Massachusetts Bids > Bid Detail

4410--On-site High-Pressure Boilers

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 44 - Furnace, Steam Plant, and Drying Equip, Nuclear Reactors
Opps ID: NBD00159814505606900
Posted Date: Dec 12, 2022
Due Date: Dec 13, 2022
Solicitation No: 36C24123Q0108
Source: https://sam.gov/opp/1c822c8f87...
Follow
4410--On-site High-Pressure Boilers
Active
Contract Opportunity
Notice ID
36C24123Q0108
Related Notice
36C24123Q0108
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 12, 2022 06:26 am EST
  • Original Date Offers Due: Dec 13, 2022 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4410 - INDUSTRIAL BOILERS
  • NAICS Code:
    • 561210 - Facilities Support Services
  • Place of Performance:
    Northhampton VA Medical Center Leeds , MA 01053
Description
Combined Synopsis-Solicitation for Commercial Items
Effective Date: 08/01/2022
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06.

This solicitation is set-aside for
SDVOSB

The associated North American Industrial Classification System (NAICS) code for this procurement is 561210 with a small business size standard of $41.5 Million. The FSC/PSC is J045.

The Contracting Activity is seeking Boiler Interior Cleaning at the Northhampton VA Medical Center located at 421 N. Main Street, Leeds, MA 01053.

All interested companies shall provide quotations for the following:

Boiler Operators
Performance Work Statement (PWS)
Temporary Operation and Process Improvement of on-site High-Pressure Boilers
VA Central Western MA HCS (STA 631)
Facility Management Services

Introduction
VA CWM is looking temporary boiler plant operators to cover for storages while permanent FTEs are sought.
BPOs shall be familiar with and trained IAW the requirements outline herein and shall also be utilized for routine maintenance, repair, and process improvement including documentation of standard work instructions where needed. Regular tasks discussed in detail below.

Scope
This contract is to operate, during certain shifts, a fully functional High Pressure (15 PSI and greater) Boiler Plant with all the associated equipment to produce and distribute high pressure steam at the Central Western MA Healthcare System. One Boiler Plant Operators (BPO) are required for this contract. Coverage to include various rotating shifts which includes days, evenings and nights as well as weekdays and weekends (to include Holidays). Contractors will be paid on an hourly rate (standard 8 hour shifts, planned 40hrs per week with 3 days off maximum in between shifts). Operators must always remain in boiler plant during their shift. Contractor s work will be confined to the Boiler Plant. Operation of the VA Boiler Plant must be in a safe manner. Boiler safety must not be compromised to maintain service (see item 9 - Reporting Emergency Operation issues below)
Tasks to be performed: (The below list represent typical tasks that may occur during each shift, but not all tasks will be completed each shift (Listed as Required (AR)).
The operator shall perform the minimum duties listed in the table below as part of their daily activities. Record or perform task at required interval - *M-Monthly, D-Daily, S - Once per shift, H-Hourly, AR - As Required
1
Overall plant operation (Logs must be taken by hand even if automatic logs or SCADA system is in place)
*H
2
Record tag number of equipment with any issues
H
3
Inlet and outlet temperature and pressure of all equipment, Condensate, DA, economizer, boiler etc.
H
4
Inlet and outlet pressure of all operating pumps
H
5
Plant temperature, outside air temperature, and exhaust gas temperature (before and after economizer if installed)
H
6
Fuel flow and firing rate for each boiler online
H
7
Steam flow to the medical center
H
8
Make up water meter totalizer and condensate return rate.
H
9
Fuel train pressures and flows for each boiler that is online
H
10
Boiler pressure and temperature
H
11
Note any leaks or system problems abnormal operating conditions etc.
H
12
Header pressure, temperature, and if branches pressure and temperature of each branch leaving the plant
H
13
Other readings as required or determined by the VA medical facility
H
14
Calculated boiler combustion efficiency
S
15
Blow down water columns
D
16
Testing and adjusting water treatment
D
17
Flame scanner
M
18
Low-water cutoff (slow drain)
M
19
Fire each boiler and the pilot on the alternate fuel for 1 hour
M
20
Auxiliary low-water cut-off (slow drain)
M
21
High-water alarm
M
22
Low-water alarm
M
23
Operation of all equipment at the highest cost-effectiveness and efficiency. This means maintaining pressures, temperatures, and fuel consumption at the minimum necessary for the proper operation of the equipment, plant, and connected loads.
S
24
Re-start boiler after a safety shut down
AR
25
Take the appropriate action when there is low water alarm on boiler
AR
26
Take the appropriate action when there is loss of water in deaerator
AR
27
Take the appropriate action when there is loss of water in condensate tank
AR
28
Take the appropriate action when there is loss of electrical power
AR
29
Take the appropriate action when there is loss of water supplied to boiler room,
AR
30
Take the appropriate action when there is a loss of water to one boiler
AR
31
Bypass water around deaerator
AR
32
Bypass water around condensate tank
AR
33
Bypass water around softener
AR
34
Perform mud drum blowdown
AR
35
Regenerate water softener (this may require filling with salt)
AR
36
Take the appropriate action when there is a CO/Combustible alarm in boiler plant
AR
37
Ability to understand and follow- standard and emergency Boiler and Boiler Plant operating procedures.
AR
38
Respond to alarms: fire, emergency generator, medical Air/Oxygen/Vacuum, etc.
AR
Performance Requirements
Additionally, the operator shall be capable of and will perform the following duties at a minimum as necessary during a shift.
a) Lighting off, warming up, placing in service, and shutting down the boilers.
b) Firing on each of the available fuels.
c) Operating all plant equipment and controls, including start-up and shutdown.
d) Gradual warm-up of hot piping system and placing them into service.
e) Maintaining water quality to protect the equipment and piping from damage.
f) Handling malfunctions and emergency situations. To include emergency or backup generator operation in the central plant.
g) Collecting and organizing the equipment and plant performance records.
h) Operation of boiler plant emergency generators within the central plant and associated electrical equipment.
i) Routine equipment maintenance.
j) Preparation of equipment for inspections.
k) Operation and testing of all safety devices and control equipment;
l) Facilitating and monitoring the receipt of fuels and supplies.
m) Monitor Metasys Systems

b. Qualifications:
1. Contract operators must have at least 5 years documented experience in operations of high-pressure boiler operations (15 PSI and greater).
2. Be able to perform:
a) Heavy work; lifting of 50 lbs. frequently and 75 lbs. occasionally.
b) Work at heights and climb ladders (Conditions of dizziness or vertigo, uncontrolled or poorly controlled insulin dependent diabetes, uncontrolled or poorly controlled seizure disorder or any condition that would interfere with alertness will be disqualifying.)

c) Work in confined spaces; (A history of claustrophobia, any physical limitation(s) interfering with agility or the ability to perform work in awkward and sustained postures such as severe progressive arthritis, or body size larger than the confined space opening will be disqualifying);
d) Work in heat over 100 degrees F;
e) Work in a noisy environment (Must be able to wear hearing protection when necessary);
f) Work involving potential hazardous exposures such as asbestos, machine parts, soot, dirt, grease, chemicals, oil, and fumes;
g) Ability to function safely while wearing a respirator - Work requiring an OSHA approved respirator and proper fit tested.
h) Standing and bending for long periods of time.
i) Ability to distinguish between audible alarms (Must not be hearing impaired).
j) Read warning signs/signals, at least 20/40 vision in worse eye with or without correction and 20/20 in the better eye with or without correction, and unimpaired depth perception; Be able to distinguish between colors Red and Green.
k) Contractor must provide medical certification that their contract operators meet the above requirements.
c. Training: At a minimum, contract operators shall take and pass VHA Safe Steamin Course 1 and 2, work with Qualified VA operator for a minimum of 3 weeks prior to standing shift alone, this time period may be more or less depending on experience, and demonstrated skills of contract operators. Operator will be deemed qualified based on completion of training and demonstration of ability to execute required tasks for the Assistant Chief Engineer. Contract operators must also take and pass any other required training for contract operators and meet the requirements of item 6 below. Contractor shall provide operators with required training completed.
d. Monitoring VA Alarm Systems: Contract operators must monitor/respond to alarms received in boiler plant from Emergency Generators, Medical Oxygen, Medical Air, Fire Alarm System, etc. and respond per VA standard operating procedures (SOP). VA SOPs will be provided after contract award.
f. Specific Personal Protective Equipment - Contractor workers must wear (provided by contractor):
Arc rated or natural fiber long pants and long sleeve shirt.
OSHA approved steel toed foot gear (work boots) - OSHA's foot protection standard 29 FR 1910.136 which requires that the American National Standard Institute (ANSI) standard for Men's Safety-Toe Footwear, Z41.1-1967 be met.
Hearing protection
Eye protection
g. OSHA Training - Contract workers must be trained by the contractor in the follow procedures as defined by:
OSHA Hazard Communication Training including Safety Data Sheets (SDS)
OSHA Lockout/tagout procedures (VA will provide training on site and equipment specific requirements)
NFPA 70E (latest edition) Standard for electrical safety in the workplace
4. Non-Functioning Safety Devices Non-functioning safety device are to be reported immediately per notification process and must be documented each shift in the daily log and must state any additional work to make the plant operate safely.
5. Complete daily logs Contract workers shall review daily logs with the operator standing shift before them, at the beginning of each shift and document any significant actions such as: any equipment failures, repairs made, operational difficulties, unusual operational conditions etc. each shift. Documentation shall include any non-functioning safety devices. Similarly, the operator shall review the same information with the operator following them on the next shift.
6. Communication - Contract workers shall Communicate VIA 2-way radio and/or telephone as defined by VA policy. Contract workers shall communicate with other VA operators prior to and after each shift to communicate the status of the plant and any operational issues.
7. VA Badge/ID - Contractor will follow VA procedures to receive a VA identification badge.
8. Contractor to provide emergency contacts Contractor will provide VA with emergency 24/7 emergency contact information to include names and telephone numbers.
9. Reporting Emergency Operation issues if any issues arises that cannot be resolved in a timely manner that will result in the loss of steam pressure or volume contract worker shall immediately contact the VA list of contacts until someone is reached, normally this is the Boiler Plant Supervisor 1st, Assistant Chief Engineer 2nd and the Chief Engineering 3rd.
10. VA Callback Procedures: Contract operator may be requested to callback VA Personnel to perform Boiler or other VA Engineering task per VA Call back procedures.
11. Notice of Shift Change: VA will give contractor 2 weeks notice prior to requesting shift change (move to another shift) unless an unplanned event occurred.
12. Facility Locations, Shift, etc. - Contractor shall provide service according to Facility Locations and Shift Information.
13. Hand Tool Set - Contractor shall supply basic hand tool set i.e. plyers, screwdrivers, wire strippers, hammer, etc.
14. Security - The contractor will be required to obtain security screenings and ID badges for employees through VA prior to the start of any work.
Contractor Responsibilities:
a. The Contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain the appropriate Background Investigation, and are able to read, write, speak and understand the English language.
b. Within 3 business days after award, the Contractor shall provide a roster of Contractor and Subcontractor employees to the COR to begin their background investigations in accordance with the PAL template artifact. The Contractor Staff Roster shall contain the Contractor s Full Name, Date of Birth, Place of Birth, individual background investigation level requirement (based upon Section 6.2 Tasks), etc. The Contractor shall submit full Social Security Numbers either within the Contractor Staff Roster or under separate cover to the COR. The Contractor Staff Roster shall be updated and provided to VA within 1 day of any changes in employee status, training certification completion status, Background Investigation level status, additions/removal of employees, etc. throughout the Period of Performance. The Contractor Staff Roster shall remain a historical document indicating all past information and the Contractor shall indicate in the Comment field, employees no longer supporting this contract. The preferred method to send the Contractor Staff Roster or Social Security Number is by encrypted e-mail. If unable to send encrypted e-mail, other methods which comply with FIPS 140-2 are to encrypt the file, use a secure fax, or use a traceable mail service.
c. Only electronic fingerprints are authorized. The Contractor shall bring their completed Security and Investigations Center (SIC) Fingerprint request form with them (see paragraph d.4. below) when getting fingerprints taken.
d. The Contractor shall ensure the following required forms are submitted to the COR within 5 days after contract award:
1) Optional Form 306
2) Self-Certification of Continuous Service
3) VA Form 0710
4) Completed SIC Fingerprint Request Form
e. The Contractor personnel shall submit all required information related to their background investigations (completion of the investigation documents (SF85, SF85P, or SF 86) utilizing the Office of Personnel Management s (OPM) Electronic Questionnaire for Investigations Processing (e-QIP) after receiving an email notification from the Security and Investigation Center (SIC).
f. The Contractor employee shall certify and release the e-QIP document, print and sign the signature pages, and send them encrypted to the COR for electronic submission to the SIC. These documents shall be submitted to the COR within 3 business days of receipt of the e-QIP notification email. (Note:
OPM is moving towards a click to sign process. If click to sign is used, the Contractor employee should notify the COR within 3 business days that documents were signed via e-QIP).
g. The Contractor shall be responsible for the actions of all personnel provided to work for VA under this contract. In the event that damages arise from work performed by Contractor provided personnel, under the auspices of this contract, the Contractor shall be responsible for all resources necessary to remedy the incident.
h. A Contractor may be granted unescorted access to VA facility and/or access to VA Information Technology resources (network and/or protected data) with a favorably adjudicated Special Agreement Check (SAC), completed training delineated in VA Handbook 6500.6 (Appendix C, Section 9), signed Contractor Rules of Behavior , and with a valid, operational PIV credential for PIV-only logical access to VA s network. A PIV card credential can be issued once your SAC has been favorably adjudicated and your background investigation has been scheduled by OPM. However, the Contractor will be responsible for the actions of the Contractor personnel they provide to perform work for VA. The investigative history for Contractor personnel working under this contract must be maintained in the database of OPM.
i. The Contractor, when notified of an unfavorably adjudicated background investigation on a Contractor employee as determined by the Government, shall withdraw the employee from consideration in working under the contract.
j. Failure to comply with the Contractor personnel security investigative requirements may result in loss of physical and/or logical access to the VA Facility and systems by Contractor and Subcontractor employees and/or termination of the contract for default.

Deliverables
Services/ Unit price for 640 hours Regular Time(Mon-Friday, 8hr shifts)
Sunday/Holiday time unit price for 32 hours.
Mandatory overtime (>8hrs or Saturday) unit price for 32 hours.
Certification and training records showing VA specific qualifications as noted herein (safe steaming, operator licensure, OSHA training etc) to be included in bid.
END OF STATEMENT OF WORK

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders May 2022

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-6, 52.219-28, 52.219-32, 52.219-6, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33

GRAY MARKET ITEMS (APR 2020)

(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

(End of clause)
All quoters shall submit the following: QUOTE

All quotes shall be sent to the Contract Specialist, Tnauri.Woodbridge@va.gov.

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.

The following are the decision factors:

price, past performance, technical, speed of delivery, items available

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS
Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.
The following provisions are incorporated into 52.212-1 as an addendum to this solicitation:
FAR 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS
North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation.
Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show-
The solicitation number;
The time specified in the solicitation for receipt of quotations;
The name, address, and telephone number of the quoter;
A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
Terms of any express warranty;
Price and any discount terms;
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 quoter shall complete electronically);
Acknowledgment of Solicitation Amendments;
Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration.
Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation.
Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing.
Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.
Late submissions
Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due.
Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15.
Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
Availability of requirements documents cited in the solicitation.
(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
470 East L Enfant Plaza, SW
Washington, DC 20407
Telephone (202) 619-8925
Facsimile (202) 619-8978
If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee.
Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
ASSIST (https://assist.dla.mil/online/start/).
Quick Search (http://quicksearch.dla.mil/).
ASSISTdocs.com (http://assistdocs.com).
Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-
Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);
Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or
Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462.
Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office.
[Reserved].
Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.
(C$END-OF-PROV)

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:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 10AM 12/13/2022 at Tnauri.Woodbridge@va.gov

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Tnauri Woodbridge
tnauri.woodbridge@va.gov
Work Phone: 203-932-5711
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >