SOLICITATION NOTICE
J -- Floor/Grout Restoration (Service)
- Notice Date
- 8/30/2021 2:57:08 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238330
— Flooring Contractors
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24721Q1244
- Response Due
- 9/7/2021 1:00:00 PM
- Archive Date
- 10/07/2021
- Point of Contact
- Darlene Chase, Contract Specialist, Phone: 404-321-6111 x2428
- E-Mail Address
-
darlene.chase@va.gov
(darlene.chase@va.gov)
- Awardee
- null
- Description
- 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. The solicitation number is 36C24721Q1244 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-6. The associated NAICS code is 238330, Flooring Contractors. This is set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB). The requirement is for use at the Tuscaloosa VA Medical Center, 3701 Loop Rd,, Tuscaloosa, AL 35404. 2 attachments Last day for questions Friday September 3, 2021@12:00 pm Est. All quotes must be submitted NLT 4:00pm (NO EXCEPTONS) to: Darlene Chase at: Darlene.Chase@va.gov 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 on this notice. This announcement constitutes the only solicitation; this is a Request for Quotation (RFQ), and a written solicitation document will not be issued. The solicitation number is 36C24721Q1244. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2021-06 effective July 12, 2021 . The associated North American Industrial Classification System (NAICS) code for this procurement is 238330 and the Small Business Size standard is $16.5 Million. This combined/synopsis solicitation is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB s) in accordance with VAAR 852.219-10. Only VA verified SDVOSB s in the VIP at the time of contract award will be considered. All non-VIP verified firms will be considered non-responsive and ineligible for award. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. This RFQ is set-aside for 100% Service-Disabled Veteran Owned Small Businesses. The Tuscaloosa VA Medical Center, Tuscaloosa, GA requires a contractor to provide Floor Grout Restoration services. GENERAL INFORMATION Deluxe Restoration Program and Maintenance Program Tuscaloosa VA Medical Center 1. DESCRIPTION OF SERVICES: The contractor shall provide all management, supervision, labor tools, materials, and equipment (except as otherwise provided), and shall plan, schedule, coordinate and ensure effective performance to provide Restoration and Maintenance as described herein in accordance with the requirements of this solicitation/SOW at the Tuscaloosa Veterans Affairs Medical Center (TVAMC). The maintenance of the bathrooms will be inspected and maintained semi-annually. Bathrooms that are affected are: 1 Mental Health Wing 2nd Floor Patient Restrooms 2 Mental Health Wing 3rd Floor Patient Restrooms 3 Mental Health Wing 4th Floor Patient Restrooms 4 F1-101 Serenity Garden Restroom F1-100 Serenity Garden Restroom 5 Gym K1-100B Men s Restroom 6 Gym K1-100C Women s Restroom 2. Period of Performance: This contract is for a one-year period with maintenance semiannual. Item# Unit EnduraGLAZE Restoration 10.59 sf EverGLAZE Maintenance 2.34 sf 3. STATE/FEDERAL SPECIFICATIONS: Materials specified for the work shall conform to the technical requirement of the respective State and/or Federal specifications. The persons employed under this contract shall, while on the premises, comply with all building regulations, federal policies and guidelines. The contractor shall provide written documentation prior to beginning work, and annually thereafter, that all persons employed for this contract do not have any communicable diseases, i.e., Tuberculosis, etc. 4. STANDARDS OF CONDUCT: The Contractor shall maintain and supervise all actions of their employees. The contractor shall be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity and shall be responsible for taking such disciplinary action with respect to his/her employees as may be necessary. The Contractor shall ensure their employees do not disturb papers on desks, open desk drawers or cabinets, or use Government telephones, except as authorized. All persons employed in the performance of this contract shall, while on the premises, comply with all building regulations, policies and guidelines. Contract employees shall sign-in when reporting for duty and sign out when leaving at the end of each workday. Sign-in location shall be established by the Contracting Officer s Representative (COR), and shall remain the same unless otherwise notified. 5. PERSONNEL REQUIREMENTS: Work required in the performance of this contract performance of this contract shall be performed during the hours of 7:00am to midnight, Monday through Friday, excluding Federal holidays. Occasional weekend hours may be required to efficiently complete certain requirements of the contract during the course of this contract; however, weekend work, if it becomes necessary, shall be scheduled with the approval of the COR in advance, and shall be kept at a minimum. 6. CONTRACTOR S RESPONSIBILITIES: The contractor shall obtain all licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury or damage during the performance of this contract. Contractor personnel shall be responsible for any injury to employees, or others as well as for any damage to personal or public property that occurs during the performance of this contract, that is caused by the negligence of the contractor or its employees. The contractor shall maintain personal liability and property damage insurance prescribed by the laws of the State of Alabama. The Contractor shall ensure that all employees receive mandatory training as required by OSHA, Joint Commission, etc. Contractor shall consider the clinical environment and instruct his/her personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as cleaning of human secretions, blood, barium, etc. both floor and wall stain removal. The Contractor shall provide every new employee with a VA NON-PIV identification Badge prior to performing work under this contract. The Contractor s employee and the COR shall ensure each pass has been issued by the VA Police Service at VAMC Tuscaloosa, AL. Employees released from service by the Contractor shall have their VA Non-PIV ID BADGES collected by the Contractor. All VA NON-PIV ID Badges shall be destroyed upon termination of the contract. The Contractor s on -site supervisor shall ensure that all employees carry their VA NON-PIV ID Badges with them during duty hours, have them readily visible, and present them upon request. The COR shall periodically verify passes of contract employees with their personal identification. 7. SCOPE OF WORK: The Contractor shall furnish all personnel to provide restoration and maintenance services at the Tuscaloosa VA Medical Center. The COR will request a quote for any additional hours of cleaning services that the COR determines are necessary and will submit to Contracting Officer for contract modification. The COR will coordinate with the Contractor for any changes to service scheduled. In the performance of this contract, the Contractor shall take such safety precautions as necessary to protect the lives and health of all occupants and visitors of the building. The contractor shall display appropriate warning signs in all areas where operations may cause traffic obstruction or personnel hazard. The cleaning of the ceramic tile floors resulting in a temporarily wet or slippery floor surface shall be accomplished so that it will not be necessary for personnel or patients to cross the wet surface to gain access to other areas. The Contractor shall immediately correct any fire and safety deficiencies caused by contractor personnel. 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 and hold the Contractor in default of the contract. The Contractor shall comply with applicable Federal, State and local safety and fire regulations in effect at the beginning of the contract period. The Contractor shall keep abreast of and comply with any changes in these regulations and codes applicable to the contract. The Contractor shall continually exercise all reasonable and prudent efforts to ensure the security of the Clinic and its contents resulting from the performance of work by their employees. All materials and equipment used in performance of this contract shall be removed from the premises/property at the end of each workday. The Contractor shall ensure that equipment is kept safe, clean, and in good working condition. Contractor shall accomplish all administrative tasks necessary to assure performance of the aseptic services, including, but not limited to, preparation and distribution of work schedules, emergency recall rosters, facility defects reports, and/or any other data submissions. 8. QUALIFYING EXPERIENCE REQUIREMENTS: All contractor employees must be acceptable to the Contracting Officer/COR. The Contracting Officer reserves the right to require a replacement for any employee at any time for any reason deemed necessary. The Contractor shall submit internal Training Records or Training Certificates stating the individual training of each employee assigned to this contract within 10 days of award of the contract. Minimum age requirement is 18 years of age. 9. PERSONNEL: The Contractor s personnel shall follow all applicable policies of the TVAMC. Contractor shall provide standard uniform shirts, blouses, smocks which clearly identify the Contractor and are uniform in color. All Contractor employees shall be in uniform while on site/duty. Pants/Slacks choice is at the discretion of the contractor/staff.; however, they shall be neat and without holes. The Contractor personnel shall be free of body odor and war clean uniform clothing each day. Fingernails must be clean and free of dirt. Hair must be neatly combed, and/or maintained. 10. SPECIFIC TASKS: a. Administrative: Contractor shall accomplish all administrative tasks necessary to assure performance of the aseptic services including, but not limited to, preparation and distribution of work schedules, emergency recall rosters, facility defects report, and any other data submissions. Contractor shall have an updated written personnel roster, which shall be maintained. The COR shall be furnished original roster and all changes thereafter. Employees not listed will not be allowed to work in the medical facility. b. Posted Work Schedule: This schedule shall be determined jointly by the COR and the Contractor. After the schedule is determined, it shall be posted for the contract period. All other areas shall be cleaned in coordination with the COR. As needed updates shall be coordinated with and approved by the COR. 11. QUALITY CONTROL: The Contractor shall have a Quality Control Program (QCP) to ensure all requirements of the contract are provided as specified and shall submit said QCVP to the Contracting Officer with proposal. The program shall be continuously improved and is therefore documented in loose leaf manual format. The program shall include, but not be limited, to the following: Written work instructions/procedures, processes, and product description To implement contractual obligations. The preparation and maintenance of, and compliance with, these instructions shall be audited as a function of the Contractor Quality Program to assure compliance with or timely changes to the instructions. Contractor shall submit all OSHA & Joint commission training of personnel in Quality Control Program. A method of early detection and correction of assignable conditions adverse to the quality of service, to include analysis of corrective action records (including Customer complaints) in order to determine causes of defectiveness. The quality program shall ensure that records are complete and reliable. Reliable records are objective evidence of existing or past quality of service. An inspection system covering all services stated in the cleaning requirements section of this contract. A check list used in inspective contract performance during regularly scheduled or unscheduled inspections, and the name(s) of the individuals who will perform the inspection. Contractor with the COR will complete the Performance Log (Attachment A) upon completion of each Restoration/Maintenance restroom project. Upon notification that a project was not approved, Contractor has 7 working days to correct deficiencies. 12. HOURS OF WORK: Work required in the performance of this contract shall be performed during the working hours (7:00am to midnight), Monday through Friday, excluding Federal Holidays. With advance notice, Contractor will/may be requested to work overnight hours and weekends to avoid the interruption of Patient Care Services. 13. CONFIDENTIALITY: The Contractor s personnel shall comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to contractor employees during performance of their daily duties, the contractor shall obtain a signed confidentiality certificate from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person s name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COR upon request. 14. CONTRACTOR FURNISHED PROPERTY: The Contractor shall furnish at his/her own expense, all labor and supervision, which may be necessary or appropriate in the performance of his contract. Contractor shall be responsible for ensuring all equipment, tolls, utilized in the performance of this contract meet or exceed all applicable Federal, State, County, City, or other appropriate agency safety requirements, and ensure all employees have full working knowledge of these requirements. Contractor will remove all equipment from the premises at the end of each work day. Contractor is not authorized to store any equipment on site. 15. CONTRACTOR POINT OF CONTACT (POC) The contractor will provide to the VA their supervisor POC and the contractor will be responsible for ongoing communication with VA COR or their designee to assure that services are delivered in a timely and quality manner. 16. NON-PERSONAL SERVICES STATUS: Award of this contract will result in a contractual arrangement only and shall not be construed as a personnel appointment with the VA. The services shall not constitute an employer/employee relationship. Payments to the Contractor shall be based on the provision of an end product or the accomplishment of a monitored for quality assurance. 17. CONTRACT AWARD & ADMINISTRATION DATA: a. The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under this contract. In the event the contractor effects any such changes at the direction of any person other than the Contracting Officer, the changes shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. b. No contract will be awarded, nor payment made to any individual or entity that appears on the Governments Excluded Parties Listing System (EPLS), nor the Department of Treasury s Office of Foreign Assets Control (OFAC) Specially Designated Nationals (SDN) List. 18. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's Employees shall wear visible identification always while on the premises of the TVAMC. Contractor shall only park in the appropriate designated parking areas. Information on parking is available from the TVAMC Police Section. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. 19. OBTAINING A VA IDENTIFICATION BADGE: Contractor shall contact the Contracting Officer s Representative (COR) upon contract award, to receive instructions on how to obtain a VA Identification Badge during the performance of this contract. 20. SECURITY: The Contractor shall ensure compliance by its employees with the security regulations of the Veteran s Administration where work is performed under this Contract. Contracted employees shall self-register at https://www.tms.va.gov/SecureAuth35/ . Once registered, enroll in class VA 10176 VA Privacy and Information Security Awareness and Rules of Behavior. Contractors shall provide signed certifications of completion to the Contracting Officer s Representative (COR) prior to starting work on this contract. Photography or Video on medical center premises is strictly prohibited. Additionally, pursuant to 38 CFR 1.218(b) (23) Use of recording devices of any kind to record patients or employees is strictly prohibited. VA-designated employee shall provide escort in sensitive areas. The C&A requirements do not apply. A Security Accreditation Package is not required: 21. Site Visits: Site visits will be available upon request. Point of contact to arrange site visit(s) is Mrs. Mary Bailey, (205) 554-3838 22. Quality Assurance Inspections: What will be inspected Who will inspect It When it will be Inspected Where it will be Inspected How it will be Inspected Maintenance Program Housekeeping Foreman or Housekeeping Supervisor After completion of Service At the site of work Visually and personally Restoration Housekeeping Foreman or Housekeeping Supervisor After completion of Service At the site of work Visually and personally Contractor Supplied Reports Administrative Officer After completion of Service At the site of work Visually and personally Inspections will be based on the standards in the Performance Requirements Summary in the contract Statement of Work. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Tile and grout restoration of bathrooms in building 137 0002 1.00 EA __________________ __________________ Maintenance of bathrooms in building 137 GRAND TOTAL __________________ The following provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Addendum to FAR 52.212-1 Instructions to Offerors -- Commercial Items (Apr 2014) Paragraph (c) is modified to read as follows: (c) Period for the acceptance of offers. The offeror agrees to hold the prices in its offer for 90 calendar days from the date specified for receipt of offers. FAR 52.212-2, Evaluation -- Commercial Items (Jan 1999) This provision is incorporated by reference, and paragraph (a) is modified to read as follows: (a) Basis of Award. This procurement is being conducted pursuant to FAR Part 13 procedures. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, quote he lowest price, whose quote price does not exceed the amount of funding available for the procurement, and whose quoted price is found to be reasonable. Price alone is the sole evaluation factor. In addition to the general standards of responsibility found at FAR § 9.104-1, in accordance with FAR § 9.104-2, the special standards of responsibility described below apply to this procurement. Offerors who fail to meet any special standard of responsibility will not be eligible to receive contract award. Special Standards of Responsibility: The following special standards of responsibility apply to this procurement: SP1: Specialized Experience. Offeror shall provide a narrative that describes its specialized experience providing Floor Grouting Services in accordance with the Statement of Work. (b) Evaluation Process. Quotes will be evaluated in the following manner. The lowest-priced quote will be identified. The lowest-priced quote will be evaluated to determine if the quoted price exceeds the amount of funding available for the procurement. If the quoted price does not exceed the amount of funding available for the procurement, the quoted price will be evaluated to determine if it is reasonable. If the quoted price is found to be reasonable, the offeror who submitted this quote will be identified as the successful offeror. The contracting officer will then determine if the successful offeror is responsible using the general standards of responsibility and the special standards of responsibility applicable to this procurement. If contract award cannot be made to the successful offeror, the contracting officer will evaluate the next lowest-priced quote following the procedures described above. This process will continue until a contract award can be made, or the contracting officer determines that no contract award can be made. The contracting officer may find all quotes not acceptable and cancel the solicitation if the lowest-priced quote exceeds the amount of funding available for the procurement. The contracting officer may likewise find an quote under evaluation, as well as all remaining quotes, not acceptable and cancel the solicitation if the quote currently under evaluation exceeds the amount of funding available for the procurement. The Government intends to evaluate quotes and award a contract without discussions with offerors. However, the Government reserves the right to conduct discussions at any time if determined by the contracting officer to be in the Government s interest. (c) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an quote is unacceptable if the option prices are significantly unbalanced or if the quoted price for the basic requirement or any option exceeds the amount of funding available for any of those requirements. Evaluation of options shall not obligate the Government to exercise the option(s). RATING SYSTEM Each factor will be scored as wither Acceptable or Unacceptable as defined below. Each proposal will be evaluated against the Statement of Work (SOW) and the stated evaluation criteria. Each proposal is evaluated using the same standards. Each evaluation factor has specific documents and information that must be submitted with an Offeror s quote. Proposals shall be clearly written, unambiguous, and all-inclusive of the required information for assessment against the stated factors. Failure to provide all requested documents and information may result in a rejected bid and or unacceptable rating. EVALUATION CRITEIRA All proposals shall be subject to evaluation by a team of Government personnel. The evaluation process will consider the following: To receive consideration for award, a rating of no less than Acceptable must be achieved for the Specialized Experience. Offerors are cautioned that the awards shall be made based upon the lowest priced offered. The Government intends to award only one (1) contract. Special Standards of Responsibility To assist the contracting officer in determining if the special standards of responsibility applicable to this procurement are met, offerors are asked to provide the following information with their quotes. Failure to include this information could result in a contracting officer s determination that an otherwise successful offeror is not eligible for contract award. SP1: Specialized Experience. The enterprise license for the survey shall include unlimited pulses, access for up to three administrators with real time visual heat maps, two dashboards for tracking the changes to the survey for use throughout the medical center and contain exportable data with shareable graphics. Implementation consulting and training shall be included along with question design for the survey. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: General Standards of Responsibility: An offeror shall indicate in its quote whether it will (1) self-perform 100% of the requirement, or (2) subcontract any portion of the requirement. If the offeror intends to subcontract any portion of the requirement, the offeror shall provide a subcontracting plan that includes a percentage breakdown evidencing how the offeror will comply with the limitations on subcontracting in 13 CFR 125.6(a)(1). See also VAAR 852.219-10. Failure to provide the required information will result in an offeror s quote being rejected without further consideration. If Offeror intends to satisfy this requirement through use of a proposed subcontractor(s), Offeror must provide this information for each proposed subcontractor and Offeror must identify what work will be performed by each proposed subcontractor and what work will be performed by Offeror. Business Processes/ Record of Integrity and Ethical Business Practices/ Contractor shall be a legally registered business This solicitation set-aside 100% for Service-Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business concerns. To be considered for award, prospective offerors shall be registered in System for Award Management (SAM) at the time the offer is submitted. The contractor shall be verified as SDVOSB in the VA Center for verification and evaluation (CVE) Veteran Information Pages (VIP) at the date and time set for the receipt of offers and at the time of award. See VAAR 819.7003. The offeror shall submit their quote on company letterhead. The offeror s quote shall include the name, address, and telephone number of the offeror, the offeror s DUNS# and ORCA document in SAM at www.sam.gov, and a completed copy of 52.212-3 offeror Representations and Certifications- Commercial Items. A signed copy of the SF 1449 and an acknowledgement or signed copy of all amendments posted to the solicitation. All Offerors must meet the small business size standard of 12 Million Employees for NAICS code 238330 Flooring Contractors at the time of submission of quote and at the time of award. Price: The offeror shall fill-in all unit prices and totals for each CLIN as well as the total amount of the price quote in the solicitation s Price Schedule. Experience: Services - Capabilities Statement must specifically reference each type of service required as it pertains to this solicitation and show that the offeror can successfully perform the entire scope of the requirement. The Offeror s narrative must clearly state the following information: the legal name of entity with whom the offeror held the contract; the contract number; a description of the specific tasks the offeror performed under that contract; the dates during which the offeror performed the contract; the frequency of services; the name, phone number, and email address of a person at the entity with whom the offeror held the contract who can verify the information the offeror provides in the narrative description for this factor. Must provide a minimum of two (2) past performance references showing successful experience performing services similar in function and scope of this requirement. The past performance experience must include the client s POC with email and phone number. The past performance must be within the last five (5) years. Additional items beyond what is required will not be considered. All line items in the Price Schedule must include a price. The total evaluated price will consist of the offeror s total proposed price, including option years. The Government may determine that an offer is unacceptable if the prices are significantly unbalanced. The offeror will submit one document in PDF form only, no word documents will be accepted. Not providing all the required documents above along with not following the instructions for submission will result in the rejection of a quote. Please note: ALL Request for Quotes (RFQ) submission date stated above will not be extended under no circumstances; due to the time sensitivity of the requirement. RATINGS To receive consideration for award, a rating of no less than Acceptable must be achieved for the Technical and Management and Delivery Factors and Satisfactory for Relevant Experience/Past Performance. The relative importance of factors and sub-factors is as follows: Technical, Management and Delivery, Relevant Experience/Past Performance are of equal importance. All non-price factors, when combined, are significantly less important than Price. *ALL factors must be rated ACCEPTABLE/SATISFACTORY to be considered for award. Acceptable ALL of the minimum acceptable criteria are clearly met by the proposal. The offeror s proposal meets the performance and technical capability requirements defined in the SOW. NOTE: Once the proposals have been determined to be technically acceptable, award will be based on cost/price only. Unacceptable Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. Proposals thatfail to meet specified minimum performance and capability requirements defined in the SOW. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. GENERAL INSTRUCTIONS Electronic Submissions: Offerors must email their proposals for the items described above and are due by 4:00PM EST. on Tuesday September 7th, 2021 to Darlene Chase at Darlene.Chase@va.gov Include the solicitation number and DUNS number in the Subject line. Late offers will not be accepted and no telephonic inquiries will be accepted. The solicitation requested date and time will not be extended under any circumstance due to the time sensitivity of when the services are needed for the facility. Proposals must be submitted electronically and will not be accepted through fax or postal mail. All questions regarding this solicitation must be emailed to Darlene.Chase@va.gov The last date for questions and answers will be on Friday September 3rd, 2021 by 12 noon EST. Questions must be submitted to the Contracting Officer in writing by the date specified in the FBO posting. Questions received later than that period of time will not be answered. Verbal inquiries or questions will not be addressed or accepted. All proposals must include: Proposals must be submitted in thre...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1688b432a316426a89d0e589ea760def/view)
- Record
- SN06115710-F 20210901/210831201824 (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 |