Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
DOCUMENT

S -- Chemical Treatment for Boiler and Chiller Plant Southeast Louisiana Veterans Healthcare System 2400 Canal Street New Orleans, LA 70119 - Attachment

Notice Date
4/20/2017
 
Notice Type
Attachment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;1555 Poydras Street;Suite 1895;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
VA25617Q0462
 
Response Due
5/1/2017
 
Archive Date
8/8/2017
 
Point of Contact
C.Robert Oravetz
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 7 of 13 This is a notice to all offerors that FedBizOpps Combined Synopsis Solicitation VA25617Q0462 is being amended to add/change the following listed below. (This amendment is the second amendment to this solicitation). This amendment makes the following changes, additions, deletions, and/or edits to the solicitation: 1). Provide responses to vendor questions about this solicitation. Please refer to the attachment entitled Final Master List Vendor Questions and Responses Chemical Treatment for Boiler Chiller Plant 2). Amend Section D: Contract Documents, Exhibits, or Attachments to add the following attachments to the solicitation: Attachment: Boiler Attachment: Cooling Tower Attachment: Final Master List Vendor Questions and Responses Chemical Treatment for Boiler Chiller Plant Attachment: IMG_8065 Attachment: IMG_8067 Attachment: Parameters Boilers Chillers Attachment: QASP Chemical Treatment for Boiler & Chiller Plant 20180419 Attachment: R O Unit 3). Change current solicitation response date from April 26th, 2017 3:00 p.m. CDT (New Orleans, LA) to May 1st, 2017 1:00 p.m. CDT (New Orleans, LA). 4). Amend B.1 Price/Cost Schedule & Item Information. B.1 Price/Cost Schedule & Item Information (amended) is contained within this section and shall be used by offerors when preparing Volume 2 Price Proposal. See Section B below 5). Amend B.3 Statement of Work. Change B.3 to read B.2. Remove Statement of Work entitled Chemical Treatment for Boiler and Chiller Plant dated 02/15/2017 and replace with Statement of Work entitled Chemical Treatment for Boiler and Chiller Plant dated 04/19/2017. Change page 2, paragraph 4 of solicitation to read All work shall be completed in accordance with the Statement of Work (SOW), entitled, Chemical Treatment for Boiler and Chiller Plant dated 04/19/2017. See Section B below. 6). Change paragraph 1, Offer Submission Guidance to read the following below: OFFER SUBMISSION GUIDANCE: Offer Submission Guidance: Offers shall be submitted via e-mail only to C. Robert Oravetz, Contract Specialist, christopher.oravetz@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than Monday, May 1st, by 1:00 p.m. CDT (New Orleans, LA). Any contractor submissions or requests for information received after the closing date and time of this solicitation (for any reason) are late, and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the final response date of Monday, May 1st, by 1:00 p.m. CDT (New Orleans, LA) with their best offer. 7). Change Overall Arrangement of Offers, Volume 1 Technical Volume to read the following: VOLUME 1 TECHNICAL Volume Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the Statement of Work. Offerors should address all aspects of the Statement of Work in sufficient detail to show a complete understanding of the requirement and a well formed plan to execute the tasks required. The technical volume (and a potential offeror s technical capability) includes Factors A thru C listed below. The Offeror shall submit the following as part of Volume I: Factor A: Relevant Experience: The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to facility support services. Offerors are reminded of the purpose of this requirement which is listed below. Relevant experience is experience that is the same as, related to and/or or is similar to the current need requirement. Purpose: Chemical treatment, service, PM Service (conducted on a weekly basis), routine repair service, emergency repair service, and on-the-job training for the equipment listed in the table below. (Please refer to Preventive Maintenance (PM Service) section in the Statement of Work for the specific tasks that are associated with weekly PM Service. Weekly PM Service does not involve PM related service on the equipment itself). 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Heating Water Loop System 5 12 Cooling Towers 6 1 Reverse Osmosis Unit SECTION B PRICE/COST SCHEDULE AND STATEMENT OF WORK B.1 PRICE/COST SCHEDULE & ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Base Period - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Four (4) Cleaver Brooks Fire Tube Boilers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2017 through 07/28/2018. 12.00 MO 0002 Base Period - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Six (6) Trane Chillers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2017 through 07/28/2018. 12.00 MO 0003 Base Period - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for One (1) Chill Water Close Loop System. Fixed price per month for twelve (12 months). Period of performance is 07/29/2017 through 07/28/2018. 12.00 MO 0004 Base Period - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Eight (8) Heating Water Loop Systems. Fixed price per month for twelve (12 months). Period of performance is 07/29/2017 through 07/28/2018. 12.00 MO 0005 Base Period - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Twelve (12) Cooling Towers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2017 through 07/28/2018. 12.00 MO 0006 Base Period - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for One (1) Reverse Osmosis Unit. Fixed price per month for twelve (12 months). Period of performance is 07/29/2017 through 07/28/2018. 12.00 MO 0007 Base Period - Biannual User/Operator Training (twice per year / in accordance with Statement of Work requirements/deliverables) for the following equipment items. 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Heating Water Loop System 5 12 Cooling Towers 6. 1 Reverse Osmosis Unit Fixed price, twice a year (2 jobs per year). The period of performance is 7/29/2017 thru 7/28/2018. 2.00 JB SUBTOTAL CLINS 0001-0007 1001 Option Year One - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Four (4) Cleaver Brooks Fire Tube Boilers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2018 through 07/28/2019. 12.00 MO 1002 Option Year One - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Six (6) Trane Chillers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2018 through 07/28/2019. 12.00 MO 1003 Option Year One - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for One (1) Chill Water Close Loop System. Fixed price per month for twelve (12 months). Period of performance is 07/29/2018 through 07/28/2019. 12.00 MO 1004 Option Year One - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Eight (8) Heating Water Loop Systems. Fixed price per month for twelve (12 months). Period of performance is 07/29/2018 through 07/28/2019. 12.00 MO 1005 Option Year One - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Twelve (12) Cooling Towers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2018 through 07/28/2019. 12.00 MO 1006 Option Year One - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for One (1) Reverse Osmosis Unit. Fixed price per month for twelve (12 months). Period of performance is 07/29/2018 through 07/28/2019. 12.00 MO 1007 Option Year One - Biannual User/Operator Training (twice per year / in accordance with Statement of Work requirements/deliverables) for the following equipment items. 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Heating Water Loop System 5 12 Cooling Towers 6. 1 Reverse Osmosis Unit Fixed price, twice a year (2 jobs per year). The period of performance is 7/29/2018 thru 7/28/2019. 2.00 JB SUBTOTAL CLINS 1001-1007 2001 Option Year Two - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Four (4) Cleaver Brooks Fire Tube Boilers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2019 through 07/28/2020. 12.00 MO 2002 Option Year Two - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Six (6) Trane Chillers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2019 through 07/28/2020. 12.00 MO 2003 Option Year Two - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for One (1) Chill Water Close Loop System. Fixed price per month for twelve (12 months). Period of performance is 07/29/2019 through 07/28/2020. 12.00 MO 2004 Option Year Two - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Eight (8) Heating Water Loop Systems. Fixed price per month for twelve (12 months). Period of performance is 07/29/2019 through 07/28/2020. 12.00 MO 2005 Option Year Two - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for Twelve (12) Cooling Towers. Fixed price per month for twelve (12 months). Period of performance is 07/29/2019 through 07/28/2020. 12.00 MO 2006 Option Year Two - Facility Support Service (in accordance with Statement of Work requirements/deliverables) for One (1) Reverse Osmosis Unit Fixed price per month for twelve (12 months). Period of performance is 07/29/2019 through 07/28/2020. 12.00 MO 2007 Option Year Two - Biannual User/Operator Training (twice per year / in accordance with Statement of Work requirements/deliverables) for the following equipment items. 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Heating Water Loop System 5 12 Cooling Towers 6 1 Reverse Osmosis Unit Fixed price, twice a year (2 jobs per year). The period of performance is 7/29/2019 thru 7/28/2020. 2.00 JB SUBTOTAL CLINS 2001-2007 GRAND TOTAL ALL CLINS B.3 STATEMENT OF WORK Statement of Work Chemical Treatment for Boiler and Chiller Plant Southeast Louisiana Veterans Health Care System New Orleans, LA 04/19/2017 Objective: The overall purpose is to provide chemical treatment, service, complete preventative maintenance (hereafter called PM Service), routine repair service, emergency repair service and on-the-job training for Government owned equipment for the Southeast Veterans Health Care System, New Orleans, LA. Requirements: Chemical Testing, Preventive Maintenance and Training shall be in accordance with VA Directive 062 Dated October 2008 for boiler water testing, to include all manufacturer s requirements, industry standards and statutory requirements. Please refer to Attachment A (VA Directive 062 Dated October 2008) which accompanies this Statement of Work. Government Owned Equipment: Chemical treatment, service, PM Service (conducted on a weekly basis), routine repair service, emergency repair service, and on-the-job training shall be done for the equipment listed in the table below. Please refer to Preventive Maintenance (PM Service) section in this Statement of Work for the specific tasks that are associated with weekly PM Service. Weekly PM Service does not involve PM related service on the equipment itself. 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Heating Water Loop System 5 12 Cooling Towers 6 1 Reverse Osmosis Unit Period of Performance: The expected period of performance is July 29, 2017 through July 28, 2018 with two (2) Twelve (12) Month Option Periods that may or may not be exercised based on the needs of and at the discretion of the government. Hours of Operation: Services shall be performed during the VA normal business hours, 8:00 a.m. through 4:30 p.m., Monday through Friday, excluding Federal holidays. Any work that needs to take place outside of the scope of normal business hours shall be approved by the Contracting Officer s Representative (COR) prior to the commencement of work. Federal holidays are available at the Federal Holiday OPM Site. Scope: 1. Contractor shall provide full chemical treatment and service to include weekly preventative maintenance (PM Service), routine service, emergency service and on-the-job training for the following equipment: 1 4 Cleaver Brooks Fire Tube Boilers 2 6 Trane Chillers 3 1 Chill Water Close Loop System 4 8 Heating Water Loop System 5 12 Cooling Towers 6 1 Reverse Osmosis Unit 2. Contractor shall provide all needed equipment, parts, labor, and current software updates (as necessary) to perform service on all equipment in this Statement of Work to include personnel, supervision, materials, supplies, training, and all other associated costs required to perform such services. 3. Contractor shall provide all necessary reagent test kits and calibration solutions in order to perform all necessary treatment, service, preventive maintenance, and on-the-job training for all equipment. 4. The Contractor shall provide all staffing and transportation necessary for the delivery and administration of the necessary chemicals for the treatment of the systems noted. The Contractor shall adhere to all regulations as established by the Department of Transportation concerning the transport of chemicals. The Contractor shall also be responsible for all proper disposal of all chemicals as disposal requires. The Contractor shall provide bill of lading for each chemical delivery completed to the VA. At no point will VA employees sign for chemical deliveries; the Contractor must provide someone on site to receive all deliveries. Chemical inventories shall be completed as part of weekly tasks and chemical administration. Preventive Maintenance (PM Service): 1. PM Service shall be accomplished weekly and all scheduling shall be coordinated with Contracting Officer Representative (COR). Contractor shall inspect, test, calibrate, and service the equipment, as required in accordance with VA Directive 062 dated October 2008, manufacturer, industry, and statutory requirements, in order to prevent premature equipment failures and to extend equipment life. Services may be performed separate from or in conjunction with other services. 2. PM Service shall consist of a weekly PM site visit by the contractor for all equipment items in this Statement of Work. PM service shall be scheduled with the COR during the VA normal business hours, 8:00 a.m. through 4:30 p.m., Monday through Friday, excluding Federal holidays. Federal holidays are available at the Federal Holiday OPM Site. Any work that needs to take place outside of the scope of normal business hours shall be approved by the Contracting Officer s Representative (COR) prior to the commencement of work. When doing weekly PM service contractor shall utilize a PM checklist. This PM checklist shall clearly state the Contractor personnel for all PM visits. This PM checklist shall be prepared during each PM visit and be submitted to the Contracting Officer's Representative (COR) within 7 days after each PM visit. The weekly PM site visit shall include (but is not limited to the following): 1). Chemical Treatment 2). System Testing Check and Adjustments On site visit shall be conducted on a weekly basis which shall include an equipment operational review and visual inspections. System checks and adjustments to the make-up and recirculation system shall be made as required. Instrumentation shall be re-calibrated during each visit and changes shall be recorded. System adjustments such as controller and chemical pumps set points shall be made accordingly. 3). On-Site Water Testing Water testing shall be done on a weekly basis and performed on all equipment. Water testing shall consist of the following tests (at a minimum) but is not limited to the following: Total hardness (ppm CaCO3), Chlorides (ppm), Conductivity, pH, Alkalinity, Phosphates, TDS, and etc. It is the responsibility of the Contractor to identity and to perform the required chemical treatments for the equipment in this Statement of Work. Contractor shall follow all manufacturer s guidelines with respect to the necessary chemical treatments that are needed for this equipment. 4). Service Reporting (which includes the following): a. On site follow up with key observations shall be delivered to operators. b. Summary report shall be completed and submitted within 7 calendar days. c. Reports shall include test results, records of adjustments and any system operation recommendations. d. Contractor shall maintain report archives. e. Review of operator log for completion, accuracy and errors. General Requirements: 1. The Contractor shall inform the COR and provide any original equipment manufacturer (OEM) updates that are necessary to perform the required services. OEM updates shall be accomplished during PM visits or emergency repair service calls. The Contractor shall also inform the COR of any optional updates provided by the OEM. The government reserves the right to consider and implement these optional updates if deemed necessary. 2. The Contractor shall be accessible by phone and shall provide a point of contact name and telephone number in the event that emergency services must be performed on the equipment. Accessibility for emergency requests consists of a telephone number where a designated contact person can be reached or a message left for emergency repair requests, 24 hours per day, seven days per week (notification time, as stated in this contract, shall be considered to have been given at the time a message is left, or a call received). 3. Call Back: The Contractor shall respond to all emergency repair service requests within 2 hours by telephone, from the time of the initial telephone call received by the COR or their approved designee. If the problem cannot be resolved by telephone the Contractor shall make an on-site visit in person within 4 hours after receipt of the verbal request to do so. The Contractor shall bring the proper tools, equipment, and parts as appropriate for the problem described. Should parts not be available immediately, the Contractor shall notify the COR or designee, and obtain these unavailable parts in the most expeditious manner available. Temporary measures shall be implemented by the Contractor in the event the issue cannot be addressed immediately. 4. Upon arrival at the medical center, the Contractor shall check in with Contracting Officer Representative or their approved designee. Contractor shall wear their Identification Badge visibly upon their person, between the height of the waist and shoulders. The Contractor shall return to the Contracting Officer Representative or their approved designee to check out at the completion of the service. Failure to wear the required badge may result in removal from the medical center. Parking at the medical facility is not guaranteed. The Contractor may have to seek parking outside of thee government facility (at contractor expense if free parking is not available). 5. Service calls shall be deemed to be ROUTINE by the Government. Routine service calls will be scheduled by the COR, making every effort to arrange this repair service at a time convenient to both the Contractor and the VA. 6. Routine or PM visits shall not be canceled once scheduled (without the prior coordination and approval from the COR). 7. Should the Contractor determine that the damage or needed repair has been caused through the fault or negligence of the VA; the Contractor shall receive the COR or designee concurrence before proceeding. The Contractor shall notify the COR who will notify the Contracting Officer in writing of the repair accomplished outside the scope of the contract, and will request a separate purchase order to cover those repair costs. 8. All parts, controllers, pump and fitting or other items required to perform normal, routine services (that are $3,500.00 or less) are included in this contract. This $3,500.00 allotted amount will be for every 12 month period that the contract is in effect (i.e. $3,500 for the base year of 12 months, $3,500 for option year 1 of 12 months, if exercised, and $3,500 for option year 2 of 12 months, if exercised). However parts and other accessories costing more than $3,500.00 will require approval of the Contracting Officer s Representative (COR). Any parts replaced under this contract shall be new or equivalent to OEM specifications and are to be warranted against defects in material and workmanship during the term of this contract or 90 days, whichever is longer. Parts replaced shall become the sole property of the Government. 9. Contractor shall provide a service report (which includes both the Contract Number and the Purchase Order Number) each time the Contractor accomplishes routine or emergency repairs. Contractor shall use an approved PM checklist for accomplished PM Service reports for all required PMs. 10. Contractor shall submit to the COR a service log. Contractor shall maintain a service log for each piece of equipment listed in this Statement of Work that is to be maintained/serviced. Upon arriving at the equipment site, Contractor personnel shall log in their name and the time of arrival. Prior to departure from the site for the day, Contractor personnel will log out by entering the time of departure and ensuring that all required information is written in the log. 11. Government shall not furnish any supplies, consumables, refinishing (painting) the equipment or furnishing materials, or electrical repairs external to the equipment. Training: 1. The Contractor shall provide on the job training every six months for all operators (not to exceed 15 students) for all equipment in this Statement of Work. Onsite Training will be conducted in a classroom setting and out in the field by actual trainers. Virtual training is not allowable or acceptable to include the use of a virtual instructor or prerecorded instructor. Approximately eighty percent (80%) of the training will be in a field style environment (i.e. in the boiler plant etc.). The other twenty percent (20%) will be in the classroom. Training will be provided on all devices, their function, operation, location and purpose. All training shall occur at 2400 Canal Street, New Orleans, LA 70119. The Contractor shall be responsible for providing all classroom materials necessary in order to successfully render the training (to include but not limited to) the following: teaching materials, samples, projectors, laptops, presentations, sign in sheets, etc. Total training time shall be a minimum of two (2), eight (8) hour days. Prior to the scheduling and commencement of training the proposed training plan (syllabus, planned course of instruction, proposed classes etc.) shall be approved by the COR. Contractor Staff/Personnel Qualifications: 1. Contractors shall possess the necessary capabilities, qualifications, and experience necessary to execute the specific tasks in this Statement of Work. No unqualified individuals shall perform maintenance and/or repair service for the equipment listed in this Statement of Work at any time during the performance period. Contractors shall have the minimum qualifications as listed below (i.e. core competencies): Minimum of ten (10) years experience on the equipment to be maintained (as specified in this Statement of Work) to include original equipment manufacturer and other related devices). Minimum of seven (7) years experience performing water testing and chemical treatment on chiller and boiler systems. 2. Contractor shall provide personnel/technicians that have successfully completed service and training from the manufacturer or a manufacturer accredited school that resulted in the core competencies mentioned above. 3. All personnel who will be performing services on the required equipment shall demonstrate that they have the necessary capabilities, qualifications, and minimum required experience by providing the appropriate credentialing documents as necessary (to include but not limited to) training certifications/certificates, diplomas, course completion certificates, resumes etc. The minimum required experience of contractor personnel who will be performing services on equipment shall be verified by the COR prior to the commencement of these services by these personnel. The contractor will notify the COR if there are substitutions or replacement of these personnel so that additional and/or follow up verifications can be done. 4. Contractor s shall familiarize themselves with Hazardous Material Identification and Material Safety Data as listed below for this requirement. HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA A. DEFINITION "Hazardous material" is defined in Federal Standard No. 313B. (Federal Standards are sold to the public through: General Services Administration (3FFN), Room 6622, 7th & D Sts., S.W., Washington, D.C. 20407). B. GENERAL I. The Occupational Safety and Health Administration (OSHA) are responsible for issuing and administering regulations that require Government activities to apprise their employees of: a. All hazards to which they may be exposed; b. Relative symptoms and appropriate emergency treatment; and c. Proper conditions and precautions for safe use and exposure. II. Contractors and their subcontractors of any tier are required to submit hazardous material data for all hazardous materials that they bring on site or have delivered to the medical center. Federal Standard No. 313B (Materiel Safety Data Sheets, Preparation and the Submission of) includes criteria for identification of hazardous materials. The Standard also prescribes Department of Labor Form OSHA-20 for use with Government contracts. III. Contractors shall submit hazardous material identification on the following: a. All items in, or ordinarily catalogued under, the Federal Supply Classes listed in Table 1 of Appendix A of Federal Standard No. 313B. b. Items having hazardous characteristics in the Federal Supply Classes listed in Table II of Appendix A of Federal Standard No. 313B. c. Any other material designated by a Government technical representative as potentially hazardous and requiring safety controls. 5. Contractor s shall familiarize themselves with Personnel Protective Equipment (PPE) guidelines as listed below for this requirement. PERSONAL PROTECTIVE EQUIPMENT (PPE) Contractors, there employee's and subcontractors of any tier are required to wear personal protective equipment (PPE) in accordance with OSHA Act, 1971 and other Federal, State and Local regulations. Personnel observed in violation of these regulations may be subject to removal from the medical center. The Government assumes no responsibility for injury of contract personnel or subcontractors of any tier if the injury is a direct result of noncompliance or disregard for these regulations. Invoicing and Payments: Invoicing will be done on a monthly basis after successful completion and required certification of completion of services for a particular month. Contractors are encouraged to submit their invoices on a monthly basis after they have successfully completed all required services for that month in order to get reimbursed for services rendered. Invoicing procedures are explained below to include help desk assistance numbers, e-mails, and websites as appropriate. How to Submit Your Invoice for Payment Payments to vendors are processed electronically by our financial center is Austin, Texas. To receive payment it is required that you formally bill/invoice the government for the supplies or services rendered (assuming that all contractual obligations have been satisfied). Requests for payment must be done electronically through the VA s Electronic Invoice Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) When your invoice for payment is received, it will then go thru a certification process whereby delivery and receipt of all items and/or completion of all services will be confirmed. Once confirmed, your invoice for payment is then processed. The processing time (after confirmation) is generally less than 30 days to receive payment. FSC Customer Support Help Desk For status of commercial vendor invoices, Vendor Inquiry System, or FMS transaction inquiries:: Hours of operations: 7:00 am-4:30 pm CST Toll Free: 1-866-372-1145 NUMBERS Local: 254-297-3380 Toll Free: 1-877-353-9791 Fax: 512-460-5429 vafsccshd@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617Q0462/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-0462 VA256-17-Q-0462_3.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431456&FileName=VA256-17-Q-0462-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431456&FileName=VA256-17-Q-0462-007.docx

 
File Name: VA256-17-Q-0462 Boiler.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431457&FileName=VA256-17-Q-0462-008.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431457&FileName=VA256-17-Q-0462-008.pdf

 
File Name: VA256-17-Q-0462 Cooling Tower.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431458&FileName=VA256-17-Q-0462-009.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431458&FileName=VA256-17-Q-0462-009.pdf

 
File Name: VA256-17-Q-0462 Final Master List Vendor Questions and Responses Chemical Treatment for Boiler Chiller Plant.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431459&FileName=VA256-17-Q-0462-010.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431459&FileName=VA256-17-Q-0462-010.docx

 
File Name: VA256-17-Q-0462 IMG_8065.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431461&FileName=VA256-17-Q-0462-011.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431461&FileName=VA256-17-Q-0462-011.jpg

 
File Name: VA256-17-Q-0462 IMG_8067.jpg (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431462&FileName=VA256-17-Q-0462-012.jpg)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431462&FileName=VA256-17-Q-0462-012.jpg

 
File Name: VA256-17-Q-0462 Parameters Boilers Chillers.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431463&FileName=VA256-17-Q-0462-013.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431463&FileName=VA256-17-Q-0462-013.docx

 
File Name: VA256-17-Q-0462 QASP Chemical Treatment for Boiler _ Chiller Plant 20170420.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431464&FileName=VA256-17-Q-0462-014.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431464&FileName=VA256-17-Q-0462-014.doc

 
File Name: VA256-17-Q-0462 R O Unit.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431466&FileName=VA256-17-Q-0462-015.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3431466&FileName=VA256-17-Q-0462-015.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Southeast Louisiana Veterans Healthcare System;2400 Canal Street;New Orleans, LA 70119
Zip Code: 70119
 
Record
SN04480089-W 20170422/170420235927-31f1c71177ea9655dc0cba33774ccdf9 (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  © 1994-2020, Loren Data Corp.