Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2023 SAM #7869
SOLICITATION NOTICE

Q -- Services... 608-23-3-7068-0513: First Fill New BPA (VA-24-00001894)

Notice Date
6/12/2023 2:32:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
524114 — Direct Health and Medical Insurance Carriers
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24123Q0685
 
Response Due
6/26/2023 2:30:00 PM
 
Archive Date
07/11/2023
 
Point of Contact
harold.Nice@VA.GOV, Harold Nice, Phone: 781-687-2000
 
E-Mail Address
HAROLD.NICE@VA.GOV
(HAROLD.NICE@VA.GOV)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
(i) This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is 36C24123Q0685 and the solicitation is issued as a request for quotation (RFQ). (iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. (iv) This requirement is being issued as a SDVOSB Set Aside. The associated NAICS code is 524114 for First Fill (Emergency) prescription fulfillment services. (v) The Government intends to award a firm-fixed priced award Blanket Purchase Agreement (BPA) for (5) five years. The Contractor shall provide all supervision and personnel, to perform all aspects of the Statement of Work. Services will be provided for The Veterans Integrated Service Network Region (VISN) 1 Medical Centers, Community Based Out-Patient Clinics (CBOCs) and Mobile Coach Locations. Please see the attached Statement of Work (Attachment 1), Price Schedule and Evaluation below for full requirement details and pricing submission. Statement of Work Background: The Veterans Integrated Service Network Region (VISN) 1 Medical Centers, Community Based Out-Patient Clinics (CBOCs) and Mobile Coach Locations have a requirement for First Fill (Emergency) prescription fulfillment services. The intent is for a Blanket Purchase Agreement (BPA) with a performance period of five years from date of award. Historical Quantities: The VISN 1 Stations, in one historical contract year, had the following numbers of prescriptions filled on an urgent/emergent basis. VISN 1 Station Generic Prescriptions Filled (Historical Contract Year) Brand Name Prescriptions Filled (Historical Contract Year) Total Prescriptions Filled (Historical Contract Year) VAMC Togus 5668 384 6052 VA Connecticut Healthcare System 201 1 202 VAMC Providence 3437 200 3637 VA Central/Western Massachusetts 1501 132 1633 VA Boston Healthcare System 47 3 50 VAMC Bedford 33 11 344 VAMC Manchester 119 4 123 VAMC White River Junction 3822 227 4049 TOTAL: 14828 962 15790 Scope of Service: 1. The contractor shall provide pharmaceutical products and services to VA beneficiaries seen at VISN1 Medical Centers to include their Emergency Rooms, Urgent Care, CBOCs and Mobile Coaches during periods when an Outpatient Pharmacy is unavailable. The locations are as specified below. These services shall include the dispensing of pharmaceuticals listed on the VA National Drug Formulary (https://www.vanf.app/) when clinic professional staff determine that the need for pharmaceutical(s) is emergent, and it is in the best interest of patient care. Patient must be prescribed a medication by a VA Provider. Only new prescriptions shall be filled. Patients must pick up the prescriptions at the contracted pharmacy. Contractor shall not mail or deliver filled prescriptions to the patient. Only prescriptions from VA authorized practitioners may be filled under the BPA. The contractor must review all prescriptions to ensure that the prescriber is a VA authorized practitioner. Prescriptions from non-VA authorized practitioners may not be filled under the BPA and will not be reimbursed. Herbal products or non-formulary over-the-counter products will not be reimbursed. The Contracting Officer s Representative (COR) for each of the VISN 1 Station locations, as numbered below, will provide a list of providers authorized to prescribe for supported locations. c. Prescriptions will be filled for only drugs listed in the VA National drug formulary. The contractor must review all prescriptions to ensure that the product is listed on the formulary. The VA reserves the right to add or delete drugs from the formulary. The VA shall not be responsible for payment for drugs not on the VA National formulary even if ordered by a VA authorized practitioner. If a VA authorized practitioner prescribes a drug not on the formulary, the contractor pharmacist shall inform the patient that the prescription is not covered and that the patient will be responsible for the cost, payable at that time. d. Requests to review retroactive requests for exceptions will only be accepted if the emergent prescription need was presented at the contract pharmacy during the hours that the VA Medical Center Outpatient Pharmacy was closed. 2. Deliverables: a. The contractor must have Pharmacy Locator list available on website, non-priced (NP) b. The contractor must have Formulary List available on website, non-priced (NP) c. The contractor must have Prior Authorization Form available on website, non-priced (NP) d. The contractor must provide training/ education to VISN1 prescribers no later than 3 months after BPA has been established, non-priced (NP). e. The contractor must be able to activate a disaster response plan. Disaster plan should be inactivated within 4 hours of request. Additional funding will be within scope of BPA at rates set forth in formulary. Disaster plan will be inactivated by Chief of Pharmacy or designee. f. Medications at no cost, transaction fee for treatment dispensing requiring Emergency Use Authorization (EUA) at rates set in formulary. g. The minimum guaranteed award for this BPA is subject to the frequency of use. The minimum is applicable to the first year of BPA and is an estimate. The maximum aggregate value of orders for the five-year period of performance under this BPA is based on demand. Item Information for Formulary Prescriptions: Item Number Description of Supplies/Services Unit Unit Discount/AWP 001 Dispensing Fee Per Prescription EA $0.00 001A Generic Prescriptions discount from Medispan Average Wholesale Price (AWP). AWP% 001B Brand Name Prescription Discount from Medispan Average Wholesale Price (AWP). AWP% Item Information for Disaster Response Plan: Item Number Description of Supplies/Services Unit Unit Price/AWP 002 Dispensing Fee Per Prescription EA $0.00 002A Generic Prescriptions discount from Medispan Average Wholesale Price (AWP). AWP% 002B Brand Name Prescription Discount from Medispan Average Wholesale Price (AWP). AWP% 3. Prescription fills for authorized drugs shall be limited to a maximum of a 7-day supply. Exceptions: 1) Antibiotics may be filled with up to a 10 day supply. 2) Any instance where the minimum dispensing unit (vial, inhaler) as prescribed, exceeds the limit. 3) VA formulary Class II prescriptions are limited to a 3 day supply.   4. Prescriptions should be filled within two (2) hours but shall not incur a more than a twenty-four (24) hour delay when necessary to obtain the drug. The prescription must be picked up by the patient and may not be mailed or delivered. 5. Prescriptions filled under this BPA must be filled using the least expensive AB rated generic equivalent drug product the pharmacy has in stock. a. The Contractor shall, to the greatest extent practicable, use generic medications. Brand name drugs shall be issued only if generic versions are not available. Generic drugs shall be FDA AB rated, have identical active ingredients, dosage, safety, strength, usage directions, quality, performance and intended use as brand-name versions. Generic drugs shall be dispensed, if in the professional judgment of the pharmacist, the product is safe, effective, of equal strength, quantity, quality and dosage as the brand name drug. Generic drugs shall meet all federal and state regulatory specification as brand name drugs. The generic name shall be displayed on all medication labels. Any standing exceptions to the generic substitution requirement will be provided as applicable per covered location. 6. The filling of prescriptions will be inclusive of patient medication profile review and proper filling and labeling in accordance with standard pharmacy practices and state law/regulation/requirements. 7. Procedures will include appropriate patient education and counseling to the veteran or caregiver for each prescription filled. Counseling offered will be consistent with the Omnibus Budget Reconciliation Act (OBRA) 1990 requirement to ensure appropriate use and optimal outcomes from drug therapy. Counseling at a minimum shall include the following information: (a) Name, description, and use of the medication (b) Dose, dosage form and route (c) Special directions and precautions (d) Common side effects and action required if they occur (e) Techniques for self-monitoring drug therapy (f) Action to be taken if a dose is missed (g) Proper storage (h) What the patient can expect from the medication (i) Food-drug interactions The VA does not consider the signing of a prescription log appropriate counseling. The counseling shall include patient appropriate written information. An appropriate counseling area for patient privacy and counseling shall be provided. A pharmacist shall be available to answer any drug-related questions that a patient may have after the prescription is filled. Patient refusal, demonstration of patient understanding or any other pertinent issue such as provided to the caregiver shall be documented. 8. Medication errors, adverse drug reactions or allergy reactions related to medications dispensed under this BPA must be reported immediately to the VA provider who wrote the prescription. This communication must be documented in the Pharmacy s patient prescription record and must include the name of the person contacted and the time and date the communication took place. 9. The contractor must have a pharmacy within a 10-mile radius of each VA covered location. Exceptions to the distance requirement may in specific circumstances be considered by the VA. The pharmacy hours should cover at a minimum: 9:00 AM Through 9:00 PM (Monday through Friday) 10:00 AM Through 5:00 PM (Saturday, Sunday and Holidays observed by the federal and state governments) The offeror shall provide a list of all pharmacies that meet these requirements for each of the covered locations. (Provide a list in an excel format) 10. Additional geographic locations for new CBOCs and/or Mobile Coaches may be added to the BPA. BPA terms and conditions for the added locations will be identical to existing locations. 11. The Contractor shall provide a monthly report (within 10 days following the last day of the month services were rendered) electronically by Excel spreadsheet to the COR(s) designated for the covered locations providing information regarding the prescriptions dispensed. The report will contain a summary and an itemized report, each containing information as described below for the billing period: (a) Summary report: Per VISN 1 Station: the total number of UNIQUE VA patients utilizing this emergency prescription benefit; the total number of prescriptions filled, total drug cost, total filling fee, total processing fee, total of all costs by Medical Center, CBOCs and Mobile Coaches and grand totaled representing the full amount due to the contractor for the month. (b) Itemized report: Per VISN 1 Station: patient full name; Rx number; drug name, strength and dosage form; quantity dispensed; provider name; unit cost; total cost; associated dispensing fee; date Rx was filled; date Rx was picked up by the patient and if the patient received medication counseling. The report must also include any adverse drug events, drug allergies or medication errors related to the prescriptions filled. (c) Optional Reports: Covered locations may request reports specific to their location which would include tracking by provider, patient and/or medication. 12. Offeror shall quote the most favorable discounts from the Medispan average wholesale price (AWP) for Generic and Brand Name drugs and the most favorable dispensing fee. The total price charged to the VA shall not exceed that charged to the general public and shall not exceed the price charged by the Contractor s lowest third-party reimbursement plan. Veterans shall not be charged a prescription or medication co-pay. 13. Payments made by the Department of Veterans Affairs (VA) shall constitute payment in full of services provided by the Contractor. Contractor in no event shall bill, charge, collect deposit from, seek compensation, remuneration or reimbursement from, or have any recourse against the beneficiary, the beneficiary s family, private insurer, Medicare or any other entity acting on the beneficiary s behalf, for services provided pursuant to this contract. 14. Qualifications: The Contractor shall ensure all employees, agents, sub-contractors, or anyone acting for or on behalf of the Contractor, is properly licensed under applicable federal and state law. 15. Contract Monitoring Procedures: The Chief of Pharmacy Service at each VISN 1 Station, unless another VA employee is designated, shall be the Contracting Officer s Representative (COR) and is the VA official responsible for verifying BPA compliance. 16. Special Conditions The Contractor s pharmacies shall agree to the following conditions: a. On request by the applicable VISN 1 Station, or the patient, the Contractor s pharmacy shall provide a hard copy of VA patient s medication profiles to include all drugs dispensed and associated dosages, dispensing dates and quantities. b. pharmaceutical care provided to beneficiaries under the BPA shall meet all standards applicable to Medicaid recipients in the state where the services are provided. 17. Confidentiality and Security The contractor and its contract pharmacies shall ensure the confidentiality and security of all patient information. The contractor shall comply with the provisions of the Privacy Act of 1974. In accordance with the requirements of the Health Insurance Portability and Accountability Act of 1996 (HIPPA), the Contractor shall be required to enter into a Business Associate Agreement (BAA) with the Department of Veterans Affairs. (See attachment) 18. Quality The Contractor shall implement and maintain a program for performance monitoring throughout the life of the BPA. The program shall include a communication process for reporting, tracking and resolving performance issues. The quality process shall reflect standards that are usual and customary for commercial non-governmental entities. A written copy of the quality process shall be provided to the CO. 19. Invoices Invoices shall be submitted in arrears following the last day of the month in which services are rendered. One invoice should be submitted per VISN 1 Station. The invoice shall include a separate line item for each of the covered locations within that VISN 1 Station. VISN 1 Locations Covered: Station 402 - VAMC Togus VAMC TOGUS 1 VA Center Augusta, ME 04330-6796 CBOCs Lewiston / Auburn VA Clinic Bangor VA Clinic / Mental Health Center 15 Challenger Drive 35 State Hospital Drive Lewiston, ME 04240 Bangor, Me 04401 Calais VA Clinic Saco VA Clinic 50 Union St 655 Main St Calais, Me 04619 Saco, Me 04072 Lincoln Outreach Clinic Houlton Access Point Clinic 99 River Road Houlton Regional Hospital Lincoln, Me 04457 20 Hartford Street Houlton, ME 04730 Rumford VA Clinic Portland VA Clinic / Mental Health Center 431 Franklin St 144 Fore Street Rumford, Me 04276 Portland, Me 04101 Caribou VA Clinic Fort Kent Access Point Clinic 163 Van Buren Drive 3 Mountain View Drive Suite 6 Fort Kent, ME 04743 Caribou, Me 04736 Mobile Coach Location: Bingham Clinic 241 Main St. Bingham, ME 04920 Station 689 - VA Connecticut Healthcare System VAMC West Haven VAMC Newington 950 Campbell Ave 555 Willard Ave West Haven, CT 06516-2770 Newington, CT 06111-2631 CBOCs New London Willimantic 6 Shaw s Cove 1320 Main Street Suite 104 Willimantic, CT 06226 New London, CT 06320 Stamford Winsted 1275 Summer Street Winsted Health Center Suite 102 115 Spencer Street Stamford, CT  06905 Winsted, CT 06098 Waterbury Danbury 95 Scovill Street 7 Germantown Road Waterbury, CT 06706 Suite 2B Danbury, CT 06810 Station 650 - VAMC Providence VAMC Providence 830 Chalkstone Ave Providence, RI 02908-4734 CBOCs Hyannis Middletown 233 Stevens St One Corporate Place Hyannis, MA 02601 Middletown, RI 02842 New Bedford 175 Elm Street New Bedford, MA 02740 OTHER The following two VAMC Providence related locations do not have CBOCs, however Pharmacy coverage is required. (VA Choice providers are located on these islands and contact information for them will be provided by the COR subsequent to award.) Martha s Vineyard, MA Nantucket, MA 4. Station 631 - VA Central/Western Massachusetts VAMC Northampton 421 Main Street Leeds, MA 01053-9764 CBOCs Springfield Pittsfield 25 Bond Street 78 Center Street, Silvio Conte Building, 2nd Floor Springfield, MA 01104 Pittsfield, MA 01201 Worcester Fitchburg 403 Belmont Street 881 Main Street Worcester, MA 01604 Fitchburg, MA 01420 Greenfield 143 Munson Street Greenfield, MA 01301 Station 523 - VA Boston Healthcare System VAMC Brockton VAMC Jamaica Plain 940 Belmont Street 150 South Huntington Ave Brockton, MA 02301-5596 Boston, MA 02130-4817 VAMC West Roxbury 1400 VFW Parkway West Roxbury, MA 02132-4927 CBOCs Causeway Street Plymouth 251 Causeway Street 116 Long Pond Road, Suite 4 Boston, MA 02114 Plymouth, MA 02360 Lowell Quincy 130 Marshall Road 110 West Squantum Street Lowell, MA 01852 Quincy, MA 02171 Framingham 61 Lincoln Street, Suite 112 Framingham, MA 01702 Station 518 - VAMC Bedford VAMC Bedford 200 Springs Road Bedford, MA 01730-1114 CBOCs Gloucester Lynn 199 Main Street 225 Boston Road, Suite 107 Gloucester, MA 01930 Lynn, MA 01904 Haverhill 108 Merrimack Street Haverhill, MA 01830 Station 608 - VAMC Manchester VAMC Manchester 718 Smyth Road Manchester, NH 03104-7007 CBOCs Portsmouth Somersworth Pease International Tradeport 200 Route 108 302 Newmarket Street Somersworth, NH 03878 Portsmouth, NH 03803 Tilton Conway 630 West Main Street, Suite 400 71 Hobbs Street Tilton, NH 03276 Conway, NH 03818 Station 405 -VAMC White River Junction VAMC WRJ 215 North Main Street White River Junction, VT 05001-3833 CBOCs Colebrook Bennington 141 Corliss Lane 186 North Street Colebrook, NH 03576 Bennington, VT 05201 Brattleboro Burlington 71 GSP Drive 128 Lakeside Ave, Suite 260 Brattleboro, VT 05301 Burlington, VT 05401 Keene Littleton 640 Marlboro Street 264 Cottage Street Keene, NH 03431 Littleton, NH 03561 Newport Rutland 1734 Crawford Farm Street 232 West Street Newport, VT 05855 Rutland, VT 05701 (vi) The contractor shall furnish all personnel and supervision necessary to perform all required services for VISN 1. (vii) The Places of Performance are noted in the Scope of the Statement of Work. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition in addition to the following addenda s to the provision: 52.252-1, 52.216-1, 52.233-2, 852.233-70, 852.233-71, 852.252-70, and 852.270-1. (ix) Provision at 52.212-2, Evaluation -- Commercial Items, applies to this requirement. Submission of Quotes: (1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Quotes received after the due date and time shall not be considered. (2) All responses under this Combined Synopsis must be emailed to Harold.Nice@va.gov with request for quote (RFQ) # 36C24123Q0685 in the subject line. (3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 6/20/2023 at 17:30 PM EST. Questions received after this date and time may not be answered. Questions will be answered in a formal amendment to the solicitation so all interested parties can see the answers. (4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Evaluation Process: Award will be made to the best value, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process. Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:  Price (Follow these instructions): Vendor shall complete the Price Schedule in Section (v), with vendors quoted contract line item prices inserted in appropriate spaces.  Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation. Past Performance: Provide (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References must include contact information, brief description of the work completed, and contract # (if relevant).  Please utilize Attachment 2 Past Performance Worksheet for your references and please submit as part of your quote submission. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work.  The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.  Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work. Contractor shall provide a list of all services included in the price. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts if applicable. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome. (x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy. (xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2, 52.203-17, 52.204-4, 52.217-8, 52.217-9, 52.232-40, 852.203-70, 852.215-71, 852.219-10, 852.232-72, 852.237-70. Subcontracting Commitments - Monitoring and Compliance This solicitation includes VAAR 852.219-10, Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. Also, 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. 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments. 52.222-49 -- Service Contract Labor Standards -- Place of Performance Unknown. As prescribed in 22.1006(f) insert the following clause: Service Contract Labor Standards -- Place of Performance Unknown (May 2014) (a) This contract is subject to the Service Contract Labor Standards statute, and the place of performance was unknown when the solicitation was issued. In addition to places or areas identified in wage determinations, if any, attached to the solicitation, wage determinations have also been requested for the following: ________ [insert places or areas]. The Contracting Officer will request wage determinations for additional places or areas of performance if asked to do so in writing by 13:00 EST 6/20/2023. (b) Offerors who intend to perform in a place or area of performance for which a wage determination has not been attached or requested may nevertheless submit bids or proposals. However, a wage determination shall be requested and incorporated in the resultant contract retroactive to the date of contract award, and there shall be no adjustment in the contract price. (xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42 (Wage Determination Applicable, (Conn New Haven County, Wage Determination No.: 2015-4131 Revision No.: 24 05/10/2023), (Massachusetts Wage Determination No.: 2015-4047 Rev No.: 23 05/09/2023) (New Hampshire - Wage Determination No.: 2015-4019 Rev. 23, 05/11/2023) (Rhode Island - Wage Determination No.: 2015-4083, Rev. 23, 05/10/2023) (Maine - Wage Determination No.: 2015-4009, Rev 23. 05/11/2023) (WRJ - Wage Determination No.: 2015-4139 REV-23, 05/17/2023), 52.222-43, 52.222-55 (xiii) All contract requirement(s) and/or terms and conditions are stated above. (xv) RFQ responses are due 6/26/2023 at 17:30 PM EST. RFQ responses must be submitted via email to: Harold.Nice@va.gov. Hand deliveries will not be accepted. Submissions after the deadline may not be considered. (xvi) The POC of this solicitation is Harold Nice(Harold.Nice@va.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9a6c14edff5149748e6e183392836969/view)
 
Place of Performance
Address: VISN 1 Manchester VAMC, Manchester
 
Record
SN06712131-F 20230614/230612230107 (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.