Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOURCES SOUGHT

J -- Steam Trap Testing, Maintenance, and Repair Services

Notice Date
4/19/2023 4:19:48 PM
 
Notice Type
Sources Sought
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q0900
 
Response Due
5/3/2023 4:00:00 PM
 
Archive Date
07/02/2023
 
Point of Contact
Cristine Carmody, Contract Specialist
 
E-Mail Address
cristine.carmody@va.gov
(cristine.carmody@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this-- sources sought announcement must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) Unique Entity ID (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Southern Arizona VA Health Care System (SAVAHCS) located at 3601 S. 6th Ave, Tucson, AZ 85723 is seeking a potential qualified contractor that can provide STEAM TRAP SURVEY MAINTENANCE AND REPAIR SERVICES. Important information: The Government is not obligated to/nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238220. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to: cristine.carmody@va.gov . All information submissions to be marked Attn: Cristine Carmody, Contract Specialist and should be received no later than 4:00 pm PST on May 3, 2023. DRAFT DRAFT SOUTHERN ARIZONA VA HEALTH CARE SYSTEM Perform Steam Trap Survey, Testing, Maintenance, and Replacement Service (FY24) STATEMENT OF WORK BACKGROUND: Southern Arizona VA Health Care System (SAVAHCS) requires a qualified contractor to perform Steam Trap survey, maintenance & services located at the Tucson campus. The SAVAHCS campus is located at 3601 South 6th Avenue Tucson, Arizona 85723. This contract will be for a Base Year and Four (4) Option Years. The Southern Arizona VA Health Care System (SAVAHCS) has approximately 329 steam traps spread across multiple buildings. SAVAHCS buildings are located on a 105-acre campus with over 1 million square feet of conditioned space. Steam traps are mainly located in mechanical rooms although some steam traps are in underground chases or steam pits. The last steam trap survey was conducted in March 2022. The purpose of this contract is to secure materials and the qualified technical labor that is required to conduct survey and provide ongoing service and maintenance of existing steam traps at the SAVAHCS campus. SCOPE: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, replacement parts/equipment, supervision, and other items necessary to perform an annual steam trap survey and provide maintenance on approximately 329 steam traps and to submit required data and reports. The SAVAHCS has at least one sparge tank with multiple connected steam traps. Additionally, for the base year of the contract, it is estimated that approximately 12 steam traps will require repair or replacement. The estimate for repair or replacement during additional option years will be 10 steam traps. The replacement of these traps will be provided by the contractor at no additional cost to the government. The Contractor should anticipate work in a few steam pits (i.e., hot, enclosed space work). The Contractor should also anticipate the need to use asbestos-fiber filtering respirators for the survey work in a few areas. 2. DESCRIPTION OF SERVICES: Contractor shall conduct survey and maintain equipment in good operating condition the listed in the contract. The steam equipment is located at the Southern Arizona VA Health Care System (SAVAHCS) 3601 S. 6th Ave Tucson, AZ 85723. Provide all labor and equipment to provide a survey annually and maintain and repair steam traps for all facilities throughout the SAVAHCS campus including providing and replacement traps, parts, and components per this contract. The objective of this contract is to survey, catalogue, and tag the existing steam traps and to make the steam distribution system more energy efficient, safer, and easier to maintain. The Contractor shall not interfere with existing, on-going functions, or normal activity of the hospital. The contractor shall maintain a clean work area, and as appropriate, provide walk-off mats for dust control and appropriate construction barriers. Noise shall be kept to a minimum at all times. Work in patient-care areas may need to be accomplished during evening hours or weekends. Work that involves the need for steam shutdowns shall be scheduled through the Contracting Officer s Representative (COR) at least two weeks before the work activity. Furthermore, work in the Pharmacy area shall be scheduled through the COR at least two weeks and approve by pharmacy service chief or representative before the work activity can begin. The Contractor must always maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. 2.1. COMPLIANCE. The Contractor shall be fully responsible for the compliance with all VA, Joint Commission, local, state, and Federal environmental/occupational safety laws, rules, and regulations. The Contractor shall follow life and safety codes (The Joint Commission and NFPA 99 current edition) and take necessary actions to avoid conditions that may be hazardous to the health and safety of the hospital personnel and patients. The Contractor is responsible for meeting all applicable American Society of Mechanical Engineers (ASME), OSHA, NFPA, and VA guidelines standards and safe working processes; Lockout/Tagout. All work for the duration of the contract shall be performed by certified or trained technicians. 2.2. WORKING HOURS. Preventive maintenance work shall be performed on weekdays excluding Federal holidays, during the hospitals regular weekday working hours 7:00am 4:00pm. Federal holidays observed may be exchanged for Contractor observed day, only on a one-for-one basis, requested by the Contractor and subject to approval by the Contracting Officer Recognized Holidays: The Contractor is not required to perform service on the following federal holidays. New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day 2.3. CONTRACTING OFFICER S REPRESENTATIVE (COR): The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. The COR is not authorized to change any of the terms and conditions of the contract; this may only be done by a written modification to the contract and signed by the Contracting Officer. 2.4 KEY PERSONNEL: The follow personnel are considered key personnel by the government: Contract Manager, Project Manager/Field Supervisor. The Contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the Contracting Officer. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8:00 a.m. to 4:00 p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reason. 2.5. CONFIRMATION OF REPAIR WORK: All completed repairs must be confirmed and approved by Maintenance & Operations, Utilities staff /Pipe Shop during regular hospital working hours, 7:00am 4:00pm, Monday through Friday excluding Federal holidays. After regular hours, weekends, and holidays, Maintenance & Operations Utility System Repair Operators may approve equipment available for use after repairs have been made. The COR will be notified of all after-hour or emergency repairs during the next normal working day. 2.6. MAINTENANCE, INSPECTIONS, AND TESTING: Inspections will be scheduled during the timeframe of the Contract year. Prior to scheduled month of service, the Contractor will provide Maintenance & Operations a schedule of the weekdays this service is to be performed, for their approval. Maintenance & Operations shall have the authority to reschedule this service within twenty-four (24) hours of scheduled time due to emergency event and/or scheduling conflict. Contractor shall inspect, adjust, lubricate, clean, repair, replace desiccants and test to ensure safe reliable service within all tolerances as required by the manufacturer s specifications. All parts used shall be of the original manufacturers design and specifications. All malfunctioning parts shall be replaced immediately to prevent undue down time and to ensure safe operation. NOTE: Upon discovery of malfunctioning parts, Maintenance & Operations COR shall be notified immediately for approval of repairs. 2.7. PREVENTIVE MAINTENANCE SERVICE: Preventive maintenance inspection shall be performed as necessary to meet manufacturer/factory specifications, recommendations, or VA requirements. A list of equipment and minimum service intervals expected are listed in Section 6 of this contract. 2.8. PERFORMANCE AND TESTING: After completion of maintenance, the system shall be operated by the Contractor in the presence of Maintenance & Operations staff to ensure all steam trap components perform to standards as outlined in the manufactures specifications. All components shall be checked and adjusted if necessary or applicable. 2.9. DOCUMENTATION OF SERVICES PERFORMED: Contractor must supply maintenance check list to COR for each item according to manufactures recommendations and specifications to be maintained. At the conclusion of all inspections the Contractor shall submit a report to the COR and Maintenance & Operations staff, indicating the elements of the inspection performed, findings, and recommendations if applicable. This report shall be submitted in the form of a checklist or manufacturer performance service ticket, provided all requested all information is supplied. All repair work shall be documented when service is completed. The repairman must indicate on his repair ticket the specific action taken, date and time repaired performed, all parts replaced, hours of labor required and travel time. The equipment serviced must be identified clearly by name and location. Upon completion of service, Maintenance & Operations must sign service ticket. 2.10. CLEANUP: The contractor shall be responsible for cleaning the work area and equipment upon completion of work. All accumulated rubbish or debris shall be removed. 2.11. SPECIAL TOOLS: The Contractor shall provide all tools, testing equipment for disassembly, assembly, adjustments, calibrating and other work as required for the performance of this Contract. 2.12. OVER AND ABOVE REPAIR: Upon discovery of a malfunctioning part the Contractor shall immediately notify Maintenance & Operations staff and COR. The repair job shall not be initiated until approval is obtained from contract COR. Charges for repair, labor and parts shall originate only when required and upon prior approval being granted by the COR. At the VA s option the Contractor may be requested to provide a price quotation for the repair job. The VA has sole discretion to select the Contractor who will provide these repair services and they will be ordered as a separate action (not as part of this contract). 2.13. CONTRACTOR EMPLOYEES: Contractor personnel performing work under this contract must have a general employment background check at the time of the proposed submission and must maintain the level of security required for the life of the contract. Contractor personnel shall present a neat appearance and be easily recognized as a Contractor employee. Example: wearing distinctive clothing such as uniforms, badges, patches, etc. 2.14. ESCORT AND SAVAHCS CHECK IN: Identification of Contractor Employees: All contractor personnel attending meetings, answering Government telephones, and working in other situations where their contractor status is not obvious to third parties are required to identify themselves such as to avoid creating an impression in the minds of members of the public that they are Government officials. All Contractor personnel working on-site at the SAVAHCS facility shall check in and out with the Maintenance & Operations/ Utilities located in the basement of Building 2, Room B21C. Check-in procedures require receiving a temporary badge and completing the necessary information on the vendors sign-in sheet. Access to the work areas and performance monitoring will be provided by VA Maintenance & Operations Staff. After hours response will be monitored by VA Utilities Systems Repair Operators (USRO) ext. 6684 or the VA police at ext. 6514 2.15 POST AWARD CONFERENCE: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. 2.16 DATA RIGHTS: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 3. INFORMATION TECHNOLOGY: The C&A requirements do not apply. A Security Accreditation Package is not required. 4. GOVERNMENT FURNISHED ITEMS AND SERVICES: 4.1 Services: To expedite the survey process, SAVAHCS will provide a site representative (pipe fitter, plumber, or other maintenance staff member) to escort Contractor technicians through the facility. Although SAVAHCS will strive to ensure that steam traps are put in service and are in a live condition prior to commencement of the survey, SAVAHCS cannot ensure that all traps will be live. 4.2. Utilities: The Government will provide access to electricity or water if they are required for performance of services. The Contractor shall instruct employees in utilities conservation practices. The Contractor is responsible for operating under conditions that preclude the waste of utilities. 4.3 Materials: The Government will not provide any materials 5. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 5.1 General: The Contractor shall furnish all supplies, parts, equipment, facilities, and services required to perform work under this contract that are not listed under Section III of this PWS. 5.2. Materials: Parts for the repair or replacement of steam traps, or added or removed, must be in accordance with VA specifications for the existing steam and condensate system. 5.3. Equipment: The Contractor shall provide all equipment, tools, PPE, ladders, etc. to perform the steam trap survey, maintenance, or replacement 6. SPECIFIC TASKS: First Year of Service: The first year of service shall be completed in two phases. 6.1.a Phase 1 is comprehensive and includes identifying, cataloguing, tagging, and testing the SAVAHCS steam traps. To accomplish this task, a system-wide steam trap field investigation (survey) shall be conducted by the Contractor examining and identifying, via ultrasonic testing and thermal testing, blow-through, cold plugged, leaking, and misapplied traps (including wrong type, wrong size, wrong application, wrong pressure, and wrong installation). Submissions for Phase 1 include: The Steam Trap Survey Inventory (Put onto an Excel Format; refer to Item a. on the next page below under Steam trap survey) A Steam Trap Recommendations Report including estimates of the recommended work (refer to Item B. below under option years). Traps needing repair or replacement shall be ranked by severity. For traps needing repair, include information regarding the proposed repair. For steam traps needing replacement, include cut sheets for the proposed replacements; and An Energy Savings section detailing cost savings and Return on Investment based upon the proposed repairs or replacements. These submissions will be reviewed by the VA and discussed with the Contractor. Based on the submissions and discussion, a Steam Trap Repair/Replacement Plan and a schedule shall be agreed upon by the VA and the Contractor (refer to Phase 2 below). Steam Trap Survey - The Contractor shall provide labor and materials to perform a detailed steam trap survey. The Contractor will locate, identify, test, and tag every accessible steam trap in the facility. The Contractor will prepare a steam trap inventory. This work should be done on an annual basis. If the Contractor finds steam traps that are inaccessible, the Contractor shall inform the VA COR and include as much information as possible regarding those traps in the detailed steam trap survey. Traps that are not activate at time of survey (e.g., cold or not in use ), will be tagged and logged as Out-of-Service. Out-of-Service tags shall very visible (e.g., red, and white). The Contractor shall attach permanent, sequentially numbered tags to each steam trap to ensure that each trap is uniquely identified. The numbering scheme will be agreed to by the VA; for instance, the VA may want to begin each tag based on the building e.g., B57-1, B30-4. Metal tags shall be stainless steel and shall be a minimum of 1 in diameter. Old or extraneous tag shall be removed, and the information logged. Contractor shall identify failed or problematic traps (e.g., traps that are blowing through, plugged, leaking, incorrect type, incorrectly sized, incorrectly applied, incorrectly installed). At a minimum, the following data will be inventoried for each steam trap surveyed: Trap location (e.g., building, floor, room) Trap type Tag number Manufacturer/Model Identification Connection size and type Trap application and the equipment being served Piping configurations to include notation of dead legs Insulation type or deficiency Steam system pressure Trap testing method and date (i.e., ultrasonic, thermal imaging) Trap condition Trap problems (e.g., Failed Open, Failed Closed, Rapid Cycle, Isolated Closed, or other noted issue) Other steam trap or steam system comments (if any) Estimated hours of operation (per day or per week) As applicable for recommended steam trap repair or replacement, for each repair or replacement: Estimated steam savings per hour (lbs.) Estimated steam savings per year (lbs.) Estimated dollar savings per hour Estimated dollar savings per year Return-on-Investment calculations Estimated Greenhouse Gas (GHG) Emission reductions per hour Estimated GHG Emission reductions per year Selection of Replacement Steam Traps (or Repair) - The Contractor shall prepare a steam trap repair or replacement recommendations. Each proposed replacement trap shall be selected based on the application setting with consideration for the appropriate pressure rating. Traps shall be float and thermostatic (cast iron); or thermodynamic (i.e., thermostatic disc; Stainless). Fixed orifice type traps such as venturi traps are not acceptable. Each type of trap shall be the product of a single manufacturer. Floats and linkages shall provide sufficient force to open trap valve over full operating pressure range available to the system. Unless otherwise indicated, traps shall be sized for capacities indicated at minimum pressure drop as follows: For equipment with modulating control valve: 1.7 kPa (1/4 psig), based on a condensate leg of 300 mm (12 inches) at the trap inlet and gravity flow to the receiver. For main line drip trap sets and other trap sets at steam pressure: Up to 70 percent of design differential pressure. Condensate may be lifted to the return line. For systems without relief, valve traps shall be rated for the pressure upstream of the PRV supplying the system. Balanced pressure thermostatic elements: Phosphor bronze, stainless steel or monel metal. Trap bodies: Bronze, cast iron, or semi-steel, constructed to permit ease of removal and servicing working parts without disturbing connecting piping. Valves and seats: Suitable hardened corrosion resistant alloy. Mechanism: Brass, stainless steel, or corrosion resistant alloy. Floats: Stainless steel. 6.1.b Phase 2 is the repair or replacement of an estimated 12 steam traps (the specific steam traps to be replaced and the specific number to be replaced will be agreed upon by the VA and the Contractor. Prepare and submit a steam trap repair/replacement plan and schedule. Replace failed or problematic steam traps - The Contractor shall provide labor, equipment, and materials to repair or replace the agreed upon steam traps. For every repaired or replaced steam trap, the Contractor will: Ensure that each repaired or replaced trap is properly tagged and inventoried. After the Contractor has completed the installation of the repaired or replaced steam trap, the Contractor shall schedule and document inspection and testing in the presence of a VA representative (e.g., Pipefitter, Plumber, COR). A copy of the documentation is to be submitted to the VA. Update the steam trap survey inventory with all appropriate information (e.g., new trap type, trap number, testing date, and method) Upon completion and acceptance of work by VA, Contractor shall conduct a 2-hour training session with VA O&M personnel in the operation and maintenance of the steam traps. Option Years: Option Years shall follow the Phase 1 and Phase 2 approach outlined above. Throughout the year, as construction is completed on the SAVAHCS campus, the Government will update the Steam Trap Survey Inventory in preparation for the Contractor s annual Steam Trap Survey and Testing. The Government prefers that the annual Steam Trap Survey and Testing occurs at the start of the cooling season each year (e.g., September, October, or early November). It is anticipated that the level of effort needed to complete the Steam Trap Survey will be nominal because the steam trap inventory from 2022 already exist. It is anticipated that the level of effort needed to repair or replace steam traps in subsequent years will be less than the first year because the steam traps will be surveyed annually and repaired or replaced as needed. For estimating purposes, it is assumed that 10 steam traps will be replaced in each Option Year. Activity or Deliverables Proposed Schedule the timeframes proposed below may be adjusted based on discussion between the Contractor and VA Contracting. Specific Activity or Deliverable Format Physical Format Proposed Timeframe NTP N/A N/A N/A N/A Phase 1 Conduct Steam Trap Survey N/A N/A NTP + 5 weeks Steam Trap Survey Microsoft Excel Three hard- NTP + 7 weeks Inventory (Probably on 11 x 17) copies and one electronic format copy Recommendations Report Microsoft Word Three hard- copies and one electronic format copy NTP + 10 weeks Energy Savings Report (may be included in the Recommendations Report) Microsoft Word Three hard- copies and one electronic format copy NTP + 10 weeks Review Meeting to determine Replacement Plan and Schedule N/A N/A NTP + 11 weeks Phase 2 Replacement Plan and Schedule Microsoft Word Three hard- copies and one electronic format copy NTP + 12 weeks Begin steam trap replacement or repair N/A N/A NTP + 16 weeks Finish steam trap replacement or repair PDF of steam trap inspection and testing sheets and updated steam trap survey inventory Three hard-copies and one electronic format copy NTP + 19 weeks TECHNICAL EXHIBIT 1 Performance Requirements Summary (PRS): The Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1 The Contractor shall check-in and check-out during each visit to the facility. ALL SERVICE: Contractor personnel shall check-in and check-out with the M&O Shop Work Order Control Clerk for each visit to the SAVAHCS facility. 100% conformance Periodic surveillance PRS # 2 The Contractor shall conduct timely Steam Trap Surveys and Steam Trap repair The Contractor provided the survey and repairs/replacement per the agreed upon timeline. 100% conformance (anticipate only one steam trap survey per year and one replace or repair activity per year) 100 percent inspection PRS # 3 The Contractor shall provide timely documentation. The Contractor provided the required reports per the agreed upon timeline. Refer to for a proposed timeline. 75% conformance (3 out of 4) 100 percent inspection PRS # 4 Supplies and Services as Needed The Contractor shall coordinate the Supplies and Services as Needed in the timeframe agreed to between the Contractor and Contracting. 90% conformance 100 percent inspection 7. DEFINITIONS & ACRONYMS: 7a. Definitions: 1) Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2) Contracting Officer: A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the government. Note: The Contracting Officer is the only individual who can legally bind the government. 3) Contracting Officer s Representative (COR): An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 4) Defective Service: A service output that does not meet the standard of performance associated with the Performance Work Statement. 5) Deliverable: Anything that can be physically delivered but may include non-manufactured things such as meeting minutes or reports. 6) Key Personnel: Contractor personnel that are employed in the performance of contract work. 7) Maintenance: Activities required or undertaken to conserve the original asset or resource. 8) Physical Security: Actions that prevent the loss or damage of Government property. 9) Repair: Activities required or undertaken to replace a broken, damaged, or failed device or equipment to return the device or equipment to an operating or usable condition. 10) Subcontractor: One that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor. 11) Workday: The number of hours per day the Contractor provides services in accordance with the contract requirements. 12) Work Week: Monday through Friday, unless specified otherwise. 7b. ACRONYMS: ACOR Alternate Contracting Officer's Representative CFR Code of Federal Regulations COR Contracting Officer Representative COTR Contracting Officer's Technical Representative COTS Commercial-Off-the-Shelf FAR Federal Acquisition Regulation CO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement TE Technical Exhibit
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b0935520d9c745eeb81d9c5a0f3b32e0/view)
 
Place of Performance
Address: VHA- Southern Arizona Veterans Healthcare System 3601 South Sixth Ave., Tucson 85723
Zip Code: 85723
 
Record
SN06656375-F 20230421/230419230119 (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.