contract manager or alternate shall be available during normal duty hours to meet on site within 2 hours with the government personnel designated by the Contracting Officer to discuss problem areas. The Contractor shall provide the Government technical representative telephone number(s) where surveillance results and complaints can be reported. The Contractor shall also provide to the Government technical representative the names and phone/pager numbers of Contractor POCs for after business hours including nights, weekends, and holidays. This information will be kept updated by the Contractor whenever personnel changes occur. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract. The contract manager may be a lead, supervisor or project manager and must possess at least three (3) years of experience overseeing a project of the same magnitude and scope as this requirement. A resume must be submitted for any person holding this position. 17. CONTRACTOR PERSONNEL BADGES AND PARKING: The contractor shall provide the Government technical representative with a list of contractor employees expected to enter the buildings. While on VA premises, all contractor personnel shall comply with the rules, regulations, and procedures governing the conduct of personnel and the operation of the facility. An access badge will be given to the contractor's employee upon entrance into VA buildings. The contractor employee must safeguard the access badge and immediately report any lost, stolen, or destroyed badges to the Government technical representative. All contract personnel must properly display their access badges. Access badges must be worn at or above the waist (facing forward.). The contractor's employees must return the access badge(s) to the COR or designee at the end of each service. The contractor shall be required to comply with all security policies/requirements of VASNHS. All security policies/requirements must be met and employees cleared prior to the contractor performing work under this contract. Employees that cannot meet the security and clearance requirements shall not be allowed to perform work under this contract. 18. CERTIFICATION REQUIREMENTS: Contractor's personnel performing services shall be fully qualified. "Fully qualified" is defined as trained and experienced to perform the services assigned. The Contractor shall provide licenses of their personnel and a list of credentials of approved personnel for placement at the Department of Veteran Affairs medical facility. This information shall be required when quotes are submitted and may be used during evaluations in determining award. The Contractor shall also be required to update this information as changes to staff are made, throughout the life of the contract. The Government Contracting Officer reserves the right to reject any of the Contractor's personnel and refuse them permission to work with VA employees if they are determined not "fully qualified" or documentation has not been submitted, and approval given, for the Contractor's personnel to provide needed services. A copy of the required license shall be required for the Government to verify competency prior to work on the Government installation. 19. KEY CONTROL: If keys are issued to the contractor, the contractor shall establish and implement methods of making sure all keys/combinations are not lost or misplaced and are not used by unauthorized persons. The Contractor shall not duplicate any keys issued by the government. The Contractor shall immediately report to the COR or Contracting Officer any occurrences of lost or duplicated keys. In the event keys, other than master keys, me lost or duplicated, the Contractor may be required, upon written direction of the Contracting Officer, to re-key or replace the affected lock or locks without cost to the government. The government may, however, at its option, replace the affected lock or locks or perform re-keying and deduct the cost of such from the monthly payment due the Contractor. In the event a master key is lost or duplicated, the government shall replace all locks and keys for that system, and the total cost will be deducted from the monthly payment due the Contractor. 20. SAFETY AND FIRE PREVENTION: In the performance of this contact, the Contractor shall take such safety precautions as necessary to protect the lives and health of the occupants of the building. Fire and safety deficiencies, which exist and are part of the responsibility of the Contractor, shall be immediately corrected. If the Contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order stopping all, or any part, of the work. The Contractor shall comply with applicable Federal, State, and VA safety and fire regulations and codes, which me in effect during the performance period of the contract. The Contractor personnel shall follow applicable facility policies concerning fire/disaster programs. A copy of this may be obtained from the COR. 21. LIABILITY: Workers Compensation and Employer's Liability: The Contractor is required to comply with applicable Federal and State worker's compensation and occupational disease statutes. If occupational diseasesare not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $1,000,000 shall be required. General Liability: (1) The Contractor is required to maintain bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) The Contractor shall be responsible for all damage to prope1ty, which may be caused by him, or any employee engaged in the performance of this contract. Automobile Liability: The Contractor is required to maintain automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and prope1ty damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the U.S. shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The amount of liability coverage on other policies shall be commensurate with any legal requirements of the locality and sufficient to meet normal and customary claims. Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his insurance company indicating that the coverage outlined in paragraphs (a) and (b) and (c) has been obtained and that it may not be changed or canceled without a guaranteed thirty (30) days notice to the Contracting Officer. 22. INVOICE AND PAYMENT: Payment to be made in arrears. Contractor shall submit invoice in the original, addressed to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714 Toll-free telephone number: (877) 353-9791 Fax number: (512) 460-5540 The invoice SHALL be itemized to include the following information. Any information listed below not provided on an invoice shall render that invoice incomplete and the invoice shall be returned for immediate correction. Time period being invoiced. Description of services. Unit Cost billed. Extended amount due. Invoice number, date, and Contract, Order, and Obligation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218U0156/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26218U0156 36C26218U0156.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578003&FileName=36C26218U0156-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578003&FileName=36C26218U0156-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;VA Long Beach Healthcare System;5901 E. 7th St.;Long Beach, CA
Zip Code: 90822
 
Record
SN05072994-W 20180907/180905231049-15bbbedc4521c5ccbe74a649ff955f14 (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.