Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

H -- Air balancing, adjusting and testing services

Notice Date
2/23/2021 3:51:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q0522
 
Response Due
3/19/2021 12:00:00 PM
 
Archive Date
06/26/2021
 
Point of Contact
Monique Paltan, Contracting Officer, Phone: (212) 686-7500 Ext 6090
 
E-Mail Address
Monique.Paltan@va.gov
(Monique.Paltan@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR AIR BALANCING, ADJUSTING AND TESTING SERVICES AT LYONS AND EAST ORANGE CAMPUS, NEW JERSEY VA MEDICAL CENTER. (i) This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 and 13 - Simplified Procedures for Certain Commercial Items , 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. (ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through Contract-Opportunities at beta.SAM.gov on RFQ reference number 36C24221Q0522. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04, VAAR Update 2008-27. (iv) This procurement is being issued as a Total Small Business Set-Aside Open Market Solicitation. The North American Industry Classification System (NAICS) code is 238220 PLUMBING, HEATING, AND AIR-CONDITIONING CONTRACTORS with a Small Business Size Standard of $16.5 Million. (v) The Contractor shall provide pricing for Air balancing, adjusting and testing services. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow price reasonableness determination and each option year period must be priced separately. PRICING TABLE FOR: Air balancing, adjusting and testing services. LINE ITEM DESCRIPTION QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001 Base Period: East Orange Campus Contractor shall provide air balancing, adjusting and testing services (annual) in the month of April. 1 JB 0002 Base Period: East Orange Campus - Contractor shall provide air balancing, adjusting and testing services (semi-annual) in the months of January and July. 2 JB 0003 Base Period: Lyons Campus - Contractor shall provide air balancing, adjusting and testing services (quarterly) in the 1st and 3rd quarters. 2 JB Total Base Year: 1001 Option Year 1: East Orange Campus Contractor shall provide air balancing, adjusting and testing services (annual) in the month of April. 1 JB 1002 Option Year 1: East Orange Campus - Contractor shall provide air balancing, adjusting and testing services (semi-annual) in the months of January and July. 2 JB 1003 Option Year 1: Lyons Campus - Contractor shall provide air balancing, adjusting and testing services (quarterly) in the 1st and 3rd quarters. 2 JB Total Option Year 1: 2001 Option Year 2: East Orange Campus Contractor shall provide air balancing, adjusting and testing services (annual) in the month of April. 1 JB 2002 Option Year 2: East Orange Campus - Contractor shall provide air balancing, adjusting and testing services (semi-annual) in the months of January and July. 2 JB 2003 Option Year 2: Lyons Campus - Contractor shall provide air balancing, adjusting and testing services (quarterly) in the 1st and 3rd quarters. 2 JB Total Option Year 2 3001 Option Year 3: East Orange Campus Contractor shall provide air balancing, adjusting and testing services (annual) in the month of April. 1 JB 3002 Option Year 3: East Orange Campus - Contractor shall provide air balancing, adjusting and testing services (semi-annual) in the months of January and July. 2 JB 3003 Option Year 3: Lyons Campus - Contractor shall provide air balancing, adjusting and testing services (quarterly) in the 1st and 3rd quarters. 2 JB Total Option Year 3: 4001 Option Year 4: East Orange Campus Contractor shall provide air balancing, adjusting and testing services (annual) in the month of April. 1 JB 4002 Option Year 4: East Orange Campus - Contractor shall provide air balancing, adjusting and testing services (semi-annual) in the months of January and July. 2 JB 4003 Option Year 4: Lyons Campus - Contractor shall provide air balancing, adjusting and testing services (quarterly) in the 1st and 3rd quarters. 2 JB Total Option Year 4: Base and All Option Years Total: (vi) Description of requirement: STATEMENT OF WORK AIR BALACING, ADJUSTING AND TESTING SERVICES 1. BACKGROUND: The Department of Veterans Affairs New Jersey Health Care System is currently seeking for air balancing, adjusting and testing services for Lyons Campus and East Orange Campus. Lyons Campus which was built in the early 1920 s with over 30 major buildings and a few smaller outbuildings sits on 306 acres. East Orange Campus is located on 3 acres with one (1) high-rise building of 13 floors and 12 outbuildings. Contractor shall provide air balancing services for the above two campus at specified months, and quarters as stated in this document and under Equipment List. 2. SCOPE OF WORK: Contractor shall provide all supervision, labor, materials and equipment necessary to perform air balancing, traverses of air handlers and exhaust systems and provide all related documentation for both campuses. 3. SPECIFICATIONS: Contractor shall take Cubic Feet per Minute readings from supply and exhaust and make necessary adjustments for the designated areas to be in compliance with room to room pressurization design criteria. Contractor will take test readings of each diffuser and grill to include the required Feet per Minute/Cubic Feet per Minute and test results of the Feet Per Minute/. Cubic Feet per Minute 4. REPORTS: Contractor shall provide a hard copy report of all readings for both campuses. An electronic version of same report shall be sent to the Contracting Officer Representative. Contractor will provide reports in triplicate to include: A print of the area showing air flow directions and pressures. Air exchange per hour for each room or corridor to include room volume, cu , design and actual Cubic Feet per Minute for supply and exhaust air Certificate of recalibration for all testing equipment. Service Reports must be signed by both service provider and Contracting Officer Representative at the completion of each work. 5. FREQUENCY: Contractor shall conduct air balancing, testing and adjusting services annually in the month of April and semi-annually in January and July for: 1) East Orange Campus 385 Tremont Avenue East Orange, NJ 07018 Contractor shall conduct air balancing, testing and adjusting services quarterly in the 1st and 3rd quarters for: 2) Lyons Campus 151 Knollcroft Road Lyons, NJ 07939 6. REQUIREMENTS:  Contractor shall demonstrate that it is a firm regularly engaged in the field of air balancing services. Contractor must be certified in Air balancing and must be licensed and insured for this type of work. Contractor shall provide personnel who are experienced and qualified to work air balancing. Contractor shall provide certification as required by the Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) with a valid 30-hour safety card for personnel identified to work on this requirement. Contractor shall follow all the Department of Veterans Affair Administrations, State, Federal and OSHA rules and safety regulations. 7. EQUIPMENT LIST: EAST ORANGE EQUIPMENT LIST:       AREAS TO BE DONE SEMI-ANNUALLY IN THE MONTHS OF JANUARY AND JULY     1) O.R. 2ND FLOOR, C-WING       A. AHU 33 B. AHU-34 C. AHU-35 D. EXHAUST #1 E. EXHAUST #2 F. EXHAUST 40A             2) SPS 2ND. FLOOR, B-WING       A. SPS AIR HANDLER B. EXHAUST #1 C. EXHAUST #2 D. EXHAUST #3 E. EXHAUST #4 F. EXHAUST #5 G. EXHAUST #6           3)  ENDOSCOPY 2ND. FLOOR, B-WING       A. ENDOSCOPY AHU B. EXHAUST #1 C. EXHAUST #2           4) DENTAL 3RD FLOOR, B-WING - DENTAL AHU       A. EXHAUST #1 B. EXHAUST #2             5)   PHARMACY IV ROOM 8TH FLOOR, A-WING       A. PHARMACY AHU               6)  HISTOLOGY A-LEVEL, B WING       A. AHU-1, A-146 B. HOOD EXHAUST 6TH FLOOR ROOF B-WING             7)   CATH. LAB 9-166       A. AHU CATH. LAB 9-163               8)   MORGUE B-LEVEL, C-WING       A. AHU 10A B. TBEF #7             9) GAMMA CAMERA 6-CORE       A. AHU-2 PENTHOUSE B. AHU-5 PENTHOUSE             AREAS TO BE DONE ANNUALLY IN THE MONTH OF APRIL     10) FIRST FLOOR LAB 1ST FLOOR B-WING       A. AHU-17 B-LEVEL ROOF B. EXHAUST, 6TH FLOOR ROOF, B-WING ROOF     C. HOOD EXHAUST, 6TH FLOOR ROOF, B-WING ROOF               11) SICU/MICU 2ND FLOOR, D-WING       A. AHU-2D, 2ND FLOOR ROOF B. EXHAUST 21, PENTHOUSE     C. ISOLATION EXHAUST 3RD FLOOR BUMP-OUT.               12) WARD 5B, FLOOR 5 B-WING       A. AHU-1 PENTHOUSE B. AHU-4, PENTHOUSE     C. EXHAUST 4 PENTHOUSE D. MUSHROOM ON 6B ROOF             13) WARD 5-C, FLOOR 5 C-WING       A. AHU-5C, 6TH FLOOR ROOF C-WING B. EXHAUST 1, 6TH FLOOR ROOF C-WING     C. EXHAUST 2, 6TH FLOOR ROOF C-WING               14) WARD 5D, FLOOR 5, D-WING       A. AHU-3, PENTHOUSE B. AHU-6, PENTHOUSE     C. EXHAUST 18 PENTHOUSE D. EXHAUST, MUSHROOM ON 6D ROOF             15) WARD 6B, FLOOR 6 B-WING       A. AHU-1, PENTHOUSE B. AHU-4, PENTHOUSE     C. EXHAUST 10, PENTHOUSE               16) WARD 9A, 9TH FLOOR, A-WING       A. AHU-3, PENTHOUSE B. AHU-6, PENTHOUSE     C. EXHAUST 23, PENTHOUSE               17) WARD 12B, 12TH FLOOR       A. AHU-8, PENTHOUSE B: AHU-1, PENTHOUSE     C. EXHAUST 7, PENTHOUSE D. EXHAUST 5, PENTHOUSE     E: RETURN FAN 4, IN AHU-8               18) EMERGENCY ROOM       A. AHU11-A, C-LEVEL B. TBEF-1 EXHAUST, PENTHOUSE     C. EXHAUST 5, PENTHOUSE               19) RADIATION THERAPY, A-LEVEL, WING D       A. AHU-1D, A-LEVEL ROOF B. RETURN FAN 1D, A-LEVEL ROOF             20) AAALAC SURVEY IN BLDG. 7 VIVARIUM       1) AREA B       A. AHU-B B. EF-7-2             2) AREA C       A. AHU-C B. EF-7-3             3) AREA D       A. AHU-D B. EF-D             4) AREA E       A. AHU-E B. EF-E             5) AREA X       A. AHU-X B. EF-X             TRAVERSE'S TO BE DONE ANNUALLY IN THE MONTH OF APRIL       21) AHU-1 PENTHOUSE ROOF 22) AHU-2 PENTHOUSE 23) AHU-3 PENTHOUSE   24) AHU-4 PENTHOUSE 25) AHU-5 PENTHOUSE 26) AHU-6 PENTHOUSE 27) AHU-7 PENTHOUSE 28) AHU-8 PENTHOUSE 29) AHU-9 B-LEVEL ROOF 30) AHU-10 3-171A 31) AHU-11 C-132 32) AHU-11A C-132 33) AHU-12 C-132 34) AHU-13 C-132 35) AHU-17 B-LEVEL ROOF 36) A-LEVEL LAB AHU A-146 37) 5-C AHU 6TH FLOOR C-WING ROOF 38) AUDIOLOGY AHU 4-246 39) ECHO LAB AHU 6TH FLOOR D-WING ROOF 40) AHU-1D A-LEVEL ROOF 41) 2D AHU ON ROOF OUTSIDE OF ROOM 2-437 42) CATH LAB UNIT 9-163 43) FILE ROOM AHU A-128D       LYONS CAMPUS EQUIPMENT:       ALL WORK TO BE DONE SEMI-ANNUALLY IN THE 1ST QUARTER AND 3RD QUARTER   1) SPD- BUILDING #1       A. CLEAN STORAGE AREA B. DECONTAMINATION AREA             2) BUILDING # 3 NEGATIVE PRESSURE ROOMS       A. D114 B. E116 C. F114 D. H114 E. G113 F. H112             3) BUILDING #4 NEGATIVE PRESSURE ROOM       A. 56       BUILDIING # 3               B. PHARMACY       BUILDING # 135 CLC               C. PHARMACY       BUILDING # 53               D. PHARMACY               8. WORKING HOURS: All work shall be performed between the hours of 8:00 AM to 4:30 PM, Monday to Friday excluding Federal Holidays. Contractor shall not perform work outside of these hours without prior approval from COR/Facility Manager.   9. FEDERAL HOLIDAYS: Federal Holidays which are observed by the federal government are annotated below. New Year s Day Martin Luther King s Birthday President s Day Memorial Day Independence Day - Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day 10. PERIOD OF PERFORMANCE:  The period of performance for these services will be one year from date of award of contract with the provision of four (4) option years. 11. PLACE OF PERFORMANCE:  Air balancing services will be performed at the Department of Veterans Affairs East Orange Campus and Lyons Campus. 12. SITE VISIT: Each offeror is recommended to attend the site visit prior to submitting their offer. A site visit has been scheduled for both locations on the same day. Due to current pandemic and large gathering restrictions, limit 1 contractor representative per company. Face coverings are required. Date: Wednesday, March 3rd, 2021. 1) Lyons Campus, 09:00 AM, EST, start at Chiller Plant, Bldg # 136, 151 Knollcroft Rd, Lyons, NJ 07939 2) East Orange Campus, 12:30 PM, EST, start at Bldg # 5A, Conference Room, 385 Tremont Avenue, East Orange, NJ, 07018. CONTRACTING OFFICE ADDRESS: VISN 2 Network Contracting Office Manhattan NY Harbor Healthcare System 423 East 23rd Street New York, NY 10010 (vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (MARCH 2016), applies to this acquisition. All offers must reference: Solicitation number for this requirement as 36C24221Q0522 The time specified in the solicitation for receipt of offers; Name, address and telephone number of offeror; Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete; Terms of any express warranty; Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); Acknowledgement of any solicitation amendments; Past performance information; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration. The following provisions are included as addenda to FAR 52.212-1: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.233-2 Service of Protest (SEPT 2006) 852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014), applies to this acquisition. (a) Award shall be made to the contractor whose quotation offers the best value to the government, considering technical capability, past performance, and price. Technical Capability is more important than past performance and price. However, price will become significantly more important as technical capability approach equality. All sub-factors under technical capability are of equal importance. Past performance is less important than price. The government shall evaluate information based on the following evaluation criteria. Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 10-page capability statement demonstrating their ability to meet all of the requirements of the Statement of Work (SOW). A) Technical Proficiency: Offeror shall submit a proposal that demonstrates that it is a firm regularly engaged in the field of air balancing, adjusting and testing services. The proposal shall be comprehensive and demonstrate its understanding of the requirement. It shall outline the contractor s ability to adequately and satisfactorily perform the services in accordance with the Statement of Work (SOW) and the extent to which potential risks are identified and mitigated. B) Contractor Experience: The offeror shall provide 3 instances of past experience similar in nature, scope, complexity, difficulty and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than (2) years of performing air balancing, adjusting and testing services. C) Licensing/Certifications: Contractor shall provide proof that all technicians identified to work in this requirement are experienced and licensed/certified. Contractor shall provide certification as required by the Joint Commission on the Accreditation of Health Organization (JCAHO) with a valid 30-hour safety card for technicians who will work on the requirement. (2) Past performance: Contractor must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. (3) Price: The government will evaluate offers for award purposes based on the pricing for the total requirement. Offers for partial requirement will not be evaluated and will be deemed non-responsive upon receipt. (b) Options. 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). (c) 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. Failure to provide the information requested in the evaluation criteria may result in being found non-responsive. (End of Provision) (x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The following clauses are included as addenda to FAR 52.212-4: 52.252-2 Clauses Incorporated by Reference (FEB) 1998 http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-16 Preventing Personal Conflicts of Interest (DEC 2011) 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 Postconsumer Fiber Content Paper (MAY 2011) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.228-5 Insurance-Work on a Government Installation (JAN 1997) CL-120 Supplemental Insurance Requirements 52.232-18 Availability of Funds (APR 1984) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (DEVIATION AUG 2020) 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020) 852.203-70 Commercial Advertising (JAN 2008) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (OCT 2019) 852.215-71 Evaluation Factor Commitments (SEP 2019) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (DEVIATION) 852.219-76 Subcontracting Commitments Monitoring and Compliance (JUL 2018) (DEVIATION) 852.232-72 Electronic Submission of Payment Requests (NOV 2012) 852.233-70 Protest Content/Alternative Dispute Resolutions (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.270-1 Representatives of Contracting Officers (JAN 2008) (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order- Commercial items (JAN 2021), applies to this acquisition. The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUN 2020) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.204-14 Service Contract Reporting Requirements (OCT 2016) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (OCT 2018) 52.219-28 Post Award Small Business Program Representation (MAY 2020) 52.222-3 Convict Labor (JUNE 2003) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) 52.222-50 Combating Trafficking in Persons (OCT 2020) 52.222-54 Employment Eligibility Verification (OCT 2015) 52.222-55 Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018) (xiii) The Service Contract Act of 1965 does apply to this procurement. See attached Wage Determination (xiv) N/A (xv) This is an Open-Market Total Small Business Set-Aside combined synopsis/solicitation for Air balancing, adjusting and testing services for the Lyons Campus and East Orange Campus, New Jersey Health Care System, VA Medical Center at NJ as defined herein.  The government intends to award a contract 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:"" The Quoter shall list exception(s) and rationale for the exception(s). Quotes received without this statement will be assumed to infer that terms and conditions are acceptable without modification, deletion or addition. Submission shall be received not later than 3:00 PM EST, Friday, March 19, 2021. The government shall only accept electronic submissions via email, please send all quotations to Monique.Paltan@va.gov. RFI s will not be accepted after Tuesday, March 09, 2021 at 12:00 PM EST. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). (xvi) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Monique Paltan, Contracting Officer, Monique.Paltan@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f9463788b9d44438722c2e76c5d697e/view)
 
Place of Performance
Address: Department of Veterans Affairs New Jersey Health Care System East Orange and Lyons Campus 151 Knollcroft Road, Lyons, NJ 07939, USA
Zip Code: 07939
Country: USA
 
Record
SN05923987-F 20210225/210223230111 (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  © 1994-2020, Loren Data Corp.