Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOLICITATION NOTICE

H -- Patient Lift Annual Inspection

Notice Date
12/13/2019 8:04:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0145
 
Response Due
12/20/2019 8:59:59 PM
 
Archive Date
01/04/2020
 
Point of Contact
Jamie L Johnston, Contractor, TAGJourneyman Contract Support SpecialistThe Arcanum Group in support of the VHAjamie.johnston@va.gov937.268.6511 X2297
 
E-Mail Address
Jamie.Johnston@va.gov
(Jamie.Johnston@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMSGeneral InformationDocument Type: Combined Solicitation/SynopsisSolicitation Number:36C25020Q0145Posted Date:December 13, 2019Original Response Date:December 20, 2019Current Response Date:Product or Service Code:H965 Other Quality Control Services/Medical, Dental and Veterinary EquipmentSet Aside (SDVOSB/VOSB):NAICS Code:811219 Other Electronic and Precision Equipment Repair and MaintenanceContracting Office AddressNetwork Contracting Office (NCO) 10Department of Veterans AffairsDayton VA Medical Center3140 Governor s Place Blvd, Suite 200Kettering OH 45409DescriptionThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This amended announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101.The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of 200.The Department of Veterans Affairs, Dayton VA Medical Center, Network Contracting Office (NCO) 10, 3140 Governor s Place Boulevard, Suite 210, Kettering, OH 45409 is seeking to purchase annual patient lift inspection service at the Dayton VA Medical Center to provide a sanitary environment. This procurement is a full and open competition with small business set-aside established.All interested Vendors shall provide quotations for the following: ServicePERFORMANCE WORK STATEMENTTesting of Guldmann & Horcher Ceiling Lifts and Rail StructuresDayton VA Medical CenterScope of Work:The intent of this contract is to obtain a qualified contractor to perform safety and service inspections on 241 (of various manufacturer s; see table below) ceiling lift systems throughout the Dayton VA Medical Center. Inspections will be conducted in strict accordance with ISO 10535 and manufacturer requirements. Contractor will be responsible for all applicable testing and verification of general and specific requirements as detailed in ISO 10535. Contractor is responsible for all necessary equipment, material, labor, and travel costs in order to deliver the requirements stated herein, except as otherwise specified in this statement of work. Scheduling will be arranged with the COR, and other Safety, Patient Administrative Service, Nursing, or other service personnel may at times be delegated to assist the contractor in locating rooms. Contractors will not be supervised by VA employees at all times but will need to check in with the designated point of contact at the beginning of each work day. COR will designate a point of contact for check in at each facility.Note: In the event of option years the list below may increase.Locations:ManufacturerModelBuildingRoomSerial# GuldmannGH33201A11095658GuldmannGH33201A11395663GuldmannGH33201A11895661GuldmannGH33201A12295675GuldmannGH33201A12695662GuldmannGH33201A12795667GuldmannGH33201A12695668GuldmannGH33201A13497663GuldmannGH33201A15995654GuldmannGH33201A16697651GuldmannGH33201A16299104GuldmannGH33201A16597660GuldmannGH33201A16797657GuldmannGH33201A17097661GuldmannGH33201A17497115GuldmannGH33201A17197666GuldmannGH33201A17697668GuldmannGH33201A12095660GuldmannGH33201A12595664GuldmannGH33201A13395659GuldmannGH33201A13799116GuldmannGH33201B12536641GuldmannGH33201B13436824GuldmannGH33201B12636632GuldmannGH33201B13336652GuldmannGH33201B16636653GuldmannGH33201B16736651GuldmannGH33201B16336648GuldmannGH33201B12736649GuldmannGH33201B11336650GuldmannGH33201B17536642GuldmannGH33201B12036644GuldmannGH33201B13797655GuldmannGH33201B13895666GuldmannGH33201B14199115GuldmannGH33201B17199094GuldmannGH33201B16299113GuldmannGH33201B15937653GuldmannGH33201B17097658GuldmannGH33201B17499101HorcherUDL1603201C111114907HorcherUDL1603201C115114901GuldmannGH33201C11756787HorcherUDL1603201C118114848HorcherUDL1603201C121116499HorcherUDL1603201C123115434HorcherUDL1603201C124114892HorcherUDL1603201C134114849HorcherUDL1603201C138115193HorcherUDL1603201C141115441GuldmannGH33201C11495103GuldmannGH33201C1169118GuldmannGH33201C12095665GuldmannGH33201C12260895GuldmannGH33201C13660971GuldmannGH33201C13960872GuldmannGH33201C14060873GuldmannGH33201D11377524GuldmannGH33201D12277934GuldmannGH33201D11077940GuldmannGH33201D16652117GuldmannGH33201D15677941GuldmannGH33201D12752118GuldmannGH33201D15477522GuldmannGH33201D15977933GuldmannGH33201E12452919HorcherUDL1603305C114116631HorcherUDL1603305C118116644HorcherUDL1603305C119116505HorcherUDL1603305C128116646HorcherUDL1603305C138116647HorcherUDL1603305C141116914HorcherUDL1603305C143113934GuldmannGH23305C1441640HorcherUDL1603305C142116501HorcherUDL1603305C145116629HorcherUDL1603305C147116503HorcherUDL1603305C149116627GuldmannGH23305C1121645GuldmannGH23305C1132623GuldmannGH23305C1171643GuldmannGH33305C12799110GuldmannGH23305C1291640GuldmannGH23305C1302545GuldmannGH23305C1331632GuldmannGH13305C1371646GuldmannGH23305C1261642GuldmannGH33305D1411302HorcherUDL1603305D140116387GuldmannGH33305D10399096GuldmannGH33305D14461054GuldmannGH23305D1381309GuldmannGH23305D1361308GuldmannGH23305D1341310GuldmannGH23305D1331300GuldmannGH23305D1321298HorcherUDL1603305D131116382HorcherUDL1603305D130116384GuldmannGH23305D1271306GuldmannGH23305D1261312GuldmannGH23305D1221305Guldmann GH3-2UNITS3305D12155877GuldmannGH23305D1191299GuldmannGH23305D1181304HorcherUDL1603305D117116504GuldmannGH23305D1161307GuldmannGH23305D1091297GuldmannGH23305D1081301GuldmannGH23305D1071311HorcherUDL1603305D104116502GuldmannGH33302C10099108GuldmannGH33303D13656763GuldmannGH33303D10236636GuldmannGH33303D14346569GuldmannGH33303D12755878GuldmannGH33303D10111387GuldmannGH33303D11246573GuldmannGH33303D12056760GuldmannGH33303D12846546GuldmannGH33303D11910808GuldmannGH33303D11020952GuldmannGH33303D13156755GuldmannGH33303D13399121GuldmannGH33303D13799729GuldmannGH33303D13946556GuldmannGH33303D12446564GuldmannGH33303D13550948GuldmannGH33303D14099732GuldmannGH33303D14246565GuldmannGH33303D10646570GuldmannGH33303D12199117GuldmannGH33303D12346574GuldmannGH33303D10546567GuldmannGH33303D13499724GuldmannGH33303D11152917GuldmannGH33303D12246553GuldmannGH23303B1311583GuldmannGH2-2UNITS3303B1342335GuldmannGH23303B1352378GuldmannGH23303B1371588GuldmannGH23303B1381580GuldmannGH23303B1401581GuldmannGH23303B1411590GuldmannGH23303B1421589GuldmannGH23303B1431586GuldmannGH23303B1572380GuldmannGH23303B1591583GuldmannGH23303B1601584GuldmannGH33303B10556780GuldmannGH33303B10850950GuldmannGH33303B11050951GuldmannGH33303B11236646GuldmannGH33303B12150947GuldmannGH33303B12256769GuldmannGH33303B12356765GuldmannGH33303B12446552GuldmannGH33303B12536695GuldmannGH33303B12755878GuldmannGH33303C159#1356762GuldmannGH33303C159#1099107GuldmannGH33303c159#199114GuldmannGH33303C159#1246566GuldmannGH33304C13356761GuldmannGH33304C11295659GuldmannGH33304C13042951GuldmannGH33304C11142954GuldmannGH33304C15022250GuldmannGH33304C14799727GuldmannGH33304C15299723GuldmannGH33304C13299725GuldmannGH33304C11899722GuldmannGH33304C13199730GuldmannGH33304C13695657GuldmannGH33304C13299725GuldmannGH33304C13999728GuldmannGH33304C14522247GuldmannGH33304C14699099GuldmannGH33304C14899726GuldmannGH23304C15399737GuldmannGH23304C15422249GuldmannGH33304C13495669GuldmannGH33304C14146557GuldmannGH33304C14336635GuldmannGH33301B10652201GuldmannGH33301B10952203GuldmannGH33301B11052200GuldmannGH33301B11336637GuldmannGH33301B12099106GuldmannGH33301B100A95674GuldmannGH33301B1362946GuldmannGH33302C124B25191GuldmannGH33302A121WC52187GuldmannGH33301C11952186GuldmannGH33301C12252188GuldmannGH33301C137C52185GuldmannGH33301C12152198GuldmannGH33306C14252196GuldmannGH33306C14652205GuldmannGH33306C15052202GuldmannGH33306C13952206GuldmannGH33302B12436647GuldmannGH33302B13256766GuldmannGH33304C12046571GuldmannGH33303B11336637GuldmannGH33304C11407779GuldmannGH33304C11656754GuldmannGH33304C12156774GuldmannGH3 2UNITS3305C13232302GuldmannGH23305C1511641GuldmannGH23303B1581587GuldmannGH33306D11852194GuldmannGH3330GI12852195GuldmannGH3330GI12552193LIKO�242ES3302C146422515LIKO�242ES3302C143422489GuldmannGH3335MRI Hall57288GuldmannGH333512943465GuldmannGH33075052192GuldmannGH33074252190GuldmannGH33074352189GuldmannGH331512499105GuldmannGH331512095656GuldmannGH331511995653GuldmannGH331511699122GuldmannGH331511495670GuldmannGH331511895672GuldmannGH33102E14255875GuldmannGH33101C11752207GuldmannGH33101E160A99111GuldmannGH33101G14036643GuldmannGH33101G14036638GuldmannGH33101G10856781GuldmannGH33101G10936631GuldmannGH33101G11046572GuldmannGH33101G11136634GuldmannGH33101G11236821GuldmannGH33101G11336639Guldmann GH3-2UNITS3101G14055876GuldmannGH3310ER 46867GuldmannGH3322RADIO3052144GuldmannGH3322RADIO2852197Lift systems are installed in a wide variety of active patient care areas. Contractor must perform work in a way that limits impact on patients and medical center. Performance Period:Contract Performance period should not exceed 60 calendar days from issuance of purchase order. Base Year: December 10, 2019 December 09, 2020Option Year 1: December 10, 2020 December 09, 2021Option Year 2: December 10, 2021 December 09, 2022Option Year 3: December 10, 2022 December 09, 2023Option Year 4: December 10, 2023 December 09, 2024General Requirements:Inspection must be completed by personnel who are approved by the manufacturer and qualified to inspect each type of lift system in question: Guldmann GH2, GH3, Horcher UDL 160, as well as 2 Liko lifts. Service and inspection are to be performed on each of the hoist systems in its entirety. This will include components such as, but not limited to, the lifting machine, non-rigid body supports, electrical, pneumatic and hydraulic components, the structure, and tracks. Functional inspection should include all normal functions of the lift. Testing and inspection is to be conducted in accordance with ISO 10535.Each weight test must be conducted in strict accordance with ISO 10535.Contractor shall coordinate so that all testing and inspecting is done in a fashion that the room must only be cleared once. Clearing the same room multiple times is unacceptable. Contractor will be responsible for replacing any items damaged by the contractor, sub-contractor, their employees or equipment.Contractor will be responsible for cleaning up areas after each inspection is complete and keep clean at all times. Contractor shall not interrupt any utility service or fire alarm service during the process of this job.No weight testing will occur in patient rooms where the patient is present. Contractor will coordinate with Nursing Staff and other service staff to ensure that empty rooms are available for work.Contractor must notify COR in advance of any operation that requires cutting or ceiling opening or any operation that creates dust. Any operation of this type will be subject to Infection Control Risk Assessment requirements to be established at the kick-off meeting and clarified as necessary along the way.Any part and/or service not covered by this service contract will not be installed without first procuring a formal purchase order from the Contracting Officer administering this contract. Specific Mandatory Tasks and Associated Deliverables:At a minimum, contractor will provide a test report for each lift as detailed in ISO 10535, as well as a manufacturer s checklist for each lift serviced/inspected. Documentation of testing must include the date of inspection, the serial number of the lift or trolley system being tested any observations of importance for the safety of the hoist, and any corrective actions taken or recommended. Reports must be delivered electronically, and documents shall be typed, not hand written and scanned. Contractor must deliver certification records to COR no later than one week after certification of each system.Contractor must notify COR immediately, separately from certification forms, of any damage that jeopardizes the safety of the hoist system and any corrective action required by Dayton VAMC.A photo must be taken of the weight test of each lift at 100% capacity, with the location and/or lift identifier and date included in the photo. Photos must be supplied on CD when testing is complete. Photo files on the CD will be organized by building and room numbers.Contractor Conduct Requirements:The contractor shall obtain all necessary licenses and/or permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from damage during performance of this contract. Contractor shall be responsible for any injury to himself or his employees, or others, as well as for any damage to personal property that occurs during the performance of this contract that is caused by him/her or his/her employee s fault or negligence. All employees and subcontractors must wear a visible name and company identification when onsite. When more than one person is onsite performing work under this contract, one must be designated as a supervisor and must be fully responsible for the work to be performed.All employees on site will obtain a VA issued badge from Police Service before conducting work. The Contractor shall provide all supplies, materials, equipment, qualified personnel, supervision, management, and transportation to perform all tasks as identified herein. All work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances and The Joint Commission. The Contractor s procedures and quality control procedures shall conform to these guidelines.The Contractor must make all subcontractors aware of the requirements of this contract.Contractor personnel must conduct their work so as not to interfere with the normal functioning of the facility and will stop work if asked by Dayton VA personnel. Hours of work may need to be limited to daytime on units where patients sleep and night time in areas where patients would be exposed to risk by daytime work.The Contractor shall take all precautions necessary to protect the lives and health of occupants of the building.The Contractor must follow procedures required by Dayton VAMC Infection Control personnel and the construction safety committee, to include any required dust control.The Contractor must state what efforts will be made to minimize noise during testing of equipment.The Contractor shall immediately correct any fire and safety deficiencies caused by company personnel. The Contractor shall comply with applicable Federal, State, and local safety and fire regulations and codes which are in effect at the beginning of the contract period. The contractor shall keep abreast of any changes in these regulations and codes applicable to the contract.All material and equipment will be removed from the facility or stored properly at the end of each work day and secured during the work day in the areas specified by the Contracting Officer s Technical Representative.The Contractor is responsible for supplying, completing, and submitting all reports required or requested by Federal, State, or local ordinances which pertain to any duties contained in the contract.The Contractor will be required to furnish the Dayton VAMC with material safety data sheets for all chemicals used during installation. This information is required by the VA for emergency treatment in the event of ingestion of and/or contact with the material by humans and is required by OSHA regulations.The Contractor will be required to follow all OSHA General Industry regulations.No hot electrical work shall be performed. Any electrical work that is necessary must be coordinated with the facility electricians, and lockout/tagout provisions must be presented if electrical work is required.The Contractor s personnel shall follow applicable policies of the Dayton VAMC, to include policies concerning fire and disaster preparedness programs.The contractor shall furnish at his own expense all labor, materials, machinery, and appliances which may be necessary or appropriate in the performance of this contract.Any accumulated rubbish is to be collected and placed in facility trash or dumpsters.Contractor Experience Requirements:Contractor must provide evidence of training to inspect Guldmann GH2, GH3, Liko, and Horcher UDL 160 patient lift systems/assemblies.At least one person who has been trained by the manufacturer on the equipment to be tested must lead each test.Schedule for Deliverables:Schedules will be planned with the contractor and will flex to allow for room availability. Room availability will be arranged by COR.Contractor must deliver certification records from any given day to COR no later than one week after certification of each system.Contractor must notify COR immediately, separately from certification forms, of any damage that jeopardizes the safety of the hoist system and any corrective action required by Dayton VAMC.A photo must be taken of each weight test of a lift at 100% capacity, with the location and/or lift identifier and date included in the photo. Photos must be supplied on CD within two weeks of the final lift test.If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations.Contractor Personnel Security Requirements:No VA sensitive information is included in this contract. FAR 52.212-2, Evaluation Commercial Items (OCT 2014)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, considering technical capability, past performance and price. The government will evaluate information based on the following evaluation criteria: (1) technical capability of the item offered to meet the Government requirement, (2) past performance (3 past performance references and CPARS/PPIRS will be utilized), and (3) price. Technical and past performance, when combined, are more important than price.TechnicalAbility to meet or exceed performance objective/thresholdAbility to meet delivery schedulePast PerformanceProvide three relevant past performance references similar in size ad scopePriceCan be determined fair and reasonableOptions. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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.The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition:FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-2, Evaluation Commercial Items (OCT 2014)FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018)Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) There are no addenda attached to this clause.FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (OCT 2018)Specifically, the following clauses cited are applicable to this solicitation:FAR 52.203-16, Preventing Personal Conflicts of Interest (DEC 2011)FAR 52.203-17, Contractor Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014) FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011)FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011)FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016)FAR 52.208-9, Contractor Use of Mandatory Sources of Supply or Services (MAY 2014)FAR 52.213-2, Invoices (APR 1984)FAR 52.217-8, Option to Extend Services (NOV 1999)FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000)FAR 52.219-14, Limitations on Subcontracting (JAN 2017)FAR 52.219-6, Notice of Total Small Business Aside (NOV 2011) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2018)FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)FAR 52.222-26, Equal Opportunity (SEP 2016)FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015)FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)FAR 52.222-37, Employment Reports on Veterans (FEB 2016)FAR 52.222-41, Service Contract Labor Standards (Reference Wage Determination No.: 2015-4731, Revision 5, dated 1/10/2018, attached) (MAY 2014)FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (MAY 2014)FAR 52.222-50, Combating Trafficking in Persons (MAR 2015)FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008)FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997)FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013)FAR 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (JUL 2013)FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)FAR 52.233-2, Service of Protest (SEP 2006)FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984)FAR 52.237-3, Continuity of Services (JAN 1991)FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017)Other VA Acquisition Regulation Clauses VAAR 852.203-70, Commercial Advertising (MAY 2008)VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2012)VAAR 852.237-70, Contractor Responsibility (APR 1984)VAAR 852.247-71, Delivery Location (OCT 2018)VAAR 852.247.72, Marking Deliverables (OCT 2018)Other VA Acquisition Regulation Provisions VAAR 852.233-70, Protest Content/Alternate Dispute Resolution (JAN 2008)VAAR 852.233-71, Alternate Protest Procedure (JAN 1998)Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.All vendors shall submit the following: One electronic copy of quote to include: Technical Capabilities on completing Performance Work Statement scope, requirements and performance objectives;Provide three (3) past performance references (to include company name, individual contact name, phone number, email, dates of service to company, description of service[s] provided) these companies will be contacted for past performance verification. Additionally, the Contract Performance Assessment Reports from past performance on other Government contracts will be reviewed and evaluated;Contractor shall complete, at a minimum, the attached pricing schedule for the base year All quotations shall be sent to the Contract Support Specialist, Jamie L Johnston, via email only to jamie.johnston@va.gov.This is an open-market combined synopsis/solicitation for services as defined herein.��The government intends to award a purchase order as a result of this combined synopsis/ solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.""OR""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:""Quoter shall list exception(s) and rationale for the exception(s).QUOTES shall be submitted/received not later than 1500 hours Eastern Standard Time on Friday, December 20, 2019 via email as stated above for submission of quotes. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). To receive a government award, the offeror must be currently registered in System for Award Management (SAM) at www.sam.gov. Offerors are encouraged to go to the SAM database and start the registration process as soon as possible to avoid possible delays should the contractor be selected as a prospective awardee.Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Support Specialist, Jamie L. Johnston,jamie.johnston@va.gov Point of ContactJamie L JohnstonContractor, The Arcanum Group in support of the Veterans Health Administration(937) 268-6511 ext. 2297jamie.johnston@va.govDepartment of Veterans AffairsNetwork Contracting Office (NCO) 10Dayton VA Medical CenterMary Jane CrimContracting Officer(937) 268-6511 ext. 3065maryjane.crim@va.govDepartment of Veterans AffairsNetwork Contracting Office (NCO) 10Dayton VA Medical Center
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1394c59500f04637908f7b7189b8fc3e/view)
 
Place of Performance
Address: Department of Veterans Affairs;Dayton VA Medical Center;4100 W. Third Street;Dayton, OH 45428-9000, USA
Zip Code: 45428-9000
Country: USA
 
Record
SN05516257-F 20191215/191213230256 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.