Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

R -- Staffing Corporal Michael J Crescenz VA Medical Center

Notice Date
5/11/2020 10:51:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0558
 
Response Due
4/28/2020 12:00:00 AM
 
Archive Date
05/13/2020
 
Point of Contact
Bradley Fasnacht | Contract Specialist Bradley.Fasnacht2@va.gov | 717-228-5959
 
E-Mail Address
Bradley.Fasnacht2@va.gov
(Bradley.Fasnacht2@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
Solicitation 36C24420Q0558 Page 4 | 25 COMBINED SYNOPSIS / SOLICITATION FOR COMMERCIAL ITEMS This RFQ does not commit the Government to pay any cost for the preparation and submission of a proposal in response to this RFQ. The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this procurement. General Information: Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24420Q0558 Posted Date: 05/11/2020 Original Response Date: 05/19/2020 Current Response Date: 05/19/2020 Product or Service Code: R499 Set Aside: Small Business NAICS Code: 561110 Contracting Office Address: The Department of Veterans Affairs Network Contracting Office 4 Lebanon Veterans Affairs Medical Center 1700 South Lincoln Ave Lebanon, PA 17042 Bradley Fasnacht | Contract Specialist 717.228.5959 | Bradley.Fasnacht2@va.gov Attachments: Attachment 1: SF 1449 Attachment 2: Price Schedule Attachment 3: Clauses Attachment 4: Provisions Attachment 5: VA Dress Code Attachment 6: Past Performance Questionnaire Attachment 7: Wage and Determination Description This 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 announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price ID-IQ resulting from this solicitation. 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 562110, Office Administrative Services, with a small business size standard of $8 Million. This solicitation is a set-aside for Small Businesses. The Department of Veterans Affairs, Network Contracting Office 4, is soliciting quotations from Small Business to provide complete Administrative Services at the Corporal Michael J Crescenz VA Medical Center. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies shall provide quotation(s) for the following: STATEMENT OF WORK ADMINISTRATIVE SUPPORT SERVICES DEPARTMENT OF VETERANS AFFAIRS CORPORAL MICHAEL J CRESCENZ VA MEDICAL CENTER DESCRIPTION: The Corporal Michael J Crescenz VA Medical Center is contracting for a Firm Fixed Priced (FFP) six (6) Month indefinite delivery - indefinite quantity contract. Contractor shall be responsible to provide Administrative Support Personnel in support of this Statement of Work. All contracted personnel shall complete all security documents which will be provided to the Contractor upon award of the contract. Failure to maintain favorable security status will be grounds for immediate removal, and further performance under this contract will not be permitted. Individuals for the positions described with this Statement of Work shall have a two-year degree, two-three years experience, or have received certification from an accredited institution related to the technical fields described SERVICES: The contractor shall accomplish all tasks to meet the requirements of this SOW. PERIOD OF PERFORMANCE: 06/01/2020 through 11/30/2020 PERFORMANCE LOCATIONS: Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Avenue Philadelphia, PA 19104 Camden CBOC 300 South Broadway Suite 103 Camden, NJ 08103 Gloucester CBOC 211 County House Road Sewell NJ 08080 Horsham CBOC 433 Caredean Drive Horsham, PA 19044 Burlington CBOC 300 Lincoln Drive Suite E Marlton, NJ 08053 West Philadelphia CBOC 6232 Market Street Philadelphia, PA 19139 PERFORMANCE REQUIREMENTS: The duties would include, but are not limited to: full range of receptionist duties, customer service, maintains appointment schedules for one or more clinics or unit, operating office machines; storing, distributing, accounting for stores of materials, delivering messages, being knowledgeable of business standards and/or operating procedures within each respective clinic or ward, assist with clinic access contingency plans by adjusting appointment times/locations/dates as well as shift patients to other healthcare providers as conflict with staffing and/or coverage occurs. The Contractor shall be able to manage scope, schedule, and is expected to facilitate any action from inception to closure by tasking, tracking, supporting required functions/other personnel/activities, etc. The individuals for the positions are to provide comprehensive clerical medical support to the VAMC and all associated sites. The Medical Support Assistant position serves as a Clerk and is a foundational role within the patient care team. The team works collaboratively with other members of an expanded healthcare team to include all necessary services and employees in the facility to provide a robust interdisciplinary approach to care. Important interfaces and collaborations also occur with larger healthcare system providers including VA and non-VA specialists, hospitals, diagnostic and treating facilities, and community-based programs. The contractor of this position performs work in the VAMC/CBOCs clinical areas and inpatient wards, which encompasses a variety of different duties and responsibilities relating to provision of Medical Support. DETAILED PERFORMANCE REQUIREMENTS: Medical Support Assistant: The Medical Support Assistant works collaboratively in an interdisciplinary coordinated care delivery model. The Contractor will perform the full range receptionist duties, including customer service and other duties assigned for the proper and timely treatment of patients, and maintains appointment schedules for one or more clinics or units. Contractor must assist with clinic access contingency plans by adjusting appointment times, locations, or dates as well as shift patients to other healthcare providers as conflict with staffing and/or coverage occurs. The Contractor will ensure patient safety standards are met by using the correct Veteran Affairs identification of all patients through the use of two forms of identification- name and full Social Security Number. Contractor shall use each interaction with the patient to validate and update demographic information, either in person during check-in or over the phone, to decrease the incidence of returned mail due to incorrect addresses and inability to contact patient by phone due to incorrect numbers. The Contractor will explain the VA s mandate to collect insurance information to veterans, their families and other eligible patients. Medical Support Assistant Contracted employee collects, scans, and updates health insurance information serving a major role in the revenue process. The contractor contributes to the revenue collection process by identifying patients with third party insurance. As a front-line contact with patients and staff, the contractor sets the tone concerning quality of healthcare services at the VA This position requires a high degree of tact and diplomacy when dealing with veterans who have multiple health problems and who may be frustrated with the administrative process associated with diagnosis and treatment. A caring, compassionate and sensitive manner is essential when explaining procedures to veterans and their family members in person and on the telephone. When records are received, the contractor will ensure that all necessary health/administrative information are integrated into computerized patient record system (CPRS) correctly. Contractor must screen/receive phone calls in a courteous and timely manner, determine the nature of request and provide the information desired using privacy and established clinic processes. Related additional duties or tasks may be assigned to ensure efficient daily operations. Contractor must be able to complete accurate scheduling responsibilities: Schedule appointments and utilize the Electronic Waiting List accurately in a timely manner. All appointments will be made with the patient s input, either in person or by phone. This may require a high level of coordination to avoid patients having to make multiple trips to the medical center or whenever possible. Notifies VA Shift Supervisor when clinic access is less than desirable or if an individual patient cannot be scheduled within mandated clinic timeframes. Daily review of active/pending consults, Electronic Wait List, Recall list and Audio care communications for accuracy and disposition. The Medical Support Assistant Contracted employee shall fully participate in the daily team huddles and weekly team meetings to discuss patients care panning management. The Medical Support Assistant Contracted employee shall be able to independently manage position responsibilities with little supervision from VA Shift Supervisor as well as set priorities and deadlines adjusting the flow and sequencing of the work to meet team and patient needs. Contractor shall provide 13 contracted employees for this service. Coordination, Program Planning and Advisory Services: Assists the Supervisory Transportation Coordinator in planning and directing programs that provide VTS support services functions. Review workload types in Veteran Transportation Service e.g. outpatient clinic visits, surgical admissions. On a daily basis validate program workload and ensure reporting is accurate. Responds to ""action required"" notifications, ensuring the primary providers are correct. Coordinates the day-to-day operation of VTS program flow, processes and functions. Provides technical and management guidance necessary to achieve the optimum use of service resources. Plans and provides support services in the following types of program areas: electronic records management; driver scheduling setup & management of program; space utilization services. Provides advisory services to the Supervisory Transportation Coordinator regarding the requirements and implications of the office services provided. Provides advice to operating managers and supervisors on how provided services can assist in accomplishing their missions and programs. Advises veterans of eligibility for Beneficiary Travel reimbursement to include reimbursement rates, deductible waivers, financial eligibility, etc. Communicates with the veteran and stakeholders the conversion of special mode travel requests to patient travel reimbursement voucher claims, when appropriate. Processes patient travel voucher claims and ensures the appropriate travel benefits are applied. Contractor shall provide 2 contracted employees for this service. GENERAL INFORMATION: Quality Control: The Government shall be authorized to restrict the placement of any contract employee, or prospective employee, who is identified as a potential threat to the health, safety, security and general well-being of the mission, to include immediately remove a contractor from the premise if there is a security concern. If this occurs, the Contractor employee will not be permitted to continue work under this contract. The Government will report all forms of unprofessionalism, including dress code violation and work performance, to the attention of the Contractor by the Government POC or the Contracting Officer. The Contractor will be required to replace the individual removed within 48 hours, or a timeframe deemed acceptable by the Government and Contractor at the time of removal. The Government shall be authorized to request the immediate removal of a Contractor employee from working under this Contract if the contracted employee continues to violate contract requirements, including but not limited to, quality of work, professionalism, and dress code requirements. Hours of Operation: The normal duty hours will be 8:00AM 4:30PM, 4:00PM-12:00AM or 12:00AM-8:00AM, Sunday through Saturday including Federal Holidays, with 30 minutes for lunch. Performance will be required on the following Federal holidays: New Year s Day, Martin Luther King Birthday, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day and Christmas Day. The normal workweek will be no more than 40 hours per week. Organizational Conflict of Interest (OCI): Contractor and subcontractor personnel performing work under this contract may receive or have access to Protected Health Information (PHI). The Contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access of participation may result in any actual or potential PHI disclosure and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such PHI. The Contractor s disclosure notification will be determined to be acceptable solely at the discretion of the Contracting Officer or POC and in the event the Contracting Officer or POC unilaterally determines that any such PHI cannot be satisfactorily avoided or mitigated, the Contracting Officer or POC may affect other remedies as he/she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the PHI. Uniforms: All employees shall follow the facility s dress code policy. All personnel will always display their identification badges. The badge will be provided by the facility. Personal Hygiene: Contractor s personnel shall be clean, bathe daily (including hair), and wear a clean uniform daily. Fingernails will be clean and free of dirt. Hair will be neatly trimmed and combed. Inspection: Monthly inspection will be conducted by the POC and the contractor. The inspection will be conducted no later than 20th calendar day of the month. Security Requirements: The Government shall be authorized to restrict the employment of any contract employee, or prospective employee, who is identified as a potential threat to the health, safety, security and general well-being of the mission. Employees are required to have a Security Clearance, and this will be reflected on individual task orders. Failure to maintain favorable security status will be grounds for immediate removal, and further performance under this contract will not be permitted. Upon award of the contract, Contractor shall receive VA security documents for completion and submission Veteran Health Administration Security Clearance Office for clearance processing. Additionally, should an employee not already possess a security clearance, the Contractor shall request an interim clearance in order to permit the employee to perform as quickly as possible on the contract. Contractor s shall wear visible identification at all times while on the premises of VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the Corporal Michael J. Crescenz VA Medical Center POC. The CBOCs nor the Philadelphia VA Medical Center will not validate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside the clinic building and the surrounding parking lot. Possession of weapons is prohibited. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Upon award of contract, Contractor will receive information on and will have candidates complete online trainings for HIPAA, Privacy, Confidentiality, and Information Security before the candidates come on board. Damage: Extreme caution shall be exercised to prevent damage to the building and its contents. Any damage must be reported to the POC immediately for appropriate action. Any damage caused by the contractor will be repaired and or replaced to the satisfaction of the VA at the contractor s expense. Damage to the building, its contents or loss of government property, in excess of $100,000 will require a Report of Survey or Investigation Report by the VA. Appropriate Government personnel will conduct the investigation. The responsible party will be required to replace and/or submit payment for damage or loss. Access (Keys): If the POC provides keys for access, it shall be the Contractors responsibility to safeguard and control keys provided. Confidentiality: Contractor, any and all personnel employed by Contractor, and any other individuals enlisted by Contractor (sub-contractors, etc.) to meet the requirements of this SOW, shall not disclose any information regarding the patients treated by the Department of Veterans Affairs. All clinical records, including names of patients, Social Security numbers, and any and all medical, administrative, or demographic information that pertains to the patients treated by the Department of Veterans Affairs is strictly confidential. This information is protected under federal regulations. All information and records that pertain to the employees of the Department of Veterans Affairs are also confidential and is protected under law. Contractor and any individuals employed or enlisted by Contractor, may be required to sign Confidentiality Statement as a condition of being allowed to work at the Department of Veterans Affairs. The contractor will send all employees performing services under this contract to the CORPORAL MICHAEL J CRESCENZ VA MEDICAL CENTER for finger printing and to receive a contractor badge. Reporting Requirements: The Contractor shall submit an ongoing report of services rendered under the terms of the contract. The contractor shall submit to the POC a report which shall include but not be limited to: Monthly PTO Activity Report, which describes a synopsis of requested leave request during the identified Period of Performance. Completion of Information Security and Privacy and HIPAA training Processing preliminary security background clearance. Completion of OSHA competencies Conformance Standards: All work shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of OSHA and other applicable national standards. Standard: The contractor shall perform all work required under the terms of the SOW in a satisfactory manner in accordance with the appropriate SOW paragraph. The POC shall not consider the services required by the terms of the SOW complete until all deficiencies have been corrected. Procedures: When a deficiency per the requirements of the SOW is noted by Department of Veterans Affairs clerical staff, it shall be brought to the attention of the Government POC. The government POC will confirm said deficiency by inspection and record results, noting the date and time of inspection. If inspection indicates unacceptable performance, the Government POC will notify the Contractor QCI of the deficiencies for correction. The Contractor shall correct the unacceptable performance. Any Government employee or Government POC that observes unacceptable services, either incomplete or not performed, for any of the above performance objectives should immediately contact the Government POC and the Government POC will complete appropriate documentation to record the complaint. The Government POC will consider the customer complaint valid upon receipt from the customer. The CO should inform the customer of the approximate time allowance for the correction of the unacceptable performance and advise the customer to contact the Government POC if the deficiency is not corrected. The Government POC will consider customer complaints as resolved unless notified otherwise by the customer. The Government POC shall notify the Contractor s Quality Control Inspector (QCI) to pick up the written customer complaint. The QCI will correct the unacceptable performance after receiving the verbal notification. If the QCI disagrees with the complaint after investigation of the site and challenges the validity of the complaint, the QCI will notify the Government POC. The CO will conduct an investigation to determine the validity of the complaint. If the CO determines the complaint as invalid, he will document the written complaint of the findings and notify the customer. The CO will retain the annotated copy of the written complaint for his/her files. If after investigation the CO determines the complaint as valid the CO will inform the QCI, who will correct the defect. A defect will not be recorded if proper and timely correction of the unacceptable condition(s) is accomplished. The QCI shall return the written customer complaint document, properly completed with actions taken, to the CO, who will file the complaint for monitoring future recurring performance. Recurring customer complaints are not permitted for any of the above service items. If a repeat customer complaint is received indicating the same deficiency during the service period (month, quarter, etc.), the Government POC should contact the Contracting Officer for appropriate action. Provided by The Corporal Michael J Crescenz VA Medical Center: All equipment and supplies needed to carry out the above duties to be provided by the Government. The Government will provide workspace, copier, and computer for use by the contractor. SPECIAL CONTRACTOR PROVISIONS: Security Requirements: The Contractor shall be responsible for employees being able to pass all background checks and successfully being able to obtain a Personal Identification Verification badge issued by the Philadelphia VA Medical Center. Provide for preliminary background clearance forms Ensure initial mandatory training requirements are meet prior to reporting Provided monthly contractor PTO balance Refrain from discussing issues such as skill levels and hours, salaries, cost and funding data, or administrative and personnel matters affecting contractor employees with the POC. Ensure close communication/coordination with the POC, reporting problems to the POC as they occur (not waiting for a monthly meeting). Ensure proper communications with the government (technical discussion and government surveillance is okay, but the government cannot interfere with the contractor s legitimate exercise of discretion in meeting contractual requirements. Personal Identification Verification (PIV) requirements: Establish communication with POC within 3 days of award notification POC will provide all documents required by VSC to contractor to be completed within 15 days (guess on days) and returned to COR. POC will provider phone number for contractor to make an appointment for finger printing at the Philadelphia VA Medical Center and contractor will inform the POC of the date The contracted staff will receive a message to complete and eQUIP within 7 days. VSC or POC will notify contractor of accepted background checks and who is sponsored by VSC Contractor will have VSC sponsored employees establish an appointment with the Philadelphia VA Medical Center PIV department to finalize PIV badges and shall bring two physical forms of ID to appointment. (won t accept any scanned into their phone) All contractor PIV badges shall be copied front and back and emailed to the POC to be on file with the VA Police Department and to gain access to PIV readers in the VA clinic. While on VA property, all contractor personnel must comply with the rules, regulations, and procedures governing the conduct of personnel at a Government facility. Prior to the commencement of any work under this contract, upon arrival to the VA Medical Center, contractor personnel must first check- in with POC. Interference in performance requirements: The following provisions must be adhered to by contractor personnel throughout the duration of this contract: Contractor may be required to interrupt their work at any time so as not to interfere with the normal functioning of the facility; e.g. utility services, servicing of fire protection systems, and the passage of facility patients/personnel, etc. In the event of an emergency, contractor services may be stopped and rescheduled at no additional cost to the government. Contractor personnel must inform the POC of the need to gain access to secured areas. If access is required to secure areas, prearranged scheduling must be made by the POC. Contractor Responsibilities: The Contractor must be responsible for ensuring all provided personnel are properly licensed to operate a motor vehicle if operating a motor vehicle on VA property is required. All contracting staff shall be required to wear company badges with company name and employee name. If there is a need for work to be performed beyond the scope of this contract. The contractor is required to provide a written cost estimate for any work or materials beyond the scope of this contract. The contractor shall not perform any work or make any purchases beyond the scope without approval from this contracts VA Contracting Officer. Contractors shall utilize appropriate Personal Protective Equipment. They will receive PPE and follow PPE guidance as established by the facility leadership. This information will be provided when contract employees come on board. The contractor shall make no public announcement or disclosure relative to information contained or developed under this contract, except as authorized by the Contracting Officer or the Public Affairs Office (PAO) associated with the Government project specific agency or installation. All data generated under this contract shall become the property of the Government and distribution to any other source by the Contractor is prohibited unless authorized by the Contracting Officer. If travel is required, actual travel costs will be not be reimbursed in accordance with the Federal Travel Regulations and the Government Joint Travel Regulations (JTR) in accordance with FAR 31.205-46. Records Management Obligations: Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. All Department of Veterans Affairs and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of the Department of Veterans Affairs or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to the Department of Veterans Affairs. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to the Department of Veterans Affairs control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub- contractor) is required to abide by Government and the Department of Veterans Affairs guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with the Department of Veterans Affairs policy. The Contractor shall not create or maintain any records containing any non-public Department of Veterans Affairs information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. END OF STATEMENT OF WORK ATTACHMENTS: Attachment 1: SF 1449 Attachment 2: Price Schedule Attachment 3: Clauses Attachment 4: Provisions Attachment 5: VA Dress Code Attachment 6: Past Performance Questionnaire Attachment 7: Wage and Determination SF 1449: Complete Box 12, 17, and 30 of the SF 1449 (Page 1) of the solicitation. Provide the legal entity name, address, telephone number and DUNS identifier in Box 17. Price Schedule: The contractor must provide a price quote for each CLIN delineated in Attachment 2 to be considered for award. Evaluation of Quotes: Comparative Evaluation will be used for this solicitation in accordance with FAR 13.106-2 (b)(3), as outlined in Solicitation Provision 52.212-1 INSTRUCTIONS TO OFFERORS. Vendors may submit more than one quote; however, vendors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/599bc8bcae954b739bdf97c01d142532/view)
 
Place of Performance
Address: Corporal Michael J Crescenz VA Medical Center;3900 Woodland Ave;Philadelphia, PA 19104-4551 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN05653023-F 20200513/200511230208 (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.