DOCUMENT
S -- GROUNDS MAINTENANCE SERVICES FOR KERRVILLE NATIONAL CEMETERY - Attachment
- Notice Date
- 10/22/2018
- Notice Type
- Attachment
- NAICS
- 561730
— Landscaping Services
- Contracting Office
- DEPARTMENT OF VETERANS AFFAIRS;NATIONAL CEMETERY ADMINISTRATION;CONTRACT SERVICES;75 BARRETT HEIGHTS RD. SUITE 309;STAFFORD, VA 22556
- ZIP Code
- 22556
- Solicitation Number
- 36C78618Q9705
- Response Due
- 11/12/2018
- Archive Date
- 12/27/2018
- Point of Contact
- KENNETH DOUGHERTY
- E-Mail Address
-
CO'S EMAIL
(KENNETH.DOUGHERTY@VA.GOV)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78618Q9705 Post Date: 10/22/2018 Original Response Date: 11/12/2018 at 4:00 pm Applicable NAICS: 561730 Classification Code: S208 Set Aside Type: 100% Service Disabled Veteran Owned Small Business Period of Performance: Date of Award through September 30, 2019, plus 4, one-year option periods, if exercised Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 75 Barrett Heights Rd., Suite 309 Stafford, VA 22556 Place of Performance: Kerrville National Cemetery VAMC 3600 Memorial Blvd Kerrville, TX 78028 Attachments: A Performance Work Statement B Wage Determination No. 2015-5293 - Kerr County C Technical Specifications D Exhibits 1 through 9 E Past Performance Questionnaire F - List of References This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78618Q9705. This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-100 (22 Aug 2018). This is a 100% set-aside for Service Disabled Veteran Owned Small Business (SDVOSB) The applicable North American Industrial Classification System (NAICS) code for this procurement is 561730, with a business size standard of $7.5 million. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The U.S. Department of Veterans Affairs, National Cemetery Administration, anticipates the award of a Firm Fixed Priced Requirements Contract. Scope: The contractor shall be responsible for providing grounds maintenance services at Kerrville National Cemetery. PRICE SCHEDULE: Contractor shall provide all labor, supervision, material, equipment, tools and supplies to complete grounds maintenance services for Kerrville National Cemetery following National Cemetery Administration standards. Units and services to be in accordance with Performance Work Statement, Technical Specifications, Performance Incentives/Disincentives, terms and conditions contained in this solicitation. The schedule price shall be all-inclusive, including all labor, equipment, materials, and supplies to complete the Contract Line Items (CLINs). Offerors shall enter unit price and total amounts for each CLIN as indicated in the schedule. In the event there is a difference between a unit price and the extended total amount, the unit price will be held to be the intended bid price and the total of the CLINs will be recomputed accordingly. Offeror is to understand the quantities stated in the schedule are estimates for pricing purposes only. The guaranteed minimum award for this contract is $500.00 The maximum aggregate value of orders that can be placed under this contract is $550,000.00. The Government does not guarantee that it will place any orders under this contract in excess of the guaranteed minimum award amount. Period of Performance: Date of award through September 30, 2019, plus 4, one-year option periods, if exercised. Line Item Description Estimated Quantity Unit Unit Price Total Estimated Price 0001 Mow all improved turf areas. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, mowed 40 times = Est. 86.4 acres mowed.) 40 JB $______ $______ 0002 String trim grass in improved turf areas inaccessible to mowing equipment to include all driveways, trees, planting beds, monuments, walls, fences, signs, other vertical surfaces. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, trimmed 40 times = Est. 86.4 acres trimmed.) 40 JB $______ $______ 0003 Trim headstones in conjunction with every mowing. Remove and replace graveside flowers and associated items. Remove grass clippings, debris, and trash from headstones/markers. (Est. 462 headstones trimmed 40 times = Est. 22,176 headstones and markers) 40 JB $______ $______ 0004 Fine tune alignment of upright headstones (as directed by the COR) 462 EA $______ $______ 0005 Upright marble headstones cleaning and maintenance once a year. (Est 462 headstones) 462 EA $______ $______ 0006 Pruning & Trimming of Large Trees (over 40 feet in height). Includes cleanup and disposal of waste and debris. 9 JB $______ $______ 0007 Pruning & Trimming of Medium Trees (40 feet and under in height). Includes cleanup and disposal of waste and debris. 1 JB $______ $______ 0008 Pre-Emergent Herbicide Applications (Est. 1.8 acres, applied 1 time = 1.8 acres treated.) 1 JB $______ $______ 0009 Post-Emergent Herbicide Applications (Est. 1.8 acres, applied 1 time = 1.8 acres treated.) 1 JB $_______ $_______ 0010 Fertilizer Application. (Est. 1.8 acres, applied 2 times = 3.6 acres treated) 2 JB $_______ $_______ 0011 Fire ant control. (Est. 1.8 acres, 2 treatments = 3.6 acres treated) 2 JB $______ $_______ 0012 Maintain Irrigation system, adjust, modify sprinkler throw patterns to provide full coverage, repair or replace damaged sprinkler system components. (Est. sprinkler system use from March 15 through November 15) 6 MO $______ $_______ Total Estimated Price: $______________ Option Period 1: October 1, 2019 through September 30, 2020 CLIN No. Supplies/Services Estimated Quantity Unit Unit Price Total Estimated Price 1001 Mow all improved turf areas. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, mowed 48 times = Est. 86.4 acres mowed.) 48 JB $______ $______ 1002 String trim grass in improved turf areas inaccessible to mowing equipment to include all driveways, trees, planting beds, monuments, walls, fences, signs, other vertical surfaces. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, trimmed 48 times = Est. 86.4 acres trimmed.) 48 JB $______ $______ 1003 Trim headstones in conjunction with every mowing. Remove and replace graveside flowers and associated items. Remove grass clippings, debris, and trash from headstones/markers. (Est. 462 headstones trimmed 48 times = Est. 22,176 headstones and markers) 48 JB $______ $______ 1004 Fine tune alignment of upright headstones (as directed by the COR) 462 EA $______ $______ 1005 Upright marble headstones cleaning and maintenance twice a year. (Est 462 headstones each job) 2 JB $______ $______ 1006 Pruning & Trimming of Large Trees (over 40 feet in height). Includes cleanup and disposal of waste and debris. 9 JB $______ $______ 1007 Pruning & Trimming of Medium Trees (40 feet and under in height). Includes cleanup and disposal of waste and debris. 1 JB $______ $______ 1008 Pre-Emergent Herbicide Applications (Est. 1.8 acres, applied 1 time = 1.8 acres treated.) 2 JB $______ $______ 1009 Post-Emergent Herbicide Applications (Est. 1.8 acres, 1 application = 1.8 acres treated.) 3 JB $_______ $_______ 1010 Fertilizer Application. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $_______ $_______ 1011 Fire ant control. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $______ $_______ 1012 Maintain Irrigation system, adjust, modify sprinkler throw patterns to provide full coverage, repair or replace damaged sprinkler system components. (Est. sprinkler system use from March 15 through November 15) 8 MO $______ $_______ Total Estimated Price For Option Period 1: $ __________ Option Period 2: October 1, 2020 through September 30, 2021 CLIN No. Supplies/Services Estimated Quantity Unit Unit Price Total Estimated Price 2001 Mow all improved turf areas. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, mowed 48 times = Est. 86.4 acres mowed.) 48 JB $______ $______ 2002 String trim grass in improved turf areas inaccessible to mowing equipment to include all driveways, trees, planting beds, monuments, walls, fences, signs, other vertical surfaces. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, trimmed 48 times = Est. 86.4 acres trimmed.) 48 JB $______ $______ 2003 Trim headstones in conjunction with every mowing. Remove and replace graveside flowers and associated items. Remove grass clippings, debris, and trash from headstones/markers. (Est. 462 headstones trimmed 48 times = Est. 22,176 headstones and markers) 48 JB $______ $______ 2004 Fine tune alignment of upright headstones (as directed by the COR) 462 EA $______ $______ 2005 Upright marble headstones cleaning and maintenance twice a year. (Est 462 headstones each job) 2 JB $______ $______ 2006 Pruning & Trimming of Large Trees (over 40 feet in height). Includes cleanup and disposal of waste and debris. 9 JB $______ $______ 2007 Pruning & Trimming of Medium Trees (40 feet and under in height). Includes cleanup and disposal of waste and debris. 1 JB $______ $______ 2008 Pre-Emergent Herbicide Applications (Est. 1.8 acres, applied 1 time = 1.8 acres treated.) 2 JB $______ $______ 2009 Post-Emergent Herbicide Applications (Est. 1.8 acres, 1 application = 1.8 acres treated.) 3 JB $_______ $_______ 2010 Fertilizer Application. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $_______ $_______ 2011 Fire ant control. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $______ $_______ 2012 Maintain Irrigation system, adjust, modify sprinkler throw patterns to provide full coverage, repair or replace damaged sprinkler system components. (Est. sprinkler system use from March 15 through November 15) 8 MO $______ $_______ Estimated Total Price For Option Period 2: $ __________ Option Period 3: October 1, 2021 through September 30, 2022 CLIN No. Supplies/Services Estimated Quantity Unit Unit Price Total Estimated Price 3001 Mow all improved turf areas. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, mowed 48 times = Est. 86.4 acres mowed.) 48 JB $______ $______ 3002 String trim grass in improved turf areas inaccessible to mowing equipment to include all driveways, trees, planting beds, monuments, walls, fences, signs, other vertical surfaces. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, trimmed 48 times = Est. 86.4 acres trimmed.) 48 JB $______ $______ 3003 Trim headstones in conjunction with every mowing. Remove and replace graveside flowers and associated items. Remove grass clippings, debris, and trash from headstones/markers. (Est. 462 headstones trimmed 48 times = Est. 22,176 headstones and markers) 48 JB $______ $______ 3004 Fine tune alignment of upright headstones (as directed by the COR) 462 EA $______ $______ 3005 Upright marble headstones cleaning and maintenance twice a year. (Est 462 headstones each job) 2 JB $______ $______ 3006 Pruning & Trimming of Large Trees (over 40 feet in height). Includes cleanup and disposal of waste and debris. 9 JB $______ $______ 3007 Pruning & Trimming of Medium Trees (40 feet and under in height). Includes cleanup and disposal of waste and debris. 1 JB $______ $______ 3008 Pre-Emergent Herbicide Applications (Est. 1.8 acres, applied 1 time = 1.8 acres treated.) 2 JB $______ $______ 3009 Post-Emergent Herbicide Applications (Est. 1.8 acres, 1 application = 1.8 acres treated.) 3 JB $_______ $_______ 3010 Fertilizer Application. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $_______ $_______ 3011 Fire ant control. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $______ $_______ 3012 Maintain Irrigation system, adjust, modify sprinkler throw patterns to provide full coverage, repair or replace damaged sprinkler system components. (Est. sprinkler system use from March 15 through November 15) 8 MO $______ $_______ Total Estimated Price For Option Period 3: $ __________ Option Period 4: October 1, 2022 through September 30, 2023 CLIN No. Supplies/Services Estimated Quantity Unit Unit Price Total Estimated Price 4001 Mow all improved turf areas. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, mowed 48 times = Est. 86.4 acres mowed.) 48 JB $______ $______ 4002 String trim grass in improved turf areas inaccessible to mowing equipment to include all driveways, trees, planting beds, monuments, walls, fences, signs, other vertical surfaces. Remove grass clippings, debris, trash and clean roadways area. (Est. 1.8 acres, trimmed 48 times = Est. 86.4 acres trimmed.) 48 JB $______ $______ 4003 Trim headstones in conjunction with every mowing. Remove and replace graveside flowers and associated items. Remove grass clippings, debris, and trash from headstones/markers. (Est. 462 headstones trimmed 48 times = Est. 22,176 headstones and markers) 48 JB $______ $______ 4004 Fine tune alignment of upright headstones (as directed by the COR) 462 EA $______ $______ 4005 Upright marble headstones cleaning and maintenance twice a year. (Est 462 headstones each job) 2 JB $______ $______ 4006 Pruning & Trimming of Large Trees (over 40 feet in height). Includes cleanup and disposal of waste and debris. 9 JB $______ $______ 4007 Pruning & Trimming of Medium Trees (40 feet and under in height). Includes cleanup and disposal of waste and debris. 1 JB $______ $______ 4008 Pre-Emergent Herbicide Applications (Est. 1.8 acres, applied 1 time = 1.8 acres treated.) 2 JB $______ $______ 4009 Post-Emergent Herbicide Applications (Est. 1.8 acres, 1 application = 1.8 acres treated.) 3 JB $_______ $_______ 4010 Fertilizer Application. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $_______ $_______ 4011 Fire ant control. (Est. 1.8 acres, 1 application = 1.8 acres treated) 3 JB $______ $_______ 4012 Maintain Irrigation system, adjust, modify sprinkler throw patterns to provide full coverage, repair or replace damaged sprinkler system components. (Est. sprinkler system use from March 15 through November 15) 8 MO $______ $_______ Total Estimated Price For Option Period 4: $ __________ Price Summary Base Period (date of award through 9/30/2019) $ Option Period 1 (10/1/2019 through 9/30/2020) $ Option Period 2 (10/1/2020 through 9/30/2021) $ Option Period 3 (10/1/2021 through 9/30/2022) $ Option Period 4 (10/1/2022 through 9/30/2023) $ Total Estimated Price (Base Plus all Option Periods): $ Services to be Provided: See Attachment A Performance Work Statement SITE VISIT: Offerors are urged and expected to inspect all sites where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the Price of contract performance. In no event shall failure to inspect a one or all sites constitute grounds for a claim after contract award. If you plan to conduct a site visit / inspection of the Kerrville National Cemetery, YOU MUST CONTACT one of the following personnel to make arrangements: Kerrville National Cemetery, POC: Joe Martinez ; Phone: 210-820-3891 Responses to this Request for Quotation (RFQ) are due to the Contracting Officer no later than 4:00 pm on 11/13/2018. Responses to this announcement will result in a Firm-Fixed Price Requirements Contract and the Government intends to make award without discussions. All information submitted in response to this announcement is voluntary and the Government will not pay for information provided nor will it compensate any respondent for any Price incurred in developing information provided for the Government. Offerors are responsible for obtaining any and all amendments or additional information concerning this announcement at https://fbo.gov. All questions regarding this solicitation are to be submitted to the contracting officer, via email, no later than (3) calendar days after the closing date of the solicitation. Questions will not be addressed using the telephone. Proposal Format and Submission Information: Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors shall include the following information as part of their quote: Legal Business/Company Name (as listed in www.sam.gov) DUNS Number Point of Contact Name Telephone number Email Address -Pricing shall be submitted as requested in the Schedule of Supplies/Services -Technical Package for Evaluation -Past Performance Questionnaire (Attachment E) -List of References (Attachment F) Proposals shall be submitted via email or via mail to the following addresses: Email: kenneth.dougherty@va.gov Mail: 75 Barrett Heights Road Suite 309 Stafford, VA 22556 For proposals mailed, proposals shall be submitted on compact disk (CD) and files shall be in either Microsoft Word or Adobe pdf formats. DVDs are not acceptable as the Government computer is unable to read this media type. Any DVDs received in response to this announcement will be rated as technically unacceptable and removed from consideration. Questions pertaining to this announcement shall be sent by email to: kenneth.dougherty@va.gov. Telephone inquiries will not be accepted. Evaluation Process: The Government intends to award a firm fixed price, Requirements contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation that provides the best benefit to the Government, price and other factors considered. Offers will be evaluated by performing a comparative evaluation in accordance with FAR 13.106-2(b)(3) to determine which response represents the best as a whole. Quotes will be evaluated by performing a direct comparison of one offer with another in a uniform manner to determine which quote provides the government with its needs, as identified in the RFQ. The government reserves the right to consider a response that offers more than the minimum and select that response if it provides a benefit to the government. The government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The government also has the has the discretion to make an award based on whether the lowest priced of the quotations/offers having the highest past performance rating possible represents the best benefit to the government. The following factors shall be used to evaluate offers: Pricing: The sum of all the CLINs, to include options, will represent the total evaluated price. Proposed price must be determined to be fair and reasonable in order to be eligible for award. Technical Acceptability Demonstrated experience performing this requirement Demonstrated qualifications to perform services Use of Sub-Contractors Past Performance SDVOSB Status verification in CVE Proposal Contents: -Pricing shall be submitted as requested in the Schedule of Supplies/Services. -Technical Package for Evaluation The following shall be included as part of the offeror s submission: Experience of company and subcontractors anticipated to perform work under this contract Managerial & Technical Qualifications of key personnel Qualifications of any proposed sub-contractors and the percentage of work they will be performing. -Past Performance. The offeror is responsible for providing three (3) references of their choosing. Send a copy of the attached Past Performance Questionnaire (Attachment E) for their completion. The completed questionnaire is to be returned to the Contracting Officer for review. The completed questionnaires shall be sent to: kenneth.dougherty@va.gov no later than the solicitation s closing date and time. The references chosen by the offer should be selected based on past projects of the same or similar work. In addition to the past performance questionnaires, the offeror is responsible for providing a completed copy of the List of References (Attachment F) to the contracting officer. The completed list of references shall be included with the offeror s proposal submission. Solicitation Provisions and Contract Clauses The full text of FAR/VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. https://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) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) 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 solicitation clauses apply to this acquisition: The clause at 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) applies to this acquisition. Addendum to FAR clause 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017): FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2019) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2019) FAR 52.217-8 Option to Extend Services (Nov 1999) (15 days) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.237-3 Continuity of Services (Jan 1991) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business (Jul 2016) (DEVIATION) VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (Jul 2018) VAAR 852.232-72 Electronic Submission of Payments Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEVIATION 2018-O0021) (Sep 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(8), (b)(22), (b)(25), (b)(27), (b)(28), (b)(29), (b)(30), (b)(31), (b)(33)(i), (b)(42), (b)(46), (b)(49), (b)(55), (c)(2), (c)(8), and (c)(9). (c)(3) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) Employee Class Monetary Wage Fringe Benefits Laborer, Grounds Maintenance, WG-3 Grade 1 $13.17 + $4.50 Laborer, Grounds Maintenance, WG-3 Grade 3 $14.27+ $4.50 Laborer, Grounds Maintenance, WG-3 Grade 5 $15.37 + $4.50 End of Addenda End of Document
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/36C78618Q9705/listing.html)
- Document(s)
- Attachment
- File Name: 36C78618Q9705 36C78618Q9705.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645079&FileName=36C78618Q9705-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645079&FileName=36C78618Q9705-000.docx
- File Name: 36C78618Q9705 ATTACHMENT A - PWS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645080&FileName=36C78618Q9705-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645080&FileName=36C78618Q9705-001.docx
- File Name: 36C78618Q9705 WAGE DETERMINATION.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645081&FileName=36C78618Q9705-002.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645081&FileName=36C78618Q9705-002.docx
- File Name: 36C78618Q9705 ATTACHMENT C - TECHNICAL SPECIFICATIONS.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645083&FileName=36C78618Q9705-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645083&FileName=36C78618Q9705-003.docx
- File Name: 36C78618Q9705 ATTACHMENT D - EXHIBITS 1 THRU 9.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645084&FileName=36C78618Q9705-004.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645084&FileName=36C78618Q9705-004.docx
- File Name: 36C78618Q9705 ATTACHMENT E PAST PERFORMANCE QUESTIONNAIRE.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645085&FileName=36C78618Q9705-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645085&FileName=36C78618Q9705-005.pdf
- File Name: 36C78618Q9705 ATTACHMENT F LIST OF REFERENCES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645086&FileName=36C78618Q9705-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645086&FileName=36C78618Q9705-006.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C78618Q9705 36C78618Q9705.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4645079&FileName=36C78618Q9705-000.docx)
- Place of Performance
- Address: KERRVILLE NATIONAL CEMETERY;VAMC 3600 MEMORIAL BLVD;KERRVILLE, TX 78028
- Zip Code: 78028
- Zip Code: 78028
- Record
- SN05131128-W 20181024/181022230537-bdc22548acda249985bcc4d7885e4654 (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 |