Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
DOCUMENT

S -- Air Fresheners at the VAPHS (Pittsburgh VAMC) - Attachment

Notice Date
5/22/2017
 
Notice Type
Attachment
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1700 South Lincoln Avenue;Lebanon, PA 17042
 
ZIP Code
17042
 
Solicitation Number
VA24417Q0930
 
Response Due
6/16/2017
 
Archive Date
9/14/2017
 
Point of Contact
Department of Veteran Affairs
 
E-Mail Address
outh
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 8 of 12 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), 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. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is VA244-17-Q-0930. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-95 effective January 19, 2017, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This Solicitation is being competed as a Service Disabled Veteran Owned Small Business (SDVOSB) set-aside. The NAICS Code is 561720 Janitorial Services and the business size standard is $18 million. *Note: all offerors must be registered in VIP as a Certified SDVOSB to be considered for award. The Veteran Affairs Health System Pittsburgh (VAPHS), University Drive C Campus, Pittsburgh, PA 15240, and HJH Heinz Campus, 1010 Delafield Road, Pittsburgh, PA 15215, has a requirement for a contractor to provide full service maintenance of hospital grade deodorizing/fragrance of public restrooms, regulated medical waste rooms, soiled linen rooms and other rooms. All work shall be completed in accordance with the Performance Work Statement (PWS). The PWS is included as Attachment 4 to this solicitation. The contract resulting from this solicitation will be a Firm Fixed Price contract. The anticipated Period of Performance will be a base period and four (4) option years as follows: Base Period: July 8, 2017 February 7, 2018 Option Year 1: February 8, 2018 February 7, 2019 Option Year 2: February 8, 2019 February 7, 2020 Option Year 3: February 8, 2020 February 7, 2021 Option Year 4: February 8, 2021 February 7, 2022 Offerors are requested to quote Firm Fixed Price for any and all of the line items on the Schedule of Supplies and Services attached to this solicitation. The Schedule of Supplies and Services is included as Attachment 5 to this solicitation. Service Contract Act Wage Determination No. 2015-4235, Revision No. 3, dated 12/30/2016, applies to this acquisition and will be incorporated into the resulting contract. A copy of the Wage Determination is included with this solicitation as Attachment 6. Any award resulting from this solicitation will be issued on a Standard Form 1449. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-(k). Registration may be done online at: www.acquisition.gov or www.sam.gov. Contractors are advised that any and all questions concerning this solicitation must be sent in writing to the Contracting Office at NCO 4, Lebanon, PA. Questions may be sent via email to Ms. Julieanne Bartlett at julieanne.bartlett@va.gov. No questions will be answered after Monday, June 12, 2017. The following FAR and Veterans Affairs Acquisition Regulation (VAAR) apply to this acquisition: 52.212-1 Instructions to Offerors -- Commercial Items (JAN 2017) applies to this acquisition. Addenda to 52.212-1: Reference word offer : delete offer and insert quote in its place. Reference word offeror : delete offeror and insert vendor in its palce. Reference paragraph (c) period for acceptance of quotes: delete 30 calendar days and insert 60 calendar days in its place. The following paragraphs are hereby deleted from this provision: (d) product samples, (e) multiple offers, and (h) multiple awards. Quote Submission Instructions: Quotes shall be sent electronically via e-mail. All quotes shall include one (1) separate copy of each of the items listed below. Submission of a quote that does not contain all items requested below may result in elimination from consideration of award. Offerors must submit each item of quote in a separate electronic attachment clearly identified as described below. No price information shall be included in the technical or past performance section. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote. First Attachment (Volume I) Completed Schedule of Supplies and Services (Attachment 5 to this solicitation). Completed CLIN price information in the Schedule of Supplies/Services. *Offerors must use the CLINs specified in the Schedule of Supplies/Services. It is not permissible for offerors to use offeror created CLINs or SUBCLINs. Completed certifications and representations located at FAR 52.212-3, or an indication that said certifications and representations are current and located in the SAM database. Signed Certifications that may be included as Addenda to FAR 52.212-1. Signed acknowledgements of amendments (SF30). Applicable only if any amendments are issued against this solicitation. Second Attachment (Volume II) Offerors shall provide a narrative (including any descriptive literature and/or certifications) which demonstrates the offeror s ability to meet the technical credentials and capability stated in the Performance Work statement (SOW). The narrative shall not exceed five (5) pages and address the following requirements: 1. Proposed equipment to be utilized that meets all standards detailed in the PWS. 2. Proposed fragrances to be utilized that meets all standards detailed in the PWS. 3. Schedule/Transition Plan: narrative demonstrating the ability to meet the Government s schedule of providing service by July 8, 2017. This shall include a transition plan for coordinating the installation of equipment; coordination with incumbent for removal for existing equipment; and approach to meeting the Class II ICRA Requirements in EC-051 (ATTACHMENT 3) so as to be operational by Monday, July10, 2017. Third Attachment (Volume III) Past Performance Record: Vendors shall provide information on Past Performance Record. This information is used in determining the level of confidence the Government has for a successful performance based upon the vendor s actions under previously awarded and/or relevant contracts. The information provided in Volume III will be utilized to evaluate the Vendor s Past Performance. To be considered part of the Past Performance record, a vendor must demonstrate execution of three (3) or more relevant contracts in the last five (5) years. If a vendor or its major subcontractor determines that they have no relevant past performance data, they shall provide the following statement in lieu of the information provided below: (Insert vendor or major subcontractor s name) has determined that they possess no relevant past performance information in accordance with the RFQ. To be complaint with this factor, vendors shall provide the following information for both the vendor and proposed major subcontractors: (1) A list of Previous Contract Data for the vendor. This list shall contain all relevant three (3) PRIME contracts and relevant subcontracts that the vendor is currently performing or has completed during the last five (5) years. The list shall include: - Contractor name - Name of customer/agency - Contract/Purchase Order Number - Customer points of contact ( provide name, telephone number, and e-mail addresses) - Period of Performance (dates) - Description of product/service provided (include sufficient detail to demonstrate similarities/dissimilarities to the requirements of this solicitation) (2) A list of Previous Contract Data for all major subcontractors containing the information listed in (1) above as it relates to relevant Prime and Subcontracts that the major subcontractor is currently performing or has completed during the last five (5) years. (3) The Government may utilize the Federal Past Performance Information Retrieval System (PPIRS), the Contractor Performance Assessment Reporting System (CPARS), responses from the Performance Risk Assessment Questionnaire, data submitted by the vendor, and any other information available to determine the quality and relevance of the vendor s past performance. The following provisions apply and are incorporated by reference and full text: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp (End of Provision) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed-Price (FFP) contract resulting from this solicitation. (End of Provision) 52.217-5 Evaluation of Options (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation. Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) 52.233-2 Service of Protest (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Julieanne M. Bartlett, Contracting Officer Network Contracting Organization 4 1700 South Lincoln Avenue Lebanon, PA 17042 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008) (a) Any protest filed by an interested party shall: (1) Include the name, address, fax number, and telephone number of the protester; (2) Identify the solicitation and/or contract number; (3) Include an original signed by the protester or the protester's representative and at least one copy; (4) Set forth a detailed statement of the legal and factual grounds of the protest, including a description of resulting prejudice to the protester, and provide copies of relevant documents; (5) Specifically request a ruling of the individual upon whom the protest is served; (6) State the form of relief requested; and (7) Provide all information establishing the timeliness of the protest. (b) Failure to comply with the above may result in dismissal of the protest without further consideration. (c) Bidders/offerors and contracting officers are encouraged to use alternative dispute resolution (ADR) procedures to resolve protests at any stage in the protest process.   If ADR is used, the Department of Veterans Affairs will not furnish any documentation in an ADR proceeding beyond what is allowed by the Federal Acquisition Regulation. (End of Provision) 852.233-71 Alternate Protest Procedure (JAN 1998) As an alternative to filing a protest with the contracting officer, an interested party may file a protest with the Deputy Assistant Secretary for Acquisition and Materiel Management, Acquisition Administration Team, Department of Veterans Affairs, 810 Vermont Avenue, NW, Washington, DC 20420, or for solicitations issued by the Office of Construction and Facilities Management, the Director, Office of Construction and Facilities Management, 810 Vermont Avenue, NW, Washington, DC 20420.   The protest will not be considered if the interested party has a protest on the same or similar issues pending with the contracting officer. (End of Provision) 852.270-1 Representatives of Contracting Officers (JAN 2008) The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract.   Such designation will be in writing and will define the scope and limitation of the designee s authority.   A copy of the designation shall be furnished to the contractor. (End of Provision) (End of Addenda to FAR 52.212-1) 13.106-2 Evaluation of Quotations or Offers The Government intends to award one purchase order as a result of this Request for Quote to the responsible offeror whose quote conforms to the solicitation requirements and will be most advantageous to the Government, considering price, technical capability and past performance of the service offered. Offerors must be determined responsible according to the standards of FAR Part 9 to be eligible for award. The Government is not limited to the Past Performance Record information provided above, but reserves the right to independently seek past performance information through open market contracts, government systems, and other government agencies. The Contracting Officer does anticipate adequate price competition for this RFQ. Should that not happen, the Contracting Officer may need to ask for Data Other than Certified Cost and Price Data to assist with the determination of price reasonableness. Vendors are advised that submitting an unrealistically low price may be grounds for eliminating a quote from competition. This could be on the basis that the vendor does not understand the requirement or has made an incautious quote. (End of Provision) Contractors are required to include a copy of the FAR provision 52.212-3 Offeror Representations and Certifications Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://sam.gov. Failure to include the certifications along with the price proposal or complete certifications on the internet may result in elimination from consideration for award. FAR 52.212-4 Contract Terms and Conditions Commercial Items (JAN 2017) applies to this acquisition. Addenda to 52.212-4: The following clauses are incorporated by reference and full text. 52.252-2 Clauses Incorporated by Reference (FEB 1998) 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 their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/index.asp 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) 52.204-4 Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011) 52.227-14 Rights in Data General (MAY 2014) 52. 232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. (End of Clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) The bidder or offeror agrees that if a contract is awarded to him/her, as a result of this solicitation, he/she will not advertise the award of the contract in his/her commercial advertising in such a manner as to state or imply that the Department of Veterans Affairs endorses a product, project or commercial line of endeavor. (End of Clause) 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern or SDVSOB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans or eligible surviving spouses (see VAAR 802.201 Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR 74 and is so listed in the Vendor Information Pages database, (https://www.vip.vetbiz.gov); and (v) The business will comply with subcontracting limitations in 13 CFR 125.6, as applicable (2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from verified service-disabled veteran-owned small business concerns. Offers received from concerns that are not verified service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a verified service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran-owned small business concern agrees that in the performance of the contract, the concern will comply with the limitation on subcontracting requirements in 13 CFR §125.6. (d) A joint venture may be considered a service-disabled veteran owned small business concern if the joint venture complies with the requirements in 13 CFR 125.15, provided that any reference therein to SDVO SBC is to be construed to apply to a VA verified SDVOSB as appropriate. (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in FAR 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program. (End of Clause) 001AL-11-15-A Limitations On Subcontracting-- Monitoring And Compliance (Jun 2011) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) (a) Definitions. As used in this clause- (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office has the meaning given in 5 CFR 1315.2(m). (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001. (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System. (See Web site at http://www.fsc.va.gov/einvoice.asp.) (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) includes additional information on EDI 810 and 811 formats. (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances below, the contracting officer directs that payment requests be made by mail; the contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for: (1) Awards made to foreign vendors for work performed outside the United States; (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information; (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies; (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) 852.237-70 Contractor Responsibilities (APR 1984). The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of Pennsylvania. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) LOCAL Security Clause The COR is responsible for ensuring that all Contractors comply with physical security policies. A compliant ID badge must be worn by Contractors at all times while on VA premises. Contractor may not have access to the VA network or any VA sensitive information under this contract. All Contractors must receive Privacy training annually using one of the following methods: Complete VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information training by using VA s TMS system (https://www.tms.va.gov/). Contractors may use the TMS Managed Self Enrollment method to complete the training in TMS. The COR must ensure that all contractors are validated in the PIH domain. Complete the hard copy version of VA Privacy Training for Personnel without Access to VA Computer Systems or Direct Access to or Use to VA Sensitive Information. Signed training documents must be submitted to the COR. Training must be completed prior to the performance of the contract and annually thereafter. Proof of training completion must be verified and tracked by the COR. (End of Clause) (End of Addenda to FAR 52.212-4) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2017) applies to this solicitation. The additional FAR clauses cited in 52.212-5 are applicable to this acquisition. In paragraph (a) the following clauses apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) In paragraph (b) the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) 52.204-10, Reporting Executive Compensation &First Tier Subcontract Awards (OCT 2016) 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8, Utilization of Small Business Concerns (NOV 2016) 52.219-28, Post Award Small Business Program Representation (JUL 2013) 52.222-3, Convict Labor (JUNE 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEPT 2016) 52.222-35, Equal Opportunity for Veterans (OCT 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-50, Combating Trafficking in Persons (MAR 2015) 52.222-54, Employment Eligibility Verification (OCT 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013) Under paragraph (c) the following clauses apply: 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) Employee Class Monetary Wage Fringe Benefits Custodial Worker $10.46 per hour plus fringe 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) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) All clauses under paragraph (d) and (e) as applicable (End of Clause) A site visit will be held on WEDNESDAY, June 7, 2017, at the VAPHS, University Drive C, Pittsburgh, PA 15240. The site visit will begin at 10:00 AM EST. Please e-mail Gregory Hood at Gregory.Hood@va.gov and Julieanne Bartlett at julieanne.bartlett@ba.gov to register for the site visit. Registration for this site visit closes at 4PM on Tuesday,June 6, 2017. The site visit meeting will be distributed upon registration. Offerors responding to this announcement shall submit their quotation via email to Julieanne Bartlett at julieanne.bartlett@va.gov. All quotes must be received by FRIDAY, June 16, 2017 at 2:00 PM EST to be considered for award. ATTACHEMNT 1: Master List of Air Fresheners ATTACHEMNT 2: Section 01 01 10 Medical Center Requirements ATTACHEMNT 3: Memorandum EC-051 Safety and Health During Construction Activities ATTACHMENT 4: Performance Work Statement (PWS) ATTACHMENT 5: SCHEDULE OF SUPPLIES AND SERVICES ATTACHMENT 6: SCA WAGE DETERMINATION, Pittsburgh, 2015-4235, REV No. 3, Dated 12/30/2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q0930/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-Q-0930 VA244-17-Q-0930.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516084&FileName=VA244-17-Q-0930-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516084&FileName=VA244-17-Q-0930-000.docx

 
File Name: VA244-17-Q-0930 ATTACHMENT 1 Master Space Fresheners.xlsx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516085&FileName=VA244-17-Q-0930-001.xlsx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516085&FileName=VA244-17-Q-0930-001.xlsx

 
File Name: VA244-17-Q-0930 ATTACHMENT 2 01_01_10 Med Ctr Req 19 Nov 2013.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516086&FileName=VA244-17-Q-0930-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516086&FileName=VA244-17-Q-0930-002.doc

 
File Name: VA244-17-Q-0930 ATTACHMENT 3 EC-051 Safety and Health During Construction Activities.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516087&FileName=VA244-17-Q-0930-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516087&FileName=VA244-17-Q-0930-003.docx

 
File Name: VA244-17-Q-0930 ATTACHMENT 4 FINAL PWS -Air Fresheners-05.12.2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516088&FileName=VA244-17-Q-0930-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516088&FileName=VA244-17-Q-0930-004.pdf

 
File Name: VA244-17-Q-0930 ATTACHMENT 5 SCHEDULE OF SUPPLIES SERVICES.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516089&FileName=VA244-17-Q-0930-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516089&FileName=VA244-17-Q-0930-005.pdf

 
File Name: VA244-17-Q-0930 ATTACHMENT 6 SCA WD Pittsburgh.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516090&FileName=VA244-17-Q-0930-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3516090&FileName=VA244-17-Q-0930-006.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: VAPHS;University Drive C Campus;HJH Heinz Campus;Pittsburgh, PA 15240
Zip Code: 15240
 
Record
SN04517735-W 20170524/170522235257-025998639777a3d3e70d3846fd85d71d (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.