DOCUMENT
J -- UPS - S/M | Base + 4 Opt Yrs | 301 | Boston - Attachment
- Notice Date
- 4/5/2017
- Notice Type
- Attachment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Veterans Benefits Administration;Office of Acquisition;1800 G. Street N.W.;Washington DC 20006
- ZIP Code
- 20006
- Solicitation Number
- VA101V17Q0144
- Response Due
- 4/19/2017
- Archive Date
- 6/18/2017
- Point of Contact
- Kimberly Tomasi
- E-Mail Address
-
ly.tomasi@va.gov<br
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS SOLICITATION UNINTERRUPTABLE POWER SUPPLY (UPS) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The government anticipates a single (all or none), firm fixed price award. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. The solicitation number is VA101V-17-Q-0144. This acquisition is issued as a Request for Quote (RFQ). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-94, 2005-95, effective January 19, 2017. This procurement is being issued using Cascading Procedures. Reference the below listed Evaluation Addendum detailed in paragraph X, for complete guidance on order of preference. The applicable NAICS Code for this solicitation is 561990 with a Small Business standard of $11 million dollars. The North Atlantic District Contracting Office requests responses from qualified sources capable of providing the following services: Item Information ITEM NUMBER DESCRIPTION QTY U/I U/P AMOUNT 0001 BASE YEAR: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide four (4) hour response to around the clock 24/7/365 customer service and technical support for UPS data system, to include annual and semi-annual inspection services as outlined in the Statement of Work. Contract Period: Base POP Begin: 05/01/2017 POP End: 04/30/2018 12 MO 0002 BASE YEAR: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide scheduled routine maintenance (Annual & Semi-annual - as outlined in the SOW) for the UPS data system in accordance to the approved schedule. Contract Period: Base POP Begin: 05/01/2017 POP End: 04/30/2018 2 EA 1001 OPTION YEAR 1 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide four (4) hour response to around the clock 24/7/365 customer service and technical support for the UPS data system, to include annual and semi-annual inspection services as outlined in the Statement of Work. Contract Period: Option Year 1 POP Begin: 05/01/2018 POP End: 04/30/2019 12 MO 1002 OPTION YEAR 1 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide scheduled routine maintenance (Annual & Semi-annual - as outlined in the SOW) for the UPS data system in accordance to the approved schedule. Contract Period: Option Year 1 POP Begin: 05/01/2018 POP End: 04/30/2019 2 EA 2001 OPTION YEAR 2 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide four (4) hour response to around the clock 24/7/365 customer service and technical support for the UPS data system, to include annual and semi-annual inspection services as outlined in the Statement of Work. Contract Period: Option Year 2 POP Begin: 05/01/2019 POP End: 04/30/2020 12 MO 2002 OPTION YEAR 2 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide scheduled routine maintenance (Annual & Semi-annual - as outlined in the SOW) for the UPS data system in accordance to the approved schedule. Contract Period: Option Year 2 POP Begin: 05/01/2019 POP End: 04/30/2020 2 EA 3001 OPTION YEAR 3 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide four (4) hour response to around the clock 24/7/365 customer service and technical support for the UPS data system, to include annual and semi-annual inspection services as outlined in the Statement of Work. Contract Period: Option Year 3 POP Begin: 05/01/2020 POP End: 04/30/2021 12 MO 3002 OPTION YEAR 3 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide scheduled routine maintenance (Annual & Semi-annual - as outlined in the SOW) for the UPS data system in accordance to the approved schedule. Contract Period: Option Year 3 POP Begin: 05/01/2020 POP End: 04/30/2021 2 EA 4001 OPTION YEAR 4 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide four (4) hour response to around the clock 24/7/365 customer service and technical support for the UPS data system, to include annual and semi-annual inspection services as outlined in the Statement of Work. Contract Period: Option Year 4 POP Begin: 05/01/2021 POP End: 04/30/2022 12 MO 4002 OPTION YEAR 4 The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, and other items and non-personal services necessary to provide scheduled routine maintenance (Annual & Semi-annual - as outlined in the SOW) for the UPS data system in accordance to the approved schedule. Contract Period: Option Year 4 POP Begin: 05/01/2021 POP End: 04/30/2022 2 EA GRAND TOTAL The Contractor shall furnish all management, supervision, trained labor with necessary certification for covered equipment, parts, travel, transportation, materials and all other required items necessary to perform all operations in connection with the Service & Maintenance of the UPS data center located at the Boston VA Regional Office, JFK Federal Building, Rm 1625, 15 New Sudbury Street, Boston, MA 02203. Work will consist of continuous power to its local data center (3-Phase Powerware 9355 uninterruptable power supply (UPS)). A preventive maintenance service contract is necessary to ensure that the device and the systems used to provide power to the data center are in peak operable condition to ensure that the mission of the Boston Regional Office can continue in the event of a power failure and to ensure that Department of Veterans Affairs staff have sufficient opportunity to accomplish normal and safe shut down of the data center if necessary (See attached SOW). Contractor shall perform these commercial services IAW with all federal, state, county, local, and VA requirements. Delivery / Performance Period: Base Year 05-01-2017 to 04-30-2018 Option year 1 05-01-2018 to 04-30-2019 Option year 2 05-01-2019 to 04-30-2020 Option year 3 05-01-2020 to 04-30-2021 Option year 4 05-01-2021 to 04-30-2022 Delivery to: Department of Veterans Affairs / VBA Boston VA Regional Office JFK Federal Building 15 New Sudbury Street Boston, MA 02203-9928 Company Name: Company DUNS Number: Company Tax ID Number: Point of contact: Telephone: FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2016), applies to this solicitation. The following provisions are added as addenda: 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02)(FEB 2015) 52.252-5 Authorized Deviations in Provisions (APR 1984) 852.252-70 Solicitation provisions or clauses incorporated by reference (JAN 2008) 52.252-1 Solicitation Provisions Incorporated By Reference (FEB 1998). The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.212-2, Evaluation -- Commercial Items (OCT 2014), applies to this solicitation. Technical acceptability to meet the Government s requirement, Past-performance and price. Technical and past performance; when combined, are less important than price. Basis for Award: Award decision will be based on the lowest evaluated price from the responsible offeror whose quote was responsive and found to be satisfactory. The Government intends to make Award on an all or none basis to the offeror presenting the Best Value. All offerors shall have an active System for Award Management (SAM) Registration and be registered in the Center for Verification and Evaluation (CVE) to verify Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and Veteran-Owned Small Businesses (VOSBs). SDVOSBs and VOSBs who want to participate in the VA s Veterans First Contracting Program must be verified by CVE in order to be eligible for VA contract set-asides. DUNS numbers shall NOT in the Excluded Parties List System (EPLS), and are NOT listed on the List of Parties Excluded from Federal Procurement or otherwise ineligible to receive an award. 1) The Government will determine an Offeror s responsibility IAW FAR 9.104-1. In doing so, the Offeror is requested to provide their technical approach, and record of past performance. a) The technical approach will proved the Offeror the ability to showcase how they intend to provide 24 hours seven day a week repair services for all equipment. The offeror will provide a draft maintenance schedule for the Governments approval. This maintenance schedule will provide the dates, times, items to be serviced, and the services to be conducted on those dates. The services shall include cleaning, checking to ensure equipment is working within acceptable tolerances, repairing any equipment that falls below tolerance, and updating any firmware, software, or hardware that is necessary to ensure a fully functioning system. Additionally, the contractor shall acknowledge that all maintenance professionals assigned to provide maintenance in support of this contract shall be performed by Eaton factory trained customer engineers. Project Approach Ratings Satisfactory/Unsatisfactory Ratings Rating Description Satisfactory Offerors proposal reflects a full grasp of the requirement and clearly demonstrates the ability to meet the minimum requirements of the solicitation. Unsatisfactory Proposal does not clearly meet the minimum requirements of the solicitation. b) Past performance will be based on one or more of the following: (i) The contracting officer s knowledge of and previous experience with the supply or service being acquired; (ii) Customer surveys, and past performance questionnaire replies; (iii) The Government wide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or (iv) Any other reasonable basis. c) Price- Evaluated to determine that the proposed price is fair and reasonable. (i) Price Fair and Reasonable will be based in accordance with FAR Subpart 13.106-3(a). As part of Price Evaluation: the Government will evaluate its option to extend services (see FAR 52.217-8) by adding six (6) months to the offeror s total price. Offeror is required only to price the base, and four 1-year option periods. Offeror shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise the Extension of Services at the end of the option period, utilizing the same rates as the last six months of the last option period. (ii) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base period of performance. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced (i.e. the base period pricing is significantly higher than the option period pricing or an option period pricing is significantly greater than the base period pricing). Evaluation of options shall not obligate the Government to exercise the options. (iii) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Addendum to 52.212-2 Evaluation Commercial Items Method of Award Cascade Procedure - As follows: Prospective SDVOSB/VOSB offerors must be a verified SDVOSB/VOSB concern in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages at the date and time set for receipt of offers. Any award(s) resulting from this solicitation will be made using the following cascading order of precedence. Offers shall clearly record their business size and all business preference categories (i.e. SDVOSB, VOSB, HubZone, WOSB, Large Business, etc.) on the cover page of the offer. As a minimum, this cover page shall also include the following: Business name, Address, DUNS Number, Name, phone number, and email address for the Primary Point of Contact, Tax Identification Number, and your GSA contract number if applicable to this service. This cover page is a mandatory element of your offer as the offers will only be reviewed in accordance with the below criteria: In accordance with FAR Subpart 19.14 and PL 109-461, award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business (SDVOSB) concern (FAR 52.219-1, Small Business Program Representations for small business size definition) who submits a responsive offer, provided that there is adequate competition among such firms. If there is inadequate competition for award to a SDVOSB concern, award will be made competitively to an eligible Veteran Owned Small Business (VOSB) concern. If there is inadequate competition for award to a VOSB concern, award will be made competitively to a certified HUBZone small business concern. If there is inadequate competition for award to a HUBZone concern, award will be made competitively to a Women-Owned small business concern. If there is inadequate competition for award to a Women-owned concern, award will be made competitively to a small business concern IAW FAR 19.5. If there is inadequate competition for award to a small business concern, award will be made on the basis of full and open competition considering all responsive offers submitted by responsible business concerns. Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the tier under consideration; and Award will be made at fair market prices as determined in accordance with FAR 19.202-6. When there is inadequate competition at any tier, an otherwise competitive offer from a responsible business concern at that tier will be considered with the eligible offers for the next lower tier. For example, only one competitive offer is received from a SDVOSB business. That offer will be included with the offer(s) received from all VOSB businesses. If there is still inadequate competition, the offer from the SDVOSB business will then be included with SB offer(s) received; finally, if there is inadequate competition at the SB tier, the SDVOSB offer will be included with all responsive offers. Award will be made to the offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Pricing will be firm fixed price for each line item identified. End of Addenda to FAR 52.212-2 FAR 52.212-3, Offeror Representations and Certifications Commercial Items (JUL 2016) applies to this solicitation. The offeror has completed the annual representations and certifications electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representations and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____NONE. FAR 52.212-4, Contract Terms and Conditions Commercial Items (May 2015) applies to this solicitation. The following clauses are added as addenda: 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION 2015-02) (FEB 2015) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.233-1 Disputes (MAY 2014) 52.252-6 Authorized Deviations in Clauses (APR 1984) 852.203-70 Commercial Advertising (JAN 2008) 852.219-10 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) 852.219-11 VA Notice of Total Veteran-Owned Small Business Set-Aside (JUL 2016) 001 AL-11-15-A Limitations on Subcontracting Monitoring and Compliance (JUNE 2011) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 52.252-2 Clauses Incorporated by Reference (FEB 1998). The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at: http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2015) 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (NOV 2016) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78) (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: Paragraph b clauses applicable: 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) 52.219-6 Notice of Total Small Business Set Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-34 Payment by Electronic Funds Transfer Other Than System for Award Management (JUL 2013) (j) EFT information. The Contractor shall provide the following information to the designated office. The Contractor may supply this data for this or multiple contracts (see paragraph (b) of this clause). The Contractor shall designate a single financial agent per contract capable of receiving and processing the EFT information using the EFT methods described in paragraph (c) of this clause. (1) The contract number (or other procurement identification number). (2) The Contractor's name and remittance address, as stated in the contract(s). (3) The signature (manual or electronic, as appropriate), title, and telephone number of the Contractor official authorized to provide this information. (4) The name, address, and 9-digit Routing Transit Number of the Contractor's financial agent. (5) The Contractor's account number and the type of account (checking, saving, or lockbox). (6) If applicable, the Fedwire Transfer System telegraphic abbreviation of the Contractor's financial agent. (7) If applicable, the Contractor shall also provide the name, address, telegraphic abbreviation, and 9-digit Routing Transit Number of the correspondent financial institution receiving the wire transfer payment if the Contractor's financial agent is not directly on-line to the Fedwire Transfer System; and, therefore, not the receiver of the wire transfer payment. 52.222-41 Service Contract Labor Standards (MAY 2014) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) 52.222-55 Minimum Wages Under Executive Order 13658 (Dec 2015) N/A The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. The Government intends to award a firm fixed price contract resulting from this combined Synopsis/Solicitation. All offerors must be registered in the System for Award Management (SAM) prior to award (www.sam.gov). Quotes are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. Quotes must include company name, company DUNS number, company Tax ID number and point of contact information. All responsible sources should submit quotes to Kimberly Tomasi via e mail: kimberly.tomasi@va.gov by WEDNESDAY, APRIL 19, 2017 @ 8:00AM, EST. For additional information, please contact the Contracting Officer, Kimberly Tomasi, by e-mail at kimberly.tomasi@va.gov. STATEMENT OF WORK UNINTERRUPTABLE POWER SUPPLY VA REGIONAL OFFICE BOSTON, MA 02203-9928 BACKGROUND The Department of Veterans Affairs Boston Regional Office, 15 New Sudbury Street, Boston, MA 02203 operates a 3-Phase Powerware 9355 uninterruptable power supply (UPS) to provide continuous power to its local data center. A preventive maintenance service contract is necessary to ensure that the device and the systems used to provide power to the data center are in peak operable condition to ensure that the mission of the Boston Regional Office can continue in the event of a power failure and to ensure that Department of Veterans Affairs staff have sufficient opportunity to accomplish normal and safe shut down of the data center if necessary. In order to provide these preventative maintenance services, the contractor shall furnish all services, tools, equipment, labor, facilities, transportation and supervision to provide preventive maintenance services to the Department of Veterans Affairs, Boston Regional Office. CONTRACTOR RESPONSIBILITIES The contractor shall provide the following preventive maintenance services under this contract: 3 Phase Uninterruptable Power Supply Essential Services Guaranteed 4-hour on-site emergency response, 7 days/week, 24 hours/day. Includes 100% parts coverage (excluding batteries, air filters, and proactive full bank capacitor replacement.). Brand name or equal parts Includes one Semi-Annual and one Annual Preventive Maintenance Service scheduled by the customer between 8am-5pm, Monday-Friday (excluding national holidays). Includes 100% labor and travel coverage 7 days/week, 24 hours/day, within the 48 contiguous states and Hawaii. Performed by Eaton factory trained Customer Engineers. The following is an outline of general checks performed during an Eaton ® Preventive Maintenance of the Eaton UPS Power Module normally performed by Eaton field service personnel. All checks are designed to be performed either during normal operation with no danger to the UPS s operation condition and the critical load, or during off line operation, in the bypass mode. All checks or processes may not be applicable to all equipment models. 3 Phase Uninterruptable Power Supply Semi-Annual Service Perform temperature check on all breakers, connections, and associated controls. Repair and/or report all high temperature areas. Perform a complete visual inspection of the equipment including subassemblies, wiring harnesses, contacts, cables, and major components. Check air filters for cleanliness (if applicable) Check module(s) completely for the following (if applicable): Rectifier and inverter snubber boards for discoloration. Record all voltage and current meter readings on the module control cabinet or the system control cabinet. 3 Phase Uninterruptable Power Supply Annual Service (Includes Semi-Annual Service Plus the following) Check the inverter and rectifier snubbers for burned or broken wires. Check all nuts, bolts, screws, and connectors for tightness and heat discoloration. Check fuses on the DC capacitor deck for continuity (if applicable). With customer approval, perform operational test of the system including unit transfer and battery discharge. Calibrate and record all electronics to system specifications. Check or perform Engineering Field Change Notices (FCN) as necessary. Measure and record all low-voltage power supply levels. Record phase-to-phase input voltage and currents. Review system performance with customer to address any questions and to schedule any repairs. Check power capacitors for swelling or leaking oil (if applicable) DC capacitor vents caps that have extruded more than 1/8". (if applicable) Measure and record harmonic trap filter currents. (if applicable) EQUIPMENT LIST 2 Powerware 9355 UPS, 15 KVA, Serial # FB403JBA01 Part #KA1512100000010 2 Sealed Battery Assembly, Model Number: 103006077 PERIOD OF PERFORMANCE The period of performance for this contract shall be BASE YEAR (not to exceed 12 months) with four (4) available options years after the base year. Emergency services also shall be administered as need with four (4) available option years. PLACE OF PERFORMANCE. Department of Veterans Affairs (VBA) 15 New Sudbury Street Boston, MA 02203 Service appointments shall be conducted during the normal business hours of Monday through Friday (7:00 a.m. 3:30 p.m.). GOVERNMENT-FURNISHED EQUIPMENT, BADGE, KEYS AND/OR FACILITIES PROVIDED. The Government does not provide any equipment. The Government will provide escorted access to facilities as required for the performance of this task. CLASSIFICATION/SECURITY CLEARANCE/POLICE CHECK/DRIVING RECORD CHECK. The contractor shall comply with all applicable Department of Veterans Affairs security regulations and procedures during the performance of this task. The Certification and Accreditation (C&A) requirements do not apply. In addition, a Security Accreditation Package is not required. Confidentiality: All work is to be performed by competent personnel, experienced and qualified to provide maintenance services. Contractors shall keep all assignment-related information strictly confidential. Authorized VA personnel will escort contractors at all times. Task Type: Work performed under this task shall be firm fixed price. Billing: Services performed under this contract will be billed upon completion. The contractor shall provide an invoice that will include: i. Contract Number ii. Company Name and Address iii. Invoice Date iv. Invoice Number (Note: Each invoice must have a different Invoice Number) v. Description of items/services provided as well as referencing the appropriate Contract Line Item Number (CLIN). This way the proper CLIN can be billed for the Invoice. vi. Terms for any discount for prompt payment vii. Name, title and phone number of company point of contact to notify in case of a defective invoice Holidays Work at the government site shall not take place on Federal holidays or weekends. There is ten (10) Federal holidays set by law (USC Title 5 Section 6103). Under current definitions, four are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WDCVARO372/WDCVARO372/VA101V17Q0144/listing.html)
- Document(s)
- Attachment
- File Name: VA101V-17-Q-0144 VA101V-17-Q-0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3394804&FileName=VA101V-17-Q-0144-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3394804&FileName=VA101V-17-Q-0144-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA101V-17-Q-0144 VA101V-17-Q-0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3394804&FileName=VA101V-17-Q-0144-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs / VBA;Boston VA Regional Office;JFK Federal Building;15 New Sudbury Street;Boston MA
- Zip Code: 02203
- Zip Code: 02203
- Record
- SN04461119-W 20170407/170405235200-87c4ee68d8e4e1b703c00aaf1949c416 (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 |