Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2024 SAM #8425
SOLICITATION NOTICE

48 -- Tube Bundle and Relief Valve for the Northport VA Medical Center.

Notice Date
12/19/2024 9:18:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24225Q0143
 
Response Due
12/30/2024 1:00:00 PM
 
Archive Date
01/02/2025
 
Point of Contact
Jonatan Rondon, Contracting Officer, Phone: 212-686-7500 ex. 5588
 
E-Mail Address
jonatan.rondon@va.gov
(jonatan.rondon@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
2 DESCRIPTION This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01, effective date 11/12/2024. This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 332911, with a small business size standard of 750 employees. The FSC/PSC is 4820. The Northport VA Medical Center requires a Tube Bundle and Relief Valve to the defective steam-to-hot water heat exchanger serving the reheat system for the entire medical center as well as replacing the medium pressure steam relief valve. All interested companies shall provide quotations for the following: STATEMENT OF WORK Replace Defective Tube Bundle and Relief Valve INTRODUCTION The work is to include, but is not limited to: Contractor shall supply replacement tube bundle (Appendix A, D) and relief valve (Appendix B, E) for existing shell and tube heat exchanger for Northport VAMC to perform repairs. Refer to attached specifications to meet VA requirements of the Steam and Condensate Heating Piping Section 232213 (Appendix C) as well as Technical Information Library s Boiler Plant Piping Systems Section 232111 (Appendix F). Tube bundle and Relief Valve are to be delivered to the Northport VA medical center warehouse building 36; Located at 79 Middleville Road, Northport, NY 11768. The period of performance will begin with a Notice to Proceed (NTP) issued after contract award. Total period of performance shall not exceed (60) days after NTP. This period of performance includes reasonable duration for submittal review and approval prior to ordering the tube bundle and relief valve. GENERAL REQUIREMENTS 1. Contractor must coordinate with VA Contractor s Officer Representative (COR) the delivery date and time. 2. The Tube bundle and relief valve shall be checked by the Contractor s Officer Representative (COR) for any damage prior to delivery acceptance. 3. The following are required for this project: Supplies to be provided per this Statement of Work (SOW) and specifications included. Contractor to coordinate with the VA COR prior to the delivery of tube bundle and relief valve. Contractor to field measure existing heat exchanger and record the make/model number before ordering. Contractor to field measure existing relief valve and record the make/model number before ordering. SAFETY PRECAUTIONS 1. The Contractor shall comply with all applicable Federal, State, and local legal requirements regarding workers health and safety. The requirements include but are not limited to, those found in Federal and State Occupational Safety and Health Act (OSHA) statutes and regulations, such as applicable provisions of Title 29, Code of Federal Regulations (CFR) Parts 1910 and 1926. Contractor is solely responsible for determining the legal requirements that apply to activities and shall ensure safe and healthful working conditions for its employees. 2. Contractor shall assume the responsibility to guard against causing of fires and/or explosions and to protect Government Property. Appendix A Appendix B Appendix C SECTION 23 22 13 STEAM AND CONDENSATE HEATING PIPING PART 1 - GENERAL DESCRIPTION Steam to water shell and tube heat exchangers. RELATED WORK NOT USED. APPLICABLE PUBLICATIONS The publications listed below form a part of this specification to the extent referenced. The publications are referenced in the text by the basic designation only. Where conflicts occur these specifications and the VHA standards shall govern. American Society of Mechanical Engineers (ASME): B31.1-2020..............Power Piping B31.9-2020..............Building Services Piping ASME Boiler and Pressure Vessel Code (BPVC) - American Society for Testing and Materials (ASTM): National Board of Boiler and Pressure Vessel Inspectors (NB): Relieving Capacities of Safety Valves and Relief Valves Tubular Exchanger Manufacturers Association (TEMA): TEMA Standards-2019....10th Edition SUBMITTALS Submittals, including number of required copies, shall be submitted in accordance with Section 01 33 23, SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES. Information and material submitted under this section shall be marked. SUBMITTED UNDER SECTION 23 22 13, STEAM AND CONDENSATE HEATING PIPING , with applicable paragraph identification. Manufacturer's Literature and Data including: Full item description and optional features and accessories. Include dimensions, weights, materials, applications, standard compliance, model numbers, size, and capacity. Steam to water shell and tube heat exchanger. Steam pressure safety relief valves. Flanges, gaskets, and bolting. Manufacturer's certified data report, Form No. U-1, for ASME pressure vessels: Heat Exchangers (Steam-to-Hot Water). Flash tanks. Complete operating and maintenance manuals including technical data sheets, information for ordering replacement parts, and troubleshooting guide: Include complete list indicating all components of the systems. Include complete diagrams of the internal wiring for each item of equipment. Diagrams shall have their terminals identified to facilitate installation, operation, and maintenance. QUALITY ASSURANCE The products specified in this section shall conform to the referenced codes and standards as required by the specifications. Local codes and amendments shall be enforced, along with requirements of local utility companies. The most stringent requirements of these specifications, local codes, or utility company requirements shall always apply. Any conflicts shall be brought to the attention of the COR. ASME Compliance: Comply with ASME B31.9 and ASME B31.1 for materials and products. Safety valves and pressure vessels shall bear appropriate ASME labels. AS-BUILT DOCUMENTATION NOT USED. PART 2 - PRODUCTS STEAM SYSTEM COMPONENTS Heat Exchanger Tube Bundle(Steam to Hot Water): U-bend removable tube bundle, water in tubes, equipped with support cradles. Maximum tube velocity: 2.3 meter/second (7.5 feet/second). Tube fouling factor: TEMA Standards, but not less than 0.00018 square meters K/W (0.001 square foot/hour degrees F/Btu). Materials: Tubes: 20 mm (3/4 inch) OD copper. Construction: In accordance with ASME Pressure Vessel Code for 861 kPa (125 psig) working pressure for tubes. Provide manufacturer's certified data report, Form No. U-1. Safety Valves and Accessories: Comply with ASME BPVC Section VIII. Capacities shall be certified by National Board of Boiler and Pressure Vessel Inspectors, maximum accumulation 10 percent. Provide lifting lever. Valve shall have stainless steel seats and trim. PART 3 - EXECUTION NOT USED . Appendix D Appendix E Appendix E cont d Appendix F SAFETY VALVES, RELIEF VALVES, SAFETY RELIEF VALVES AND ACCESSORIES Provide valves and accessories to protect piping systems and pressure vessels from over-pressure. All valves shall comply with ASME BPVC Section I and ASME BPVC Section VIII). Flow capacities shall be certified by National Board of Boiler and Pressure Vessel Inspectors (NB). Boiler and Economizer Service: Refer to Section 23 52 39, FIRE-TUBE BOILERS or Section 23 52 33, WATER TUBE BOILERS. SPEC WRITER NOTE: Flow capacities of safety valves located at the outlet of pressure reducing stations shall be sufficient for the maximum capacity of the largest pressure reducing valve, or the wide-open bypass valve, whichever is greater. Refer to National Board Inspection Code, NB-23, Safety Valves on the Low-Pressure Side of Steam Pressure Reducing Valves . Steam Service (Pressure Vessels and Piping Systems): Refer to schedules in the contract documents for set pressures and capacities. Provide lifting levers, stainless steel trim, lapped seats on steel valves. Fuel Oil Service: Refer to Section 23 50 11, BOILER PLANT MECHANICAL EQUIPMENT. Compressed Air Service: Refer to Section 23 50 11, BOILER PLANT MECHANICAL EQUIPMENT. Drip Pan Ells: Cast iron factory-built safety valve discharge fitting with pipe-within-pipe slip-type connection to vertical vent pipe, basin for collecting condensate from vent pipe, drain connections on basin and at base of ell. Full requirements located at https://www.cfm.va.gov/til/ Delivery shall be provided within sixty (60) days after Notice to Proceed, total period of performance shall not exceed sixty (60) days. Place of Performance/Place of Delivery Northport VA Medical Center Warehouse Building 36 79 Middleville Road Northport, NY 11768 The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services (SEP 2023) FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (MAY 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (NOV 2024). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793) 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513) 52.225-1, Buy American-Supplies (Oct 2022) (41 U.S.C. chapter 83) 52.225-2, Buy American Certificate (Oct. 2022) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018) 852.212-71 Gray Market and Counterfeit Items (Feb 2023) 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-76 VA Notice of Limitations on Subcontracting-Certificate of Compliance for Supplies and Products 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.247-73 Packing for Domestic Shipment (OCT 2018) Buy American Certificate (Oct 2022) (1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component. (2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no . (3) The Offeror shall separately list the line-item numbers of domestic end products that contain a critical component (see FAR 25.105). (4) The terms commercially available off-the-shelf (COTS) item, critical component, domestic end product, end product, and foreign end product are defined in the clause of this solicitation entitled Buy American Supplies. Foreign End Products: Line-Item No. Description Country of Origin Exceeds 55% domestic content (yes/no) [List as necessary] Domestic end products containing a critical component: Line-Item No. [List as necessary] The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. (a)Pursuant to� 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not� certified� SDVOSBs� listed in the SBA certification database� as set forth in� 852.219-73� or� certified� VOSBs� listed in the SBA certification database� as set forth in� 852.219-74. Any work that a similarly situated� certified SDBOSB/VOSB� subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ]� Manufacturer or producer.� The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ]� Nonmanufacturer.� The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii).The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] The offeror certifies that it will supply the end item of a small business manufacturer, processor, or producer made in the United States, unless a waiver as provided in 13 CFR 121.406(b)(5) has been issued by SBA. [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating� 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c)The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee:________________________________________ Printed Title of Signee:_________________________________________ Signature:___________________________________________________ Date:_____________________ Company Name and Address:___________________________________ (End of clause) The following are the decision factors: Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Comparative Evaluations may be considered for this procurement. The government shall evaluate information based on the following evaluation criteria: (1) technical capability factor meeting or exceeding the requirement, (2) past performance, and (3) price. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. FAR 52.212-1 Instructions to Offerors Commercial Products and Commercial Services (Nov 2021) *The Government will not consider offers for award from offerors that do not provide the Buy American certification with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Certificate must be filled out, signed, and submitted with proposal. * The Government will not consider offers for award from offerors that do not provide the Limitations of Subcontracting document with their bid, quotation, or proposal, and all such responses will be deemed ineligible for evaluation and award. Document must be filled out, signed, and submitted with proposal. (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code(s) and small business size standard(s) for this acquisition appear elsewhere in the Request for Quote (RFQ). However, the small business size standard for a concern that submits a quote, other than on a construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture, process, or produce is 500 employees if the acquisition (1) Is set aside for small business and has a value above the simplified acquisition threshold; or (2) Uses the HUBZone price evaluation preference regardless of dollar value, unless the quoter waives the price evaluation preference; or (3) Is an 8(a), HUBZone, service-disabled veteran-owned, economically disadvantaged women-owned, or women-owned small business set-aside or sole-source award regardless of dollar value. (b) Submission of Quotes. Submit signed and dated quotes to the office specified in this Request for Quote (RFQ) at or before the exact time specified. Quotes may be submitted on letterhead stationery, or as otherwise specified in the RFQ. As a minimum, quotes must show (1) The solicitation number. (2) The time specified in the solicitation for receipt of quotations. (3) The name, address, and telephone number of the quoter. (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary. (5) Terms of any express warranty. (6) Price and any discount terms. (7) ""Remit to"" address, if different than mailing address. (8) A completed copy of the representations and certifications at Federal Acquisition Regulation (FAR) 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); (9) Acknowledgment Request for Quotation amendments; (10) Past performance will not be considered in simplified acquisition procurements. (11) Quote should include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes that fail to furnish required representations and certifications, information requested in (1) to (9) and accept the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of Quotes. The quoter agrees to hold the prices in its quote firm for 30 calendar days from the date specified for receipt of quotes, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotes. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. (e) Multiple Quotes. Quoters are encouraged to submit multiple quotes presenting alternative line items (provided that the alternative line items are consistent with FAR subpart 4.10), or alternative commercial products or commercial services for satisfying the requirements of this solicitation. Each quote submitted will be evaluated separately. (f) Late submissions, revisions, and withdrawals of quotes. (1) Quoters are responsible for submitting quotes so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotes are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is ""late"" and may not be considered unless it is received before purchase order issuance and the Contracting Officer (CO) determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude a notice of an extension of the closing date, the time specified for receipt of quotes will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (g) Issuance of Purchase Order. The Government may issue a purchase order to one or more quoters as identified in the Request for Quote (RFQ). Therefore, the quoter s initial quote should contain the best terms from a price and technical standpoint. However, the Government may reject any or all quotes if such action is in the public s best interest. The Contracting Officer (CO) may issue a purchase order to other than the quoter with the lowest priced quotation. (h) Multiple awards. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925, Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites at https://assist.dla.mil. (3) Defense documents not available from the ASSIST website may be requested from the Defense Standardization Program Office by (i) Using the ASSIST feedback module ( https://assist.dla.mil/feedback); or (ii) Contacting the Defense Standardization Program Office by telephone at 571 767 6688 or email at assisthelp@dla.mil. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier (UEI). (Applies to all quotes that exceed the micro-purchase threshold, and quotes at or below the micro-purchase threshold if the Request for Quote (RFQ) requires the Contractor to be registered in the System for Award Management (SAM).) The quoter shall enter, in the block with its name and address on the cover page of its offer, the annotation ""Unique Entity Identifier"" followed by the unique entity identifier that identifies the Quoter's name and address. The Quoter also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Quoter to establish additional SAM records for identifying alternative EFT accounts (see FAR subpart 32.11) for the same entity. If the Quoter does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Quoter should indicate that it is an planning to submit a quote for a Government Request for Quote (RFQ) when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. (k) [Reserved] (l) Notification. The CO will not notify unsuccessful quoters that responded to this Request for Quotation (RFQ). (End of provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Submission of your request shall be received no later than December 30th, 2024, 1600 hours EST at Jonatan.rondon@va.gov. All quoters shall submit the following: One (1) Copy of your proposal in PDF format. All quotes shall be sent to: Jonatan.rondon@va.gov Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Jonatan Rondon Contracting Officer Network Contracting Office (NCO2) Margaret Cochran Corbin VA Campus 423 East 23rd Street, 14045-W New York, NY 10010 212-686-7500 ex. 5588 Jonatan.rondon@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2621278f32de4bbab2eab58934c730bf/view)
 
Place of Performance
Address: VA Healthcare System Northport VA Medical Center 79 Middleville Road, Northport, NY 11768, USA
Zip Code: 11768
Country: USA
 
Record
SN07297698-F 20241221/241219230115 (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.