Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOLICITATION NOTICE

X -- VET CENTER LANCASTER

Notice Date
1/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Veterans Affairs;Lebanon VA Medical Center, Room 117;1700 South Lincoln Ave, Bldg 18;Lebanon PA 17042
 
ZIP Code
17042
 
Solicitation Number
VA-244-10-RP-0102
 
Response Due
1/29/2010
 
Archive Date
2/13/2010
 
Point of Contact
Michael BermesContracting Officer
 
E-Mail Address
Contracting Officer
(michael.bermes@va.gov)
 
Small Business Set-Aside
N/A
 
Description
U.S. GOVERNMENT LEASE FOR REAL PROPERTY(Short Form)1. LEASE NUMBER PART I - SOLICITATION/DESCRIPTION OF REQUIREMENTS (To be completed by Government) A. REQUIREMENTS The Government of the United States of America is seeking to lease approximately 3000 rentable square feet of office space located in Lancaster P A. for occupancy not later than March 31, 2010 (date) for a term of 5 years. Rentable space must yield a minimum of 3000 square feet of ANSI/BOMA Office Area (previously Usable) for use by Tenant for personnel, furnishing, and equipment. INITIAL OFFERS ARE DUE ON OR BEFORE CLOSE OF BUSINESS February 29, 2010 B. STANDARD CONDITIONS AND REQUIREMENTS The following standard conditions and requirements shall apply to any premises offered for lease to the UNITED STATES OF AMERICA (hereinafter called the GOVERNMENT): Space offered must be in a quality building of sound and substantial construction, either a new, modern building or one that has undergone restoration or rehabilitation for the intended use. The Lessor shall provide a valid Certificate of Occupancy for the intended use of the Government and shall meet, maintain, and operate the building in conformance with all applicable current (as of the date of this solicitation) codes and ordinances. If space is offered in a building to be constructed for lease to the Government, the building must be in compliance with the most recent edition of the building code, fire code, and ordinances adopted by the jurisdiction in which the building is located. Offered space shall meet or be upgraded to meet the applicable egress requirements in National Fire Protection Association (NFPA) 101, Life Safety Code or an alternative approach or method for achieving a level of safety deemed equivalent and acceptable by the Government. Offered space located below-grade, including parking garage areas, and all areas referred to as "hazardous areas" (defined in NFPA 101) within the entire building (including non-Government areas), shall be protected by an automatic sprinkler system or an equivalent level of safety. Additional automatic fire sprinkler requirements will apply when offered space is located on or above the 6th floor. Unrestricted access to a minimum of two remote exits shall be provided on each floor of Government occupancy. Scissor stairs shall be counted as only one approved exit. Open-air exterior fire escapes will not be counted as an approved exit. Additional fire alarm system requirements will apply when offered space is located 2 or more stories in height above the lowest level of exit discharge. The Building and the leased space shall be accessible to workers with disabilities in accordance with the Americans With Disabilities Act Accessibility Guidelines (36 CFR Part 1191, App. A) and the Uniform Federal Accessibility Standards (Federal Register vol. 49, No. 153, August 7, 1984, reissued as FED. STD. 795, dated April 1, 1988, and amended by Federal Property Management Regulations CFR 41, Subpart 101-19.6, Appendix A, 54 FR 12628, March 28, 1989). Where standards conflict, the more stringent shall apply. The leased space shall be free of all asbestos containing materials, except undamaged asbestos flooring in the space or undamaged boiler or pip-e insulation outside the space, in which case an asbestos management program conforming to Environmental Protection Agency guidance shall be implemented. The space shall be free of other hazardous materials according to applicable Federal, State, and local environmental regulations. Services, utilities, and maintenance will be provided daily, extending from 0700 am to 1800 p.m. except Saturday, Sunday, and Federal holidays. The Government shall have access to the leased space at all times, including the use of electrical services, toilets, lights, elevators, and Government office machines without additional payment. 2. SERVICES AND UTILITIES (To be provided by Lessor as part of rent) 1HEAT 1TRASH REMOVAL 0ELEVATOR SERVICE 1INITIAL & REPLACEMENT 1ELECTRICITY 0CHILLED DRINKING WATER 0WINDOW WASHING LAMPS, TUBES & BALLASTS 0POWER (Special Equip.) 1AIR CONDITIONING Frequency__________ 0PAINTING FREQUENCY 1WATER (Hot & Cold) 0TOILET SUPPLIES 1CARPET CLEANING Space__________ 1SNOW REMOVAL 0JANITORIAL SERV. & SUPP. Frequency1 per yearPublic Areas__________ 3. OTHER REQUIREMENTS Offerors should also include the following with their offers: Lessor shall provide five ( 5 ) parking spaces to lease. NOTE: All offers are subject to the terms and conditions outlined above, and elsewhere in this solicitation, including the Government's General Clauses and Representations and Certifications. 4.BASIS OF AWARD 0THE ACCEPTABLE OFFER WITH THE LOWEST PRICE PER SQUARE FOOT, ACCORDING TO THE ANSI/BOMA Z65.1-1996 DEFINITION FOR BOMA USABLE OFFICE AREA, WHICH MEANS "THE AREA WHERE A TENANT NORMALLY HOUSES PERSONNEL AND/OR FURNITURE, FOR WHICH A MEASUREMENT IS TO BE COMPUTED." 1OFFER MOST ADVANTAGEOUS TO THE GOVERNMENT, WITH THE FOLLOWING EVALUATION FACTORS BEING 1SIGNIFICANTLY MORE IMPORTANT THAN PRICE ( see page 3 ) 0APPROXIMATELY EQUAL TO PRICE 0SIGNIFICANTLY LESS IMPORTANT THAN PRICE 0(Listed in descending order, unless stated otherwise): PART II - OFFER (To be completed by Offeror/Owner) A. LOCATION AND DESCRIPTION OF PREMISES OFFERED FOR LEASE BY GOVERNMENT B. TERM To have and to hold, for the term commencing on March 31, 2010and continuing through March 30, 2015 inclusive. The Government may terminate this lease at any time on or after March 31, 2012, by giving at least 90 days notice in writing to the Lessor. No rental shall accrue after the effective date of termination. Said notice shall be computed commencing with the day after the date of mailing. C. RENTAL Rent shall be payable in arrears and will be due on the first workday of each month. When the date for commencement of the lease falls after the 15th day of the month, the initial rental payment shall be due on the first workday of the second month following the commencement date. Rent for a period of less than a month shall be prorated. 7.AMOUNT OF ANNUAL RENT 8.9.MAKE CHECKS PAYABLE TO (Name and address) 10.RATE PER MONTH 11. 10a.NAME AND ADDRESS OF OWNER (Include ZIP code. If requested by the Government and the owner is a partnership or joint venture, list all General Partners, using a separate sheet, if necessary.) PART III - AWARD (To be completed by Government) Your offer is hereby accepted. This award consummates the lease which consists of the following documents: (a) this GSA Form 3626, (b) Representations and Certifications, (c) the Government's General Clauses, and (d) the following changes or additions made or agreed to by you: THIS DOCUMENT IS NOT BINDING ON THE GOVERNMENT OF THE UNITED STATES OF AMERICA UNLESS SIGNED BELOW BY AUTHORIZED CONTRACTING OFFICER. 17a. NAME OF CONTRACTING OFFICER (Type or Print)17b. SIGNATURE OF CONTRACTING OFFICER17c. DATE 2.0 AWARD FACTORS 2.1 AWARD FACTORS The lease will be awarded to the Offeror whose offer, conforming to the solicitation; will be the most advantageous to the Government, price and other factors considered. The following factors, are equal in importance and when combined are significantly more important that price: Factor 1 - Location of Proposed Site; Factor 2 - Technical; Factor 3 - Time & Date of Availability; Factor 4 - Past Performance; and Factor 5 - Promotion of Energy Efficiency and Use of Renewable Energy. 1.Location of Proposed Site- Facility MUST BE located within Lancaster P A city limits to receive consideration. Evaluation of site location includes, but is not limited to: Is the site situated near other medical care facilities? Is the site already constructed to VA office standards, or will it require build-out? Is the site offered located on the main floor? Is the site easily accessible to veterans both locally and from the freeway? Will the site placement allow for a large independent "Veterans Affairs " sign to assist patients in locating the office? Does the site have adequate access to public transportation. 2.Technical Factors: A subjective evaluation of the offeror's technical proposal will be performed. Technical sub-factors, which are of equal importance are: a. Condition of Building: Evaluation of building condition includes, but is not limited to: Is building already constructed to VA office standards? Is building handicapped- accessible? Are there sufficient windows for lighting purposes? Are handrails installed in bathrooms and throughout the building? Is the building located on the main floor? (Preferred: Main floor locations) Is the waiting room of sufficient size to be easily accessible by patients and caregivers? b. Capability of Proposed Space to Meet Existing Requirements: Evaluation of space capability includes, but is not limited to: Does the space provide at least 3000 Net Useable Square Feet under ANSI/BOMA standards? Is it sufficient to house a receptionist area, waiting room, 6 private offices, a large group room, male/female/handicapped- restrooms and ample storage. Are the hallways, doorways, rooms and other areas wide enough to accommodate wheelchairs? Is the building already wired for computer access with sufficient computer drops? Is the building already sufficiently plumbed and wired with electricity? Is there sufficient free parking available, including handicapped parking and a handicapped drop-off zone near the entrance(s)? 3.Time & Date of Facility Availability: In this factor, the earlier a facility is available the better. If a facility is "move-in ready", it will be awarded the highest available score in this category. 4.Past Performance: The history of potential offerors shall be evaluated using any past or current contracts for similar leases or rentals; any information regarding problems that arose under the aforementioned contracts, and the corrective actions taken or responses made by the potential offerors, as evidenced in prior lease relationships. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance. Promotion of Energy Efficiency and Use of Renewable Energy: Does the site use energy efficient (Energy Star) and/or renewable energy appliances, fixtures, lighting, etc.? Is the heating/cooling of the building done using Energy Star products? Is the location compliant with FAR 52.223-15 5. "Energy Efficiency in Energy-Consuming Products", 52.223-16 "IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec 2007)", and 52.223-17 "Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008)"? (These regulations can be viewed online at http://farsite.hill.af.mil.) 6. Price: a.Rentyearly b.Build-out costs: build-out costs shall be either paid up front or included with the monthly rent and spread evenly over the five years of the lease ) (Acquisition of Leasehold Interests in Real Property) 52.252-1- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (VARIATION) (DEC 2003) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available or the full text of a solicitation provision may be accessed electronically as GSA Form 3516A at this address: http://www.qsa.qovileasinqform. The following provisions are incorporated by reference: GSAR 552.270-1 FAR 52.222-24INSTRUCTIONS TO OFFERORS -- ACQUISITION OF LEASEHOLD INTERESTS IN REAL PROPERTY (MAR 1998) PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB 1999) (Applicable to leases exceeding $10 million) GSAR 552.270-3 PARTIES TO EXECUTE LEASE (SEP 1999) FAR 52.233-2 SERVICE OF PROTEST (AUG 1996) GSAR 552.233-70 PROTESTS FILED DIRECTLY WITH THE GENERAL SERVICES ADMINISTRATION (MAR 2000) FAR 52.215-5 FACSIMILE PROPOSALS (OCT 1997) (Applicable only if facsimile proposals are authorized.) FLOOD PLAINS AND WETLANDS (APR 1984) An award of contract will not be made for a property located within a base flood plain or wetland unless the Government has determined it to be the only practicable alternative. GSA FORM 3516(REV1 2/7) GENERAL CLAUSES (Simplified Leases) (Acquisition of Leasehold Interests in Real Property for Leases Up to $100,000 Net Annual Rent) 1.The Government reserves the right, at any time after the lease is signed and during the term of the lease, to inspect the leased premises and all other areas of the building to which access is necessary to ensure a safe and healthy work environment for the Government tenants and the Lessor's performance under this lease. 2.If the building is partially or totally destroyed or damaged by fire or other casualty so that the leased space is untenantable as determined by the Government, the Government may terminate the lease upon 15 calendar days written notice to the - Lessor and no further rental will be due. 3.The Lessor shall maintain the demised premises, including the building, building systems, and all equipment, fixtures, and appurtenances furnished by the Lessor under this lease, in good repair and tenantable condition. Upon request of the Contracting Officer, the Lessor shall provide written documentation that building systems have been maintained, tested, and are operational. 4.In the event the Lessor fails to perform any service, to provide any item, or meet any requirement of this lease, the Government may perform the service, provide the item, or meet the requirement, either directly or through a contract. The Government may deduct any costs incurred for the service or item, including administrative costs, from rental payments. 5.52.252-2 CLAUSES INCORPORATED BY REFERENCE (VARIATION) (DEC 2003) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make the full text available, or the full text may be found as GSA Form 351 7C at http://www.cisa.cjov/leasinpform. 6.The following clauses are incorporated by reference: GSAR552-203-5 COVENANT AGAINST CONTINGENT FEES (FEB 1990) (Applicable to leases over $100,000.) GSAR 552-203-70 PRICE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (SEP 1999) (Applicable to leases over $100,000.) FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (VARIATION) FAR 52.209-6PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (JAN 2005) (Applicable to leases over $25,000.) FAR 52.219-9 SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2005) (Applicable to leases over $500,000.) FAR 52.219-16 LIQUIDATED DAMAGES-SUBCONTRACTING PLAN (JAN 1999) (Applicable to leases over $500,000.) GSAR 552.219-72 PREPARATION, SUBMISSION, AND NEGOTIATION OF SUBCONTRACTING PLANS (JUN 2005) (Applicable to leases over $500,000 if solicitation requires submission of the subcontracting plan with initial offers.) GSAR 552.219-73 GOALS FOR SUBCONTRACTING PLAN (JUN 2005) (Applicable to leases over $500,000 if solicitation does not require submission of the subcontracting plan with initial offers.) FAR 52.222-26 EQUAL OPPORTUNITY (APR 2002) (Applicable to leases over $10,000.) FAR 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (Applicable to leases over $10,000.) FAR 52.222-35 EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (Applicable to leases over $25,000.) FAR 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) (Applicable to leases over $10,000.) FAR 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (DEC 2001) (Applicable to leases over $25,000.) FAR 52.232-23 ASSIGNMENT OF CLAIMS (SEP 1999) (Applicable to leases over $2,500.) GSAR 552.232-75 PROMPT PAYMENT (SEP 1999) GSAR 552.232-76 ELECTRONIC FUNDS TRANSFER PAYMENT (MAR 2000) (VARIATION) FAR 52.233-1 DISPUTES (JUL 2002) FAR 52.21 5-10 PRICE REDUCTION FOR DEFECTIVE COST OR PRICING DATA (OCT 1997) (Applicable when cost or pricing data are required for work or services over $500,000.) FAR 52.21 5-12SUBCONTRACTOR COST OR PRICING DATA (OCT 1997) (Applicable when the clause at FAR 52.215-10 is applicable.) The information collection requirements contained in this solicitation/contract, that are not required by regulation, have been approved by the Office of Management and Budget pursuant to the Paperwork Reduction Act and assigned the OMB Control No. 3090-0163. REPRESENTATIONS AND CERTIFICATIONS (Short Form) (Simplified Acquisition of Leasehold Interests in Real Property for Leases Up to $100,000 Annual Rent) Complete appropriate boxes, sign the form, and attach to offer. The Offeror makes the following Representations and Certifications. NOTE: The "Offeror, " as used on this form, is the owner of the property offered, not an individual or agent representing the owner. 1. SMALL BUSINESS REPRESENTATION (JAN 2007) (a) (1) The North American Industry Classification System (NAICS) code for this acquisition is 531190. (2)The small business size standard is $19.0 Million in annual average gross revenue of the concern for the last 3 fiscal years. (3)The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. ( b) Representations. (1)The Offeror represents as part of its offer that it [] is, [X] is not a small business concern. (2)[Complete only if the Offeror represented itself as a small business concern in para graph (b)(1) of this provision.] The Offeror represents, for general statistical purposes, that it [] is, [X] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3)[Complete only if the Offeror represented itself as a small business concern in paragraph (b)(1) of this pro vision.) The Offeror represents as part of its offer that it [] is, [us not a women-owned small business concern. (4)[Complete only if the Offeror represented itself as a small business concern in paragraph (b)(1) of this provision.] The Offeror represents as part of its offer that it [] is, [Jis not a veteran-owned small business concern. (5)[Complete only if the Offeror represented Itself as a veteran-owned small business concern in paragraph (b)(4) of this provision.) The Offeror represents as part of its offer that it [1 is, [us not a service- disabled veteran-owned small business concern. (6)[Complete only if the Qiferor represented itself as a small business concern in paragraph (b)(1) of this provision.] The Offeror represents, as part of its offer, that (i)It [] is, [X]is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material change in ownership and control, principal office, or HUBZone employee percentage has occurred since it was certified by the Small Business Administration in accordance with 13 CFR part 126; and (ii)It [] is, [X] is not a joint venture that complies with the requirements of 13 CFR part 126, and the representation in paragraph (b)(6)(i) of this provision is accurate for the HUBZone small business concern or concerns that are participating in the joint venture. [The Offeror shall enter the name or names of the HUBZone small business concern or concerns that are participating in the joint venture:.] Each HUBZone small business concern participating in the joint venture shall submit a separate signed copy of the HUBZone representation. 2.52.222-22- PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) (Applicable to leases over $10,000.) The Offeror represents that- (a)It [X] has, [] has not participated in a previous contract or subcontract subject either to the Equal Opportunity clause of this solicitation; (b)It [X] has, [] has not filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. (Approved by 0MB under Control Number 121 5-0072.) 3.52.222-25- AFFIRMATIVE ACTION COMPLIANCE (APR 1984) (Applicable to leases over $10,000 and which include the clause at FAR 52.222 26, Equal Opportunity.) The Offeror represents that- (a)It [X] has developed and has on file, [] has not developed and does not have on file, at each establishment affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b)It [1 has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. (Approved by 0MB under Control Number 121 5-0072.) 4.52.203-11- CERTIFICATION AND DISCLOSURE REGARDING PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2005) (Applicable to leases over $100,000.) (a) The definitions and prohibitions contained in the clause, at FAR 52.203-1 2, Limitation on Payments to Influence Certain Federal Transactions, included in this solicitation, are hereby incorporated by reference in paragraph (b) of this certification. (b) The Offeror, by signing its offer, hereby certifies to the best of his or her knowledge and belief that on or after December 23, 1989, - (1)No Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with the awarding of a contract; (2)If any funds other than Federal appropriated funds (including profit or fee received under a covered Federal transaction) have been paid, or will be paid, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress on his or her behalf in connection with this solicitation, the Offeror shall complete and submit, with its offer, 0MB standard form LLL, Disclosure of Lobbying Activities, to the Contracting Officer; and (3) He or she will include the language of this certification in all subcontract awards at any tier and require that all recipients of subcontract awards in excess of $100,000 shall certify and disclose accordingly. (c) Submission of this certification and disclosure is a prerequisite for making or entering into this contract imposed by section 1352, title 31, United States Code. Any person who makes an expenditure prohibited under this provision or who fails to file or amend the disclosure form to be filed or amended by this provision, shall be subject to a civil penalty of not less than $10,000, and not more than $100,000, for each such failure. 5.52.204-3- TAXPAYER IDENTIFICATION (OCT 1998) (a)Definitions. "Common parent," as used in this provision, means that corporate entity that owns or controls an affiliated group of corporations that files its Federal income tax returns on a consolidated basis, and of which the Offeror is a member. "Taxpayer Identification Number (TIN)," as used in this provision, means the number required by the Internal Revenue Service (IRS) to be used by the Offeror in reporting income tax and other returns. The TIN may be either a Social Security Number or an Employer Identification Number. (b)All Offerors must submit the information required in paragraphs (d) through (f) of this provision to comply with debt collection requirements of 31 U.S.C. 7701(c) and 3325(d), reporting requirements of 26 U.S.C. 6041, 6041A, and 6050M, and implementing regulations issued by the IRS. If the resulting contract is subject to the payment reporting requirements described in Federal Acquisition Regulation (FAR) 4.904, the failure or refusal by the Offeror to furnish the information may result in a 31 percent reduction of payments otherwise due under the contract. (c)The TIN may be used by the Government to collect and report on any delinquent amounts arising out of the Offeror's relationship with the Government (31 U.S.C. 7701 (c)(3)). If the resulting contract is subject to the payment reporting requirements described in FAR 4.904, the TIN provided hereunder may be matched with IRS records to verify the accuracy of the Offeror's TIN. (d)Taxpayer Identification Number (TIN). [X]TIN:____________ []TIN has been applied for. [] TIN is not required because: []Offeror is a nonresident alien, foreign corporation, or foreign partnership that does not have income effectively connected with the conduct of a trade or business in the United States and does not have an office or place of business or a fiscal paying agent in the United States; []Offeror is an agency or instrumentality of a foreign government; []Offeror is an agency or instrumentality of the Federal government; (e) Type of organization. []Sole proprietorship;[] Government entity (Federal, State, or local); [] Partnership;[] Foreign government; [] Corporate entity (not tax-exempt); [] International organization per 26 CFR 1. ['Corporate entity (tax-exempt);[1 Other (f)Common Parent. []Offeror is not owned or controlled by a common parent as defined in paragraph (a) of this provision. [] Name and TIN of common parent: Name ______________ TIN______________ 6. 52.204-6- Data Universal Numbering System (DUNS) Number (OCT 2003) (a)The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS number or "DUNS+4" that identifies the Offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet, Inc. The DUNS+4 is the DUNS number plus a 4- character suffix that may be assigned at the discretion of the Offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see Subpart 32.11) for the same parent concern. (b)If the Offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. at 1-866-705-5711 or via the Internet at http://www.dnb.com or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The Offeror should be prepared to provide the following information: (i)Company legal business name. (ii)Tradestyle, doing business, or other name by which your entity is Commonly recognized. (iii)Company physical street address, city, state and zip code. (iv)Company mailing address, city, state and zip code (if separate from physical). (v)Company telephone number. (vi)Date the company was started. (vii)Number of employees at your location. (viii)Chief executive officer/key manager. (ix)Line of business (industry). (x)Company Headquarters name and address (reporting relationship within your entity). 7.DUNS NUMBER (JUN 2004) Notwithstanding the above instructions, in addition to inserting the DUNS Number on the offer cover page, the Offeror shall also provide its DUNS Number as part of this submission: DUNS # 8.CENTRAL CONTRACTOR REGISTRATION (JAN 2007) The Central Contractor Registration (CCR) System is a centrally located, searchable database which assists in the development, maintenance, and provision of sources for future procurements. The Offeror must be registered in the CCR prior to lease award. The Offeror shall register via the Internet at http://www.ccr.gov. To remain active, the Offeror/Lessor is required to update or renew its registration annually. [] Registration Active and Copy Attached [] Will Activate Registration and Submit Copy to the Government Prior to Award OFFEROR OR AUTHORIZED REPRESENTATIVE COMPANY NAME, ADDRESS TELEPHONE NUMBER
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC595/LeVAMC595/VA-244-10-RP-0102/listing.html)
 
Record
SN02046354-W 20100123/100121234805-31de61dfaab3309aa64cfd7e8f6bb634 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
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.