Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 19, 2021 SAM #7201
SOLICITATION NOTICE

J -- FY21: Grease Trap Maintenance Services & Repair

Notice Date
8/17/2021 9:44:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562998 — All Other Miscellaneous Waste Management Services
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24821Q1463
 
Response Due
8/31/2021 10:00:00 AM
 
Archive Date
09/30/2021
 
Point of Contact
Jose E. Ortiz-Velez, Contract Specialist, Phone: 813-972-2000 Ext. 2815
 
E-Mail Address
Jose.Ortiz-Velez@va.gov
(Jose.Ortiz-Velez@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for Grease Trap Maintenance Services at James A. Haley Veterans Hospital (JAHVH), as prepared in accordance with the format in Subpart 12.6, 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24821Q1463 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 (eff. 07/12/21). (iv) This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a tiered evaluation for VOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 562998: All Other Miscellaneous Waste Management Services code and has a size standard of $8 Million. For tiered evaluation purposes, to be considered as a Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB), prospective offerors shall be a verified VOSB in the VA Center for Verification and Evaluation (CVE) Veteran Information Pages (VIP) pages https://www.vip.vetbiz.gov/ at the date and time set for receipt of offers. Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications. (v) Line Item Numbers (LINs): PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR __________________ __________________ The Contractor shall furnish all labor, parts, travel, and equipment to provide maintenance and repair services for identified Drain Lines and Interceptor/Trap System Maintenance and Repair at the locations covered in this Performance Work Statement (PWS) Contract Period: Base POP Begin: 09-15-2021 POP End: 09-14-2022 1001 1.00 YR __________________ __________________ The Contractor shall furnish all labor, parts, travel, and equipment to provide maintenance and repair services for identified Drain Lines and Interceptor/Trap System Maintenance and Repair at the locations covered in this Performance Work Statement (PWS) Contract Period: Option 1 POP Begin: 09-15-2022 POP End: 09-14-2023 2001 1.00 YR __________________ __________________ The Contractor shall furnish all labor, parts, travel, and equipment to provide maintenance and repair services for identified Drain Lines and Interceptor/Trap System Maintenance and Repair at the locations covered in this Performance Work Statement (PWS) Contract Period: Option 2 POP Begin: 09-15-2023 POP End: 09-14-2024 3001 1.00 YR __________________ __________________ The Contractor shall furnish all labor, parts, travel, and equipment to provide maintenance and repair services for identified Drain Lines and Interceptor/Trap System Maintenance and Repair at the locations covered in this Performance Work Statement (PWS) Contract Period: Option 3 POP Begin: 09-15-2024 POP End: 09-14-2025 4001 1.00 YR __________________ __________________ The Contractor shall furnish all labor, parts, travel, and equipment to provide maintenance and repair services for identified Drain Lines and Interceptor/Trap System Maintenance and Repair at the locations covered in this Performance Work Statement (PWS) Contract Period: Option 4 POP Begin: 09-15-2025 POP End: 09-14-2026 GRAND TOTAL __________________ DELIVERY SCHEDULE: James A. Haley Veterans Hospital (JAHVH) 13,000 Bruce B. Down Blvd. Tampa, FL 33612-4745 (vi) See Performance Work Statement (PWS) (Attachment 1). (vii) PERFORMANCE MONITORING: See PWS. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (ix) The award will be based on a TIERED COMPARATIVE EVALUATION. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options will be evaluated at time of award for a Firm-Fixed Price Contract. Evaluations of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price, Technical Approach (including liability insurance, licenses/permits to perform work in the State of Florida, Limitation of Subcontract - Attachment 2, and New Vendor Form - Attachment 3), safety, and past performance. Vendor s shall provide the following: Technical Approach: Contractor shall provide a technical approach for Grease Trap Maintenance Services in accordance to the PWS. Insurance: Contractor shall provide proof of liability insurance coverage as stated in the PWS. Licenses/Permits: Contractor shall obtain all applicable license(s), applicable permits, and permit to dispose waste in the State of Florida as stated in the PWS. Limitations of Subcontract: Contractor must be able to comply with limitations on subcontracting clause in FAR 52.219-14. Contractor shall complete Limitation of Subcontract Memo (See Attachment 2) and submit with quote. New Vendor Form: Contractor shall complete the New Vendor Form (See Attachment 3). Past Performance: Vendors submitting a quote shall be regularly established in the business of providing the services identified in the PWS and who have experience with commercial contracts of similar demand or greater, with conditions and scope as required for this contract. Vendors submitting a quote shall provide three (3) identified references when submitting their quote. Emphasis will be on recent and relevant past performance. Recent is defined as work performed within the last three years. Relevant is defines as work similar in scope of the work described in the PWS. Contract: Start Date of Contract: End Date of Contract: Reference s Name and Phone Number: Type of work performed & product used: Following receipt of quotes, the Government will perform a comparative evaluation of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Past performance evaluations will be conducted using information obtained from the Contractor Performance Assessment Reporting System (CPARS), and information from any other sources deemed appropriate. When evaluating past performance, the government will consider the currency and relevancy of the information, the source of the information, the context of the data, and the general trends in the contractor s performance. Quoters without available relevant past performance history will not be evaluated favorably or unfavorably. The Government reserves the right to obtain past performance information from other available sources. The award will be made to the response most advantageous to the Government. The Government will evaluate quotations 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 adding six months of the quoter's price for the last potential period of performance under this contract to the quoter's total price. For example, if the contract includes option periods that are exercisable under FAR 52.217-9, the quoter's total price for the purpose of evaluation will include the base period, all option periods, and an additional six months of the last option period. Quoters must price only the base and option periods specified in the line items and shall not submit a price for the potential six-month extension of services under FAR 52.217-8. The Government reserves the right to exercise the option under FAR 52.217-8 before the end of any of the contractor's performance periods and will be exercised at the price and/or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s). Responses should contain your best terms, conditions. Information not contained in quotes will not be considered during the evaluation. The Government intends to make award selection without any follow up communication but may determine after evaluating submitted quotes that clarification may be necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. 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. (x) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ 52.203-3 Gratuities (APR 1984) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.209-5 Certification Regarding Public Matters (AUG 2020) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.212-1 Instructions to Offerors-Commercial Items (JUL 2021) 52.212-2 Evaluation Commercial Items (OCT 2014) 52.217-5 Evaluation of Options (JUL 1990) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-2 Service of Protest (SEP 2006) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-17 Government Delay of Work (APR 1987) 852.203-70 Commercial Advertising (JAN 2008) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Inspection (Jan 2008) 852.270-1 Representative of Contracting Officer (JAN 2008) (End of Clause) 52.219-14 LIMITATIONS ON SUBCONTRACTING (MAR 2020) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to (1) Contracts that have been set aside for small business concerns or 8(a) participants. (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) participants. (3) Orders set aside for small business concerns or 8(a) participants under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (4) Orders issued directly to small business concerns or 8(a) participants under multiple-award contracts as described in 19.504(c)(1)(ii). (c) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of the contract in the case of a contract for (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (d) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraph (b)(1) and (2) of this clause [Contracting Officer check as appropriate.] _ By the end of the base term of the contract and then by the end of each subsequent option period; or _ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (b)(3) and (4) of this clause, by the end of the performance period for the order. (End of Clause) VAAR 852.215-70 SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS (OCT 2019) (a) In an effort to achieve socioeconomic small business goals, VA shall evaluate offerors based on their service-disabled veteran-owned or veteran-owned small business status and their proposed use of eligible service-disabled veteran-owned small businesses (SDVOSBs) and veteran-owned small businesses (VOSBs) as subcontractors. (b) Eligible service-disabled veteran-owned small businesses offerors will receive full credit, and offerors qualifying as veteran-owned small businesses will receive partial credit for the Service-Disabled Veteran-Owned and Veteran-Owned Small Business Status evaluation factor. To receive credit, an offeror must be registered and verified in the Vendor Information Pages (VIP) database. (c) Non-Veteran offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation factor. Offerors must state in their proposals the names of the SDVOSBs and VOSBs with whom they intend to subcontract and provide a brief description of the proposed subcontracts and the approximate dollar values of the proposed subcontracts. In addition, the proposed subcontractors must be registered and verified in the VIP database. (d) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) (a) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses (SDVOSBs) or veteran-owned small businesses (VOSBs) proposed as subcontractors in accordance with 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value. (b) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes FAR 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer 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. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes the clause: 852.215-70 Service-disabled veteran-owned and veteran-owned small business evaluation factors. Accordingly, any contract resulting from this solicitation will include the clause 852.215-71 Evaluation factor commitments. (b) The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing Contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. (c) 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 Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) 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 Contracting Officer to assess the Contractor compliance with the subcontracting commitments. (End of Clause) SUPPLEMENTAL INSURANCE REQUIREMENTS   In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:   (a)  Workers' compensation and employer s liability:  Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes.  If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage.  Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.   (b)  General Liability: $500,000.00 per occurrences.   (c)  Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.   (d)  The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) (xii) The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203 6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (Oct 2018) 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 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 (JUL 2014) 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) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 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 (MAR 2015) 52.222-54 Employment Eligibility Verification (OCT 2015). 52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-1 Buy American Supplies (JAN 2021) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JUL 2020) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (End of Clause) 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 30 calendar days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 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 calendar 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) WAGE DETERMINATION The DOL Wage Determination for the specific locality is available at www.SAM.gov ; please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality. Area: Florida Counties of Hernando, Hillsborough, Pasco, Pinellas Wage Determination No.: 2015-4571 Revision No.: 14 Date of Last Revision: 07/21/2021 https://sam.gov/wage-determination/2015-4571/14 (xiii) There are no additional contract requirements, terms, or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Site-Visit: A Site-Visit will be conducted on Tuesday, August 24, 2021 at 8:00 A.M. EST. Interested vendors shall meet at 13,000 Bruce B. Downs Blvd., Tampa, FL 33612, in the Lobby of the SCI Building (across from the Parking Garage) no later than (NLT) 8:00 A.M. EST. The Site-Visit is highly encouraged and expected prior to submission of quote. ***DUE TO COVID-19 PROTOCOLS ON FEDERAL GOVERNMENT PROPERTY, ALL VENDORS WILL BE REQUIRED TO CHECK IN/BE SCREENED UPON ARRIVAL TO JAHVH SCI BUILDING BEFORE PROCEEDING WITH THE SITE-VISIT. IN ADDITION, VENDORS WILL BE ASKED TO WEAR MASKS/SAFETY GLASSES TO ENTER THE FACILITY.*** Interested vendors who plan to attend the Site-Visit shall confirm via email to Jose.Ortiz-Velez@va.gov NLT Monday, August 23, 2021 by 3:00PM EST. Vendor Questions: All questions pertaining to this solicitation shall be in writing, sent by email to Jose.Ortiz-Velez@va.gov and be must be received NLT Wednesday, August 25, 2021 by 3:00 PM EST. No further questions will be accepted after that date and time. Answers to Vendor Questions: Answers to vendor questions (along with a copy of Site-Visit Sign-In Sheet) will be posted on www.SAM.gov (Contract Opportunities) on Thursday, August 26, 2021 by 4:00 PM EST. Quotes must be emailed (along with Attachment 2 and all supporting documents required) to Jose.Ortiz-Velez@va.gov and received NLT 1:00 PM EST. on Tuesday, August 31, 2021. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. NO LATE QUOTES WILL BE ACCEPTED. (xvi) For questions regarding the solicitation, please contact Mr. Jose E. Ortiz-Velez at Jose.Ortiz-Velez@va.gov or (813) 972-2000 Ext. 2815. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/937a75aecacc497ba0d4974e1e87af6b/view)
 
Place of Performance
Address: Department of Veterans Affairs James A. Haley Veterans' Hospital 13,000 Bruce B. Downs Blvd., Tampa, FL 33612, USA
Zip Code: 33612
Country: USA
 
Record
SN06099631-F 20210819/210817230116 (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.