Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 11, 2022 SAM #7559
SOLICITATION NOTICE

S -- Window, Garage and Exterior Cleaning Services at the Rocky Mountain Regional VA Medical Center - 554

Notice Date
8/9/2022 1:54:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25922R0105
 
Response Due
8/23/2022 2:00:00 PM
 
Archive Date
10/22/2022
 
Point of Contact
Contracting Officer, Pamela Barnes, Phone: 303-712-5813
 
E-Mail Address
Pamela.Barnes@va.gov
(Pamela.Barnes@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Combined Synopsis/Solicitation Notice Combined Synopsis/Solicitation Notice Page 3 of 3 Combined Synopsis/Solicitation Notice *= Required Field Combined Synopsis/Solicitation Notice Page 1 of 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 36C25922R0105 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06 effective May 26, 2022. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 561720 Janitorial Services, with a small business size standard of $19.5 million. This solicitation is 100% set-aside for SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESSES (SDVOSBs). IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER The following is a list of the contract line-item numbers, quantities and units of measure including options. CLIN DESCRIPTION OF SUPPLIES / SERVICES QTY UNIT UNIT COST TOTAL COST 0001 Window, Garage and Exterior Cleaning Services in accordance with the performance work statement - Base Year: September 15, 2022 through September 14, 2023 1 YEAR $__________ $__________ 1001 Window, Garage and Exterior Cleaning Services in accordance with the performance work statement - Option Year 1: September 15, 2022 through September 14, 2023 1 YEAR $__________ $__________ TOTAL COST ALL CLINS, BASE $___________________ PLUS ALL OPTION YEARS PERFORMANCE WORK STATEMENT - WINDOW, GARAGE AND EXTERIOR CLEANING SERVICE DESCRIPTION The Rocky Mountain Regional Medical Center (RMR) is seeking a contract for window washing, exterior parking garage cleaning, and exterior cleaning of buildings. The contract will be for one (1) base year with four (4) option years, for a total of five (5) years. Washing will occur twice a year in April and again in October. During the base year, the April window washing will need to occur in May. The April and October schedule will resume in option year 1. RMR is a 1.2 million square feet facility comprised of 14 buildings located at 1700 Wheeling Street, Aurora Colorado, 80045. It is comprised of 9 multi-story buildings all of which are connected by a 0.25-mile-long multi-story concourse. The exterior of all buildings is glass with limited stucco. The interior concourse walls on levels 2 through 4 are comprised of glass which must be cleaned on both sides. The Facility also has 3 parking garages. Parking Garage South is 2 stories and is underground. The Visitor Parking Garage and Employee Parking Garage are both 6 stories tall and require window cleaning both sides all stories of the stair/elevator bank and pressure washing all levels. The Contractor is responsible for providing an annual exterior cleaning program to include but not limited to the exterior of all buildings and structures, walls, sidewalks, patios, skywalks, parking garages, exterior windows, and both sides of the interior concours widows. Contractor shall plan, develop, and implement an exterior cleaning program for all RMR buildings, structures, walkways, exterior windows, and interior concourse windows as outlined in this Performance Work Schedule. The designated areas are to be cleaned in their entirety (NOT spot cleaned). Best commercial practices shall be applied in the performance of work. All work shall be completed per approved and accepted industry standards throughout the duration of the contract. The Contractor shall furnish all labor, transportation, supplies, and equipment. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall perform to the requirements set forth in the document that are designed to prove acceptable service levels of performance standards. The Contractor must have experience working on three (3) Federal Building within the past 10 years. Building Stories Building SF Estimated Window SF Building A 4: levels 1 & 4 are patient care areas 124,200 28,500 Building B 3: Research 58,200 10,300 Building D 3: emergency/radiology, dental/lab, Pre-Op/PACU/Bronchoscopy 163,600 42,000 Building E 3: dermatology/ENT/Podiatry, Primary Care, Specialty Clinics 91,100 25,500 Building F 3: Pharmacy/Radiology, Cardiology/Sleep Lab/Pulmonology, Cath Lab/Pharmacy/Surgery/PACU 163,600 42,000 Building G 3: Audiology/Speech/Prosthetics/Physical Therapy, Health Admin/OIT, Health Admin/Dialysis/Psychology 94,900 25,500 Building H 3: Spinal Cord Injury Unit, Mental Health Unit, Intensive Care Unit 123,800 25,500 Building K 3: Spinal Cord Injury Unit, Med Surg Unit, Med Surg Unit 145,600 25,500 Building L 3: Facilities Only the 2nd story windows require cleaning 53,600 6,200 Concourse 4 stories tall, 0.25 miles long, both sides of Interior Non-Frosted Windows 198,550 Exterior:106,000 Interior: 25,400 Fisher House 2: exterior residential windows 18,000 1,350 Parking Garage Employee 6: both sides of stairwell windows, all levels of parking garage to include floors, walls, ceilings. 400,900 5,700 Parking Garage North 6: both sides of stairwell windows, all levels of parking garage to include floors, walls, ceilings. 357,000 6,200 Parking Garage South 2 underground: all levels of parking garage to include floors, walls, ceiling 202,100 N/A Skywalks Ground level and 2nd floor exterior and inside the concourse both sides of the windows 32,500 18,000 PERFORMANCE REQUIREMENTS The cleaning shall take no more than 30 days to complete all requirements in the Spring and Fall of each year. Postponement/Delays: In the event climate or weather conditions become unsuitable for work or may induce an environmental hazard, then the work will be rescheduled to a date and time satisfactory to the Contractor and COR/POC. All cleaning tasks shall be accomplished to meet the standards listed below: Clean glazed surface windows, frames, sills, sashes, Ledges and insect screens. Contractor shall remove of all residual tar, gum, and paint, water proofing compounds, dirt and soil of other substances, which may be found. Screens and safety bars shall be removed for cleaning, replaced and securely fastened. All glass shall be streak and water stain free. 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. Safe preparation and use of materials and equipment. Materials shall be 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. The 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 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 the Window Cleaning Plan (See Appendix 1) of service prior to the start of semi-annual cleaning 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. 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 prompt (within 30 days) 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 The Contractor shall furnish all cleaning materials, equipment, and supplies necessary to perform the cleaning services of this contract, except for those noted within this SOW. All cleaning materials and supplies shall be provided in their original containers with Safety Data Sheets (SDS) immediately accessible to the user(s). The Contractor shall provide environmentally preferable products (soap, chemical, etc.) and is required to provide a SDS 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. The Contractor CANNOT use the building s tie off point or the davit systems on ANY building located on RMR campus. 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 that will inspect each building after completion covering all services provided and a method of correcting deficiencies in the quality of services before the level of performance becomes unacceptable. Quality Assurance (QA). The Government Quality Assurance Surveillance Plan (QASP) shall be used as the objective basis for determining the contractor s performance during any established reporting period. This plan primarily focuses on the Government s measures to ensure that the Contractor has performed IAW performance standards the QASP is a living document that the Government may review and revise on a regular basis. The intent of the QASP is to ensure the performance IAW the metrics set forth in a contract documents to guarantee the acceptable level of services is received. The QASP defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Work not meeting the contract s requirements shall be re-performed by the Contractor at no additional expense to the Government. SAFETY PLAN/TRAINING The Contractor shall be responsible for providing a safety plan that shall be submitted to the Government Safety Officer for concurrence at least five (5) working days prior to the start of any work. The plan shall address potential risks in pursuing the work and steps taken to mitigate those risks including but not limited to methods of anchoring, working surfaces, and personnel to ensure fall protection and procedures used in case of an emergency. The work plan shall include the proposed work schedule and shall identify by timeline when certifications of wire ropes, working platforms, and other associated equipment are required during the project. A procedural description of daily inspections to ensure personnel safety and equipment readiness must also be provided. Proof of certification, where certifications is required, shall be provided to the COR before equipment systems and their components may be used on the jobsite and should be provided in the work plan. In addition, the work plan should provide documentation related to employee training and experience. VA Personnel, Contractor s Personnel, the building, and property shall always be protected when overhead work is in progress. 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, drugfree workplace and other appropriate federal employment requirements. Contract Manager The 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 The 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. The 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. Smoking is not permitted within or around the VA Healthcare System facilities, except in designated areas. 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, and 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 Service 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. HAZMAT VA Safety Manager may inventory all chemicals that the Contractor brings on to RMR. 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 VASNHS 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, in the event that 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 SDSs. The Contractor shall provide one copy of the SDSs for each item to HAZMAT section for review prior to any chemicals being brought onto RMR. The Contractor shall maintain one copy of the SDSs 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. The Contractor shall be responsible for proper disposal of hazardous waste or materials. WORK HOURS Normal Work Hours: VASNHS 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 these holidays fall on Saturday, the preceding Friday will be observed. If these 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 post the holiday observance. Holiday Date Month New Year s Day 1st January Martin Luther King Jr. s Birthday 3rd Monday January Presidents Day 3rd Monday February Memorial Day Last Monday May Juneteenth Day 19th June Independence Day 4th July Labor Day 1st Monday September Columbus Day 2nd Monday October Veterans Day 11th November Thanksgiving Day 4th Thursday November Christmas Day 25th December VA 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. The Contractor shall report to Environmental Management Service Building 1, 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. INTERFERENCE TO NORMAL FUNCTION The 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. PROGRESS MEETINS 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 reduced to 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 non-concurrence for resolution. These meetings will be scheduled on the basis of need as determined by the Government. GOVERNMENT FURNISHED PROPERTY AND 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. 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 Station. 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 and 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. 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 wellbeing, 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 parties agree that the Contractor s personnel working because 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 POC shall be available by telephone Monday through Friday between 8:00 a.m. and 5:00 p.m. excluding Federal 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 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 While performing under this contract, all vehicles used by the contractor shall be locked and the keys removed when not in use. This is intended to protect the Contractor s property and the safety of the patients and visitors of the medical center. 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, are lost or duplicated, the Contractor will 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. 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 are 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 INVOICE 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 Contract Number PO Number The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021), applies to this acquisition with the following addendum: FAR 52.204-7, System for Award Management (OCT 2018); FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020); FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single Blanket Purchase Agreement (BPA) definitized contract to fulfill this requirement. FAR 52.237-1 SITE VISIT (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. The Site Visit for this requirement is scheduled for Thursday, August 11, 2022 at 10:30 a.m. mountain time at the Rocky Mountain Regional VA Medical Center, 1700 N Wheeling St. Aurora, CO 80045 Any vendor wishing to attend shall send the following information to the contracting officer at Pamela.Barnes@va.gov Name, C...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f638cbbdb9a84749bca378d0c997822a/view)
 
Place of Performance
Address: Department of Veterans Affairs Eastern Colorado Health Care System Rocky Mountain Regional VA Medical Center 1700 N. Wheeling Street, Aurora 80045, USA
Zip Code: 80045
Country: USA
 
Record
SN06419343-F 20220811/220809230117 (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 |
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.