SOLICITATION NOTICE
99 -- FY20 M&R Project #. | Baltimore NC | Request for required funds to facilitate the repair of chain link fence damage at 6 different sections of the perimeter totaling approximately 600 linear feet.
- Notice Date
- 4/17/2020 1:06:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238990
— All Other Specialty Trade Contractors
- Contracting Office
- NATIONAL CEMETERY ADMIN (36C786) QUANTICO VA 22134 USA
- ZIP Code
- 22134
- Solicitation Number
- 36C78620Q0205
- Response Due
- 5/15/2020 12:00:00 AM
- Archive Date
- 07/14/2020
- Point of Contact
- Kennth Randle 703-630-9356
- E-Mail Address
-
Kennth.Randle@va.gov
(Kennth.Randle@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- RFQ FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Synopsis Solicitation Solicitation Number: 36C78620Q0205 Post Date: 04/17/2020 Original Response Date: 05/15/2020 4PM EST Applicable NAICS: 238990 Classification Code: S208, Fence Repair Services Set Aside Type: 100% Service Disable Owned Small Business (SDVOSB) Period of Performance: Date of Award through July 21, 2020 Issuing Contracting Office: Department of Veterans Affairs National Cemetery Administration, Contract Services 18434 Joplin Road Triangle, VA 22172 Mr. Kenneth Randle, Contracting Officer Place of Performance: Baltimore National Cemetery 5501 Frederick Avenue Baltimore, MD 21228 Attachments: A - Schedule B - Statement of Work C - Past Performance Questionnaire D - Wage Determination No.: 2015-4265, Revision 12, Dated 12/23/2019 Baltimore County 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; offers are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number 36C78620Q0205 This solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2019-4. 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 238990, with a business size standard of 8.0 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 an acquisition approach. The Department of Veteran Affairs, National Cemetery Administration, Contracting Service (43C1), is the only activity authorized to issue orders under this contract. Interested Offerors submitting an offer for this requirement must comply with Veterans Affairs Acquisition Regulation (VAAR) Clause 852.219-10. Project Title: REPAIR PERIMETER CHAIN LINK FENCE Project Location: BALTIMORE NATIONAL CEMETERY 5501 FREDERICK AVE, CANTONSVILLE MD, 21228 Project Control #: 802-M&R20-03 Statement of Work Summary: Contractor shall furnish all tools, labor, material, equipment and supervision necessary to repair damage at six (6) different sections of perimeter chain link fence (see map below) totaling approximately 600 l.f. Photographs do not fully show all repairs at each section but do show the most severe instances. Work shall include but not limited to removal of existing damaged fence and posts, removal of fallen trees, installation of new posts set in concrete and new 7 ft high chain link fence. General: Contractor is strongly encouraged to survey the project area prior to bidding to adequately understand the full scope of work and all requirements. An organized site visit will be scheduled and announced in the Request for Quote (RFQ). Contractor is required to submit any questions or clarifications prior to bid. A bid submitted will be taken as agreement that the work shall be performed to meet the requirements herein based on the existing conditions in the field. The contractor shall prepare submittals including shop drawings and any other specification requirements to the field COR and Project Engineer for review and approval prior to fabrication/installation. Submittals approved by the owner (VA/NCA) are required prior to starting on the corresponding work. For all invoice requests, the contractor shall submit a draft invoice/payment request concurrently to the field COR and the Project Engineer for dual approval. Only when the field COR and the Project Engineer approve of the draft invoice may it then be formally submitted for payment. All personnel will comply with all Dignity Clause requirements (ref. spec. para. 010002-1.6.P) Specific Work Items: Remove and properly dispose of damaged/down sections of chain link fence and associated hardware. Remove and clean up down trees, branches etc. as necessary to allow full restoration of perimeter fence (See Photographs 1-7). Set new fence posts in concrete footers 30 deep and 4 times the post diameter. New fence posts shall be set at 10 ft. centers. Install new 7 ft. tall chain link fence to replace demolished sections. Install new 10 ft wide gate at Sections G and H. At the completion of the project, the grounds around the worksite will be returned to pre-construction condition. D. Specifications 01 00 02 General Requirements 01 33 23 Shop Drawings, Product Data, and Samples 01 42 19 Reference Standards 01 74 19 Construction Waste Management 02 41 25 Demolition and Site Clearing 03 30 00 Cast-in-Place Concrete 32 05 23 Cement and Concrete for Exterior Improvements 32 31 13 Chain Link Fences and Gates Pre-Bid Site Visit: A scheduled site visit will be announced in the RFQ. Bidders are urged to inspect, site investigate by observation, and Request for Information (RFI) and obtain responses through the Contracting Office to satisfy their understanding of the work to be done, all general, local and technical conditions that may affect the cost and the feasibility of their proposal. In no event shall failure to inspect the site constitute grounds for a claim after award. Visitors planning to conduct a site visit shall contact the Cemetery Director or Foreman to make arrangements: Cemetery POC(s): Michael Brophy, Baltimore Cemetery Director (410) 644-9696 or Michael.Brophy@va.gov Technical POC: Brian Murdock, North Atlantic District (NAD) Engineer....... (215) 381-3787 x4046 or Brian.Murdock@va.gov PRICE SCHEDULE CLIN Description QTY Unit Total Price 0001 Contractor shall provide all labor, tools, materials, equipment, and supervision necessary to perform all work detailed above and herein. 1 JB $___________________ Duration: Term of the contract shall be forty-five (45 days) from date of award. The Contractor shall complete all work within 45 calendar days after receipt of Notice of Award, subject to all terms, conditions, provisions and schedules of the contract. (END OF PRICE SCHEDULE) RESPONSIBILITIES & STANDARDS OF CONDUCT Responsibilities The Contractor shall be aware of the intensive labor and equipment requirements needed to meet contract specifications. Inclement weather - other than prolonged snow cover or unusual amounts of rain will not be considered an excusable delay in meeting specifications. The government expects the Contractor to work throughout all weather conditions and to apply additional labor and equipment as necessary to meet deadlines. All portions of the trunk and any tree limbs or branches over 3 � inches in diameter must be lowered to the ground by crane or ropes and may not be dropped. At no time may the contractor drop any branches onto cemetery headstones or turf. Note: If there are any headstones that may have to be removed in order to obtain access to a particular area the Contractor will be responsible for alerting the COTR and cemetery staff before doing any work in this location. The cemetery staff will be responsible for pulling and resetting the headstone or stones if need be. The Contractor shall be aware of performance requirements necessary to meet contract specifications and deadlines. If the Contractor's work force is unionized, the Contractor will ensure the labor agreement has a no-strike provision to ensure Government contract requirements are met. The Contractor shall obtain all necessary licenses and permits necessary to perform the work involved and will take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor is responsible for any injury or damage during the performance of this contract including injury to himself/herself, his/her employees, or others. The Contractor shall be liable for any damage to personal or public property that occurs during the performance of this contract that is caused by him/her or his/her employees' fault or negligence. The Contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of Maryland. Cooperation with other Contractors: The government may undertake or award other contracts for additional work at or near the site of work for this contract. The Contractor shall fully cooperate with other Contractors and with Government employees and shall carefully adapt scheduling and performance of work, adhering to any direction provided by the COTR. More than one Contractor may have access to storage areas designated by the COTR. The Government will not be liable to the Contractor for costs associated with claims, damages, loss or replacement of equipment or personal property while on Cemetery property. The Contractor shall not operate trucks, tractors, or other heavy equipment on any turf area except as provided in this contract or as authorized by the COTR. The Contractor will be responsible for repairing turf damage caused by the Contractor during all weather conditions that is deemed excessive by the COTR at no additional cost to the government. The Contractor shall provide adequate safety warning devices, barricades and cover boards, etc., at all work sites to eliminate hazards from public visitors and cemetery employees at no cost to the government. At the end of each day, the Contractor shall remove all debris from the cemetery site. At all times rubbish and trash generated by the Contractor shall be kept clear of vehicular and pedestrian traffic throughout the site. The government shall not provide receptacles for the disposal of debris related to this contract. Reporting ""on-the-job"" Injuries: The Contractor is required to report all ""on-the-job"" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COTR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COTR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. Standards of Employee Conduct: Contractor and contractor personnel are required to adhere to the following standards of dress and conduct while performing work in the National Cemetery. These standards and regulations are enforceable under Title 38, U.S.C. Section 218. Contractor and Contractor Personnel -- Shall be fully clothed at all times, to include long slacks or pants and shirt, buttoned up from neck to waist. Clothing shall be clean each day. Any soiled clothing should be cemetery work-related that day. T-shirts and/or tank tops as outer garments are prohibited. Shoes/boots will have no holes or loose soles. Steel-toed shoes will be required in accordance with OSHA. Contractor employees will maintain personal hygiene. Shall not engage in loud or boisterous behavior or use profane or abusive language. Will show proper reverence during committal service. Shall not eat or drink beverages except water or non-alcoholic drinks while in the work area or in site of committal shelter during a service. Use of intoxicating beverages and/or drugs is strictly prohibited. Contractor personnel shall not lean, sit or stand on or against headstones or monuments. No tools, equipment or other items will be placed or leaned on headstones or monuments. SMOKING is not permitted on Baltimore National Cemetery grounds. This restriction includes offices, restrooms, stairwells, entrances, exits or any other public area. It will be the discretion of the COTR to implement immediate removal of Contractor and/or Contractor personnel from cemetery grounds if these standards are not adhered to during the performance of the contract. Contractor shall administer disciplinary action immediately as required to Contractor employees. Supervision & Training The Contractor is responsible for maintaining satisfactory standards of personnel conduct and work performance and shall administer disciplinary action as required. The Contractor shall remove employees for cause, to include, but not limited to, misconduct in performance of duty under these specifications and/or conduct contrary to the Government's best interests. The Contractor shall also be responsible for training and safety precautions for contractor employees performing work under these specifications. OSHA standards shall be observed by the Contractor in all work performed. Appropriate safety equipment shall be furnished by the Contractor to contractor personnel and shall be used as prescribed by OSHA standards, including hard hats, safety shoes, safety glasses, and hearing protection devices. Use Of Cemetery Facilities The Government shall not be responsible for any loss, damage, or theft of contractor items, nor shall free telephone service be provided. Contractor shall be responsible for acceptable standards of housekeeping and custodial maintenance of Department of Veterans Affair s facilities used by contractor's employees. The Government will provide limited storage, housing and shop area. Space offered will be in as-is"" condition. Prior to making any modifications or alterations to the space, Contractor shall obtain written approval from the COTR. Any such modifications or alterations shall be at the expense of the Contractor. Upon completion of the contract, the facility shall be returned to the government in the same condition as received at the expense of the Contractor, except for reasonable wear and tear. The Government shall not provide the Contractor with any fuel storage, equipment or telephones. If available, electric and gas utilities at the designated work and storage areas will be provided for purposes of contract performance only. The Contractor shall take adequate safety precautions to prevent hazardous product spills, fire hazards, odors and unsanitary conditions. The Contractor is responsible for safely handling any chemicals, pesticides, herbicides, cleaning solutions, etc. in accordance with manufacturers recommendations. An MSDS (Material Safety Data Sheet) is required for all chemicals, pesticides, herbicides and cleaning solutions. Only the Contractor s equipment, supplies and property necessary to perform work under this contract shall be stored at the Contractor's designated storage area at the end of each workday. No maintenance or repair of Contractor equipment shall be conducted on cemetery property without the COTR s written approval. Contractor employees may park privately owned vehicles in the area designated for parking by the COTR. Liability & Indemnification The Contractor shall possess and maintain all necessary insurance, licenses and permits required for contract performance. Contractor is responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Maryland. The Contractor shall take all necessary precautions to prevent damage to headstones, markers, monuments, flower vases and other cemetery structures during execution of this contract. The Contractor shall be charged current replacement costs for headstones or other property damaged because of actions by Contractor personnel. It is agreed and understood that there is no limitation on the Contractor s liability. In no event shall the Government indemnify and hold harmless the Contractor from all damages, expenses or harm incurred by the Contractor, or from all damages, expenses, or claims, which may arise from third party claims. The Department of Veterans Affairs, shall indemnify and hold harmless the Contractor from and against any and all claims, demands, damages, liabilities or causes of action resulting from the negligent acts or omissions of the Department, its agents, and employees, acting within the scope of their Federal employment, arising from the performance of this contract. Contractors shall provide proof of insurance, licenses and permits required for contract performance within ten (10) days of receipt of notification of contract award. Reporting ""on-the-job"" Injuries: The Contractor is required to report all ""on-the-job"" injuries incurred by the Contractor, its agents or employees, resulting from performance of this contract. Contractor will notify the COTR (either orally or via telephone) within twenty-four (24) hours of the injury and provide details and exact location of the incident. This will be followed up by a written notice to the COTR. Any Contractor (including its agents and employees) that knowingly files a false claim may be criminally prosecuted. (End of Statement of Work / Specifications) PAST PERFORMANCE QUESTIONAIRE INSTRUCTIONS: Contractor must identify previous federal, state, local government and or private contracts completed that are similar in size and scope to the contract being evaluated. List at least three (3) contracts for evaluation. Contracts must be either competed or current within the last (5) years. One contract reference per form. Contract must be Relevant to current requirements. Note: List any National Cemetery Administration (NCA) contracts currently working or previously worked first followed by Non NCA contracts. Past Performance Questionnaire Contract Number Contractor ( Name Address, Zip Code) Telephone Number Email Address Type of Contract Contract Dollar Value Date of Award (if not completed provide status) Type/Extent of Subcontracting Percentage of Work completed by the Contractor Description of Supply/Services provided, location & relevancy of work Address, Telephone Number & Email of the Contact Person and Position Form may be duplicated INSTRUCTIONS TO OFFERORS: Prior to the Solicitation s end date, Interested offerors: - Must have an active registered with the System of Award Management (SAM) at http://www.sam.gov, - Must have a completed Online Representations and Certifications Application (ORCA) at http://www.sam.gov , - �Must, as a Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran owned Small Business (VOSB), be actively registered with the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov). Interested Offerors who do not comply with these requirements will be considered to be non-responsive and will not be considered for award Responses to this Request for Quote (RPQ) are due to the Contracting Officer/Specialist no later than 4:00 pm (Eastern) on May 15, 2020. The successfully Offerors Responses to this announcement will result in a Firm Fixed Price - 60 Day, Standalone Contract. The Government intends to make an 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 cost incurred in developing information provided for the Government. Offerors are responsible for obtaining any amendments or addental information concerning this announcement at beta.sam.gov. All questions regarding this solicitation are to be submitted to the Contracting Officer/Specialist, via email, no later than Close of business, April 27, 2020. Questions pertaining to this announcement shall be sent by email to Kenneth.Randle@va.gov. Telephone inquiries will not be accepted. Questions will not be addressed after the deadline date. To maintain procurement integrity, please do not contact Baltimore National Cemetery or the North Atlantic District directly with any questions pertaining to this Solicitation. All questions must be forwarded to the Contracting Officer/Specialist by the designated Q&A deadline date. Offeror eCMS Vendor Portal Registration: All Interested Offerors must be registered with the Department of Veterans Affairs eCMS Vendor Portal at https://www.vendorportal.ecms.va.gov. Offerors who require registration shall proceed to the Vendor Portal s Login section and shall click on Request a user account to register. In the event an Offeror is unable to submit a proposal through the vendor portal domain, prior to the proposal closing date, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. If an Offeror is still having difficulties in submitting a proposal via the Vendor Portal the Contracting Officer/Specialist may accept an Offeror s proposal via email under the following circumstances: Offeror must provide evidence that an email discussions or verbal discussion with the VAAS helpdesk could not resolve registration issues. Quotes submitted must meet the time constraints as set forth in the solicitation. Quotes submitted via email without set requirements will not be accepted and will be nonresponsive. All Proposal transmissions and uploads submitted via the Vendor Portal or via email are due as indicated in this combine synopsis. Late or incomplete Quotes may also be considered nonresponsive. Offeror Format and Submission Information: Offerors will be accepted and considered for award of a firm-fix price contract. Submitted quotes that do not meet the following instructions may be determined to be nonresponsive and will not be considered for award. Offers must be submitted on company letterhead. Commercial format is encouraged. All offerors documents must be submitted in SEPARATE volumes and in Adobe Acrobat (.pdf) format No MS Word document please. All offerors shall include the following information as part of their Offer in the following Volumes: (VOLUME A) - Company Information Legal Business/Company Name (as listed in www.sam.gov) Complete Company Address DUNS Number Point of Contact Telephone number Email Address Capabilities Statement Proof of current System for Award Management (Sam) Account For SDVOSB and VOSB concerns, proof of current Vendor Information Pages (VIP) certification (CVE letter is also acceptable) One (1) singed copy of Acknowledgement of any Solicitation Amendments One (1) copy of Completed FAR Clause 52.223-3 Hazardous Material Identification and Material Safety Data (if applicable) One (1) copy of Completed Far Provision 52.212-3 Certification and Representations or indicate whether contractor has completed the annual presentation and certifications electronically at www.sam.gov (copy of current SAM status) (VOLUME B) - Technical Offer One (1) copy of (VOLUME C) Past Performance Questionnaire (VOLUME D) Price Schedule Pricing : Shall be submitted as requested in the Schedule of Supplies /Services - One (1) copy of proposed pricing for all items in the schedule this should be a document in MS Excel format (See Schedule). Evaluation Process: The Government intends to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract to the responsible offeror whose offer conforms to solicitation requirements and 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). A comparative evaluation is the act of comparing either two or more offers in response to this RFQ. A comparative evaluation will be done in accordance with the following: The Government reserve the right to consider a response that offers more than the minimum requirement and select that response if it provided the best benefit to the Government. The Government has the discretion to accept other than the lowest priced offeror that provides additional benefits. The Government has the discretion to make an award based on whether the lowest price of the quotations/offers, having the highest past performance rating possible, represents the best benefit to the Government. Technical Approach and Understanding of the Work: Offer shall be evaluated in accordance with the criteria contained in the Statement of Work and on how well the technical approach meets the Government requirements.� Technical approach shall include the following: A narrative that details and demonstrates the Contractor s understanding of the complexity and magnitude of the requirement. This includes: 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. Shows compliance with Limitations on Subcontracting� in accordance with FAR 52.219-14 (at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.) Past performance: Past performance shall be evaluated based on the Offer s technical qualifications on projects within the last 5 years that are comparable in size, complexity, and scope. Past Performance information shall be obtained by the following methods: -The Contracting Officer s knowledge of previous experience with the supply or service being acquired; -Customer past performance questionnaire replies. See Past Performance Questionnaire provided on the following page. -The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov or; -Any other reasonable basis. Price: Proposed price will be evaluated for Reasonableness and Realism. 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) FAR 52.212-2 Evaluation Commercial Items (Oct 2014) FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Oct 2018) FAR52.252-1 Solicitation Provision Incorporated by Reference (Feb 1998) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.209-7 Information Regarding Responsibility Matters (Oct 2018) FAR 52.216-1 Type of Contract (Apr 2002) FAR 52.233-2 Service of Protest (Sept 2006) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.270-1 Representatives of Contracting Officers (Jan 2008) VAAR 852.215-70 VA Notice of Total Service-Disabled Veteran-Owned Small Business Evaluation Factors 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 52.252-2 Clauses Incorporated by Reference FAR 52.203-17 Contractor Employee Whistleblower Rights and requirement to Inform employees of Whistleblower Rights. FAR 52.204-4 Printed or Copied Double sided on Postconsumer Fiver content paper (May 2011) FAR 52.216-18 Ordering (Oct 1995) (date of award through September 30, 2018) FAR 52.216-19 Order Limitations (Oct 1995) ($250.00 | 60 | 90 | 30 days) FAR 52.216-21 Requirements (Oct 1995) (September 30, 2018) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) FAR 52.228-5 Insurance-Work on a Government Installation (Jan 1997) FAR 52.232-18 Availability of Funds (APR 1984) 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) VAAR 852.270-1 Representative s of Contracting Officers (Jan 2008) The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jul 2018) applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: (b)(4), (b)(18), (b)(22), (b)(25), (b)(26), (b)(27), (b)(28), (b)(30), (b)(33)(i), (b)(42), (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) End of Document See attached document: Schedule. See attached document: Statement of Work. See attached document: PAST PERFORMANCE QUESTIONAIRE. See attached document: Wage Determination WD#2015-4187 Revision# 14 Dated Dec 23, 2019.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7b469dc044a24c46b962aac029e917a6/view)
- Place of Performance
- Address: Balitomore National Cemetery;5501 Frederick Avenue;Baltimore, MD 21228, USA
- Zip Code: 21228
- Country: USA
- Zip Code: 21228
- Record
- SN05625214-F 20200419/200417230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |