Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
DOCUMENT

68 -- Bulk Liquid Oxygen (Amendment to address SOW) - Attachment

Notice Date
12/8/2016
 
Notice Type
Attachment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
VA24817Q0029
 
Response Due
12/21/2016
 
Archive Date
1/20/2017
 
Point of Contact
Nicholas Clements
 
E-Mail Address
1-5723<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
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; quotes are being requested and a written solicitation will not be issued. The Department of Veterans Affairs, North Florida / South Georgia Veterans Health System (NF/SGVHS) has a need to procure medical-grade bulk oxygen and lease tanks for Logistics Services. (ii) The combined synopsis solicitation number is VA248-17-Q-0029. It s issued as a Request for Quotation. (iii) This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular FAC 2005-92 / 11-18-2016 (iv) The combined synopsis solicitation is 100% Set-Aside for Service Disabled /Veteran Owned Small Businesses. The NAICS is 325120. Business size standard is 1000 employees. Note, Interested Service Disabled/Veteran Owned Small Business [SDVOSB] Offerors must be listed and registered in vetbiz.gov to be considered for Award. (v) This combined synopsis solicitation is for the purchase of medical grade bulk oxygen and the lease/rental of tanks for a period of a base plus 4 option years. Responses shall be on an all or none bases, no partial submission. The Government reserves the right to make no award at all. (vi) A description of the items to be acquired, and/or applicable salient characteristics/minimum Government need(s) follows: All types and quantities listed below are monthly estimates NF/SGVHS needs and may change and/or increase/ decrease in quantity and type based on need and care provided to our veterans: GAINEVILLE, FL LOCATION PROVIDE 150,000 CCF LIQUID BULK OXYGEN, (MEDICAL GRADE) 6000 GALLON AND 1500 GALLON TANK AND EQUIPMENT RENTAL WITH MAINTENANCE TO GAINESVILLE LAKE CITY, FL LOCATION PROVIDE 50,000 CCF OF BULK LIQUID OXYGEN TO THE LAKE CITY VA MEDICAL CENTER WITH MAINTENANCE TO TANKS B.6 PRICE SCHEDULE PERIOD OF PERFORMANCE: BASE (4) 1/1/2017 12/31/2017 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 RENTAL OF ONE (1) - 6,050 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 0002 RENTAL OF ONE (1) - 1,500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANKON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 0003 PROVISION OF BULK LIQUID OXYGEN FOR THE 6000 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 0004 PROVISION OF BULK LIQUID OXYGEN FOR THE 1500 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 0005 MAINTENANCE ON THE 6000 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 0006 MAINTENACE ON THE 1500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 0007 PROVISION OF BULK LIQUID OXYGEN FOR THE 3500 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 0008 PROVISION OF BULK LIQUID OXYGEN FOR THE 525 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 0009 MAINTENANCE ON 3500 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ 0010 MAINTENANCE ON 525 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ GRAND TOTAL __________________ OPTIOIN YEAR 1 (1/1/2018- 12/31/2018) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1001 RENTAL OF ONE (1) - 6,050 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 1002 RENTAL OF ONE (1) - 1,500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANKON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 1003 PROVISION OF BULK LIQUID OXYGEN FOR THE 6000 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 1004 PROVISION OF BULK LIQUID OXYGEN FOR THE 1500 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 1005 MAINTENANCE ON THE 6000 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 1006 MAINTENACE ON THE 1500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 1007 PROVISION OF BULK LIQUID OXYGEN FOR THE 3500 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 1008 PROVISION OF BULK LIQUID OXYGEN FOR THE 525 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 1009 MAINTENANCE ON 3500 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ 1010 MAINTENANCE ON 525 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ GRAND TOTAL __________________ OPTION YEAR 2 (1/1/2019- 12/31/2019) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 2001 RENTAL OF ONE (1) - 6,050 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 2002 RENTAL OF ONE (1) - 1,500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANKON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 2003 PROVISION OF BULK LIQUID OXYGEN FOR THE 6000 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 2004 PROVISION OF BULK LIQUID OXYGEN FOR THE 1500 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 2005 MAINTENANCE ON THE 6000 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 2006 MAINTENACE ON THE 1500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 2007 PROVISION OF BULK LIQUID OXYGEN FOR THE 3500 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 2008 PROVISION OF BULK LIQUID OXYGEN FOR THE 525 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 2009 MAINTENANCE ON 3500 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ 2010 MAINTENANCE ON 525 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ GRAND TOTAL __________________ OPTION YEAR 3 (1/1/2020 -12/31/2020) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 3001 RENTAL OF ONE (1) - 6,050 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 3002 RENTAL OF ONE (1) - 1,500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANKON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 3003 PROVISION OF BULK LIQUID OXYGEN FOR THE 6000 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 3004 PROVISION OF BULK LIQUID OXYGEN FOR THE 1500 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 3005 MAINTENANCE ON THE 6000 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 3006 MAINTENACE ON THE 1500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 3007 PROVISION OF BULK LIQUID OXYGEN FOR THE 3500 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 3008 PROVISION OF BULK LIQUID OXYGEN FOR THE 525 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 3009 MAINTENANCE ON 3500 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ 3010 MAINTENANCE ON 525 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ GRAND TOTAL __________________ OPTION YEAR 4 (1/1/2021- 12/31/2021) ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 4001 RENTAL OF ONE (1) - 6,050 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 4002 RENTAL OF ONE (1) - 1,500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANKON SITE OF MALCOM RANDALL VA MEDICAL CENTER AT 1601 SW ARCHER RD. GAINESVILLE, FL 32608 12.00 MO __________________ __________________ 4003 PROVISION OF BULK LIQUID OXYGEN FOR THE 6000 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 4004 PROVISION OF BULK LIQUID OXYGEN FOR THE 1500 GALLON TANK AT MALCOM RANDALL VA MEDCIAL CENTER, LOCATED AT: 1601 SW ARCHER ROAD, GAINEVILLE, FL 32608-1197, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 4005 MAINTENANCE ON THE 6000 GALLON LIQUID OXYGEN BULK STORAGE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 4006 MAINTENACE ON THE 1500 GALLON LIQUID OXYGEN BULK STORAGE RESERVE TANK, ON SITE IN GAINESVILLE VA MEDICAL CENTER 12.00 MO __________________ __________________ 4007 PROVISION OF BULK LIQUID OXYGEN FOR THE 3500 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 4008 PROVISION OF BULK LIQUID OXYGEN FOR THE 525 GALLON TANK AT THE LAKE CITY VA MEDCIAL CENTER LOCATED AT: 619 S. MARION AVENUE, LAKE CITY, FL 32025-5808, AS REQUIRED TO MAINTAIN ADEQUATE LEVELS FOR PATIENT CARE. 12.00 MO __________________ __________________ 4009 MAINTENANCE ON 3500 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ 4010 MAINTENANCE ON 525 GALLON TANK AT LAKE CITY VA MEDICAL CENTER. 12.00 MO __________________ __________________ GRAND TOTAL __________________ SUMMARY OPTION PERIOD PERIOD OF PERFORMANCE ANNUALTOTAL PRICE BASE YEAR 1/1/2017 12/31/2017 $ OPTION YEAR ONE (1) 1/1/2018 12/31/2018 $ OPTION YEAR TWO (2) 1/1/2019 12/31/2019 $ OPTION YEAR THREE (3) 1/1/2020 12/31/2020 $ OPTION YEAR FOUR(4) 1/1/2021 12/31/2021 $ 5-YR CONTRACT PRICE $ *(Please refer to the attached Statement of Work (SOW) and pricing schedule)* (vii) The supplies/equipment is to be delivered on January 1, 2017 at the expense of the offeror, FOB destination to Malcom Randal VAMC & other NF/SG locations as deemed necessary. (viii) Provision 52.212-1, Instructions to Offerors Commercial (Oct 2015), applies to this acquisition. Addendum to FAR 52.212-1 Instructions to Offerors Commercial Items: Offerors are to e-mail complete quotes/proposals to NICHOLAS.CLEMENTS@VA.GOV no later than 1 PM EST on 19 December, 2016. All provisions and clauses applicable to this solicitation can be viewed in full text using the following web addresses: http://www.acquisition.gov/far/index.html and http://www.va.gov/oal/library/vaar/ Note, unless exempt per Federal Acquisition Regulation [FAR] Part 4.11, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award against this solicitation. SAM combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA) systems. For information please review the SAM website at https://www.sam.gov. A Data Universal Numbering System (DUNS) number is utilized for registration. To register go to https://www.acquisition.gov. (ix) Provision 52.212-2, Evaluation Commercial Items (OCT 2014), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price considered. The following factors shall be used to evaluate offers: *Contractor shall be fully licensed and accredited to provide medical oxygen services in the state of Florida, also maintain licensing and certifications during the lifetime of the contract. Evaluation of price will be made on the total proposed price and must also be determined to be fair and reasonable. See Submission of Offers and Basis of Award below for details. BASIS FOR AWARD LOWEST PRICE, TECHNICALLY ACCEPTABLE The Government will award one contract to the responsible offeror who submits the lowest priced, technically acceptable offer conforming to the requirements of this solicitation and meeting all evaluation factors. Each offer will be rated as either acceptable or unacceptable for each evaluation factor listed below. All factors must be rated as acceptable in order for the offer to be evaluated further for price. If any factor is determined to be unacceptable, the entire offer will not be considered further for award. Information not contained in an offeror s proposal will not be considered during the evaluation. The Government intends to make award selection without discussions, but may determine after evaluating proposals submitted that discussions are necessary and conduct them as appropriate. The Government reserves the right to make no award if no offers meet the requirements of this solicitation. (x) 52.212-3 Offeror Representations and Certifications Commercial items (MAY 2014) applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html (xi) Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) Clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (APR 2015) applies to this acquisition. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). [] (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(41 U.S.C. 3509). [] (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) [x] (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). [] (5) [Reserved] [] (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [] (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). [X] (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). [] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). [] (10) [Reserved] [] (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). [] (ii) Alternate I (NOV 2011) of 52.219-3. [] (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). [] (ii) Alternate I (JAN 2011) of 52.219-4. [] (13) [Reserved] [] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). [] (ii) Alternate I (NOV 2011). [] (iii) Alternate II (NOV 2011). [] (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). [] (ii) Alternate I (Oct 1995) of 52.219-7. [] (iii) Alternate II (Mar 2004) of 52.219-7. [] (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). [] (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). [] (ii) Alternate I (Oct 2001) of 52.219-9. [] (iii) Alternate II (Oct 2001) of 52.219-9. [] (iv) Alternate III (OCT 2014) of 52.219-9. [] (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). [] (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). [] (20) 52.219-16, Liquidated Damages Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). [X] (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). [X] (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). [] (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). [] (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). [X] (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). [X] (26) 52.222-19, Child Labor Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). [X] (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [X] (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). [X] (29) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). [X] (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). [] (31) 52.222-37, Employment Reports on Veterans (JUL 2014) (38 U.S.C. 4212). [] (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). [X] (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). [] (ii) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). [] (34) 52.222-54, Employment Eligibility Verification (AUG 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) [] (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C.6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [] (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) [X] (36)(i) 52.223-13, Acquisition of EPEAT ®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-13. [] (37)(i) 52.223-14, Acquisition of EPEAT ®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-14. [] (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b). [] (39)(i) 52.223-16, Acquisition of EPEAT ®-Registered Personal Computer Products (JUN 2014) (E.O.s 13423 and 13514). [] (ii) Alternate I (JUN 2014) of 52.223-16. [X] (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) [X] (41) 52.225-1, Buy American Supplies (MAY 2014) (41 U.S.C. chapter 83). [] (42)(i) 52.225-3, Buy American Free Trade Agreements Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. [] (ii) Alternate I (MAY 2014) of 52.225-3. [] (iii) Alternate II (MAY 2014) of 52.225-3. [] (iv) Alternate III (MAY 2014) of 52.225-3. [] (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). [X] (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). [] (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). [] (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). [] (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). [] (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [] (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). [X] (50) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). [X] (51) 52.232-34, Payment by Electronic Funds Transfer Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). [] (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). [] (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). [] (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). [] (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [] (1) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). [] (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). [] (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). [] (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). [] (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services Requirements (MAY 2014) (41 U.S.C. chapter 67). [] (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2014) (Executive Order 13658). [] (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). [] (10) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) (31 U.S.C. 5112(p)(1)). (End of Clause) (xiii) Statement regarding any Additional Provisions and Clauses, or other terms and conditions important to the requirement/procurement process consistent with commercial practices: Provisions in full text: 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from January 1, 2017 through expiration date of December 31, 2021. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of Clause) 52.216-19 ORDER LIMITATIONS (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 25,000 ccf, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor (1) Any order for a single item in excess of; 150,000 ccf (2) Any order for a combination of items in excess of 200,000 ccf; or (3) A series of orders from the same ordering office within 1 days that together call for quantities exceeding the limitation in paragraph (b) (1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of Clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed three (3) years. (End of Clause) 52.225-18 Place of Manufacture (MAR 2015). (a) Definitions. As used in this clause Manufactured end product means any end product in product and service codes (PSCs) 1000-9999, except (1) FPSC 5510, Lumber and Related Basic Wood Materials; (2) Product or Service Group (PSG) 87, Agricultural Supplies; (3) PSG 88, Live Animals; (4) PSG 89, Subsistence; (5) PSC 9410, Crude Grades of Plant Materials; (6) PSC 9430, Miscellaneous Crude Animal Products, Inedible; (7) PSC 9440, Miscellaneous Crude Agricultural and Forestry Products; (8) PSC 9610, Ores; (9) PSC 9620, Minerals, Natural and Synthetic; and (10) PSC 9630, Additive Metal Materials. Place of manufacture means the place where an end product is assembled out of components, or otherwise made or processed from raw materials into the finished product that is to be provided to the Government. If a product is disassembled and reassembled, the place of reassembly is not the place of manufacture. (b) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) [] In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) [] Outside the United States. (End of provision) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of provision) 852.252-70   Solicitation provisions or clauses incorporated by reference (JAN 2008). The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer.   Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference.   Copies may also be obtained from the contracting officer. (End of provision) Provisions incorporated by reference are: 52.203-11 Certification and Disclosure regarding payments to Influence certain Federal Transactions (SEP 2007); 52.204-7 System for award management (JUL 2013) 52.204-17 Ownership or Control of Offeror (NOV 2014) 52.212-1 Instructions to Offerors Commercial Items (APR 2014); 52.225-25 Prohibition on Contracting with entities engaging in certain activities or transactions relating to Iran Representation and Certification (DEC 2012) Clauses in Full Text: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ (End of clause) Clauses Incorporated by Reference: 52.204-13 System for Award Management Maintenance (JUL 2013) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2015) 52.222-20 Contracts for materials, supplies, articles, and equipment exceeding $15,000.00 (MAY 2014); 52.232-1 Payments (APR 1984); 52.232-8 Discounts for prompt payment (FEB 2002); 52.243-1 Changes Fixed Price (AUG 1987); 852.203-70 Commercial Advertising (JAN 2008); 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008); 852.246-71 Inspection (JAN 2008) (xiv) DPAS is N/A (xv) The RFQ is due on December 21st 2016 @ 1:00pm EST by e-mail at nicholas.clements@va.gov. Offers received after the exact time specified in the solicitation are considered late and may be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. (xvi) For further information contact Nicholas Clements by phone at 352-381-5723 Contracting Office Address: 301 E. University Ave, Suite #170, Gainesville, FL 32601 Point of Contact(s): Nicholas Clements / nicholas.clements@va.gov Contracting Officer: Nicholas Clements INSTRUCTIONS, CONDITIONS AND OTHER STATEMENTS TO BIDDERS/OFFERORS INSTRUCTIONS FOR QUOTE SUBMISSION QUOTATION PREPARATION INSTRUCTIONS NOTE: ALL QUOTATION PREPARATION COST WILL BE THE SOLE RESPONSIBILITY OF THE OFFEROR. THE GOVERNMENT WILL NOT REIMBURSE ANY FIRM FOR THEIR QUOTATION PREPARATION COST. QUOTATION FORMAT AND CONTENT: This section of the RFQ provides general guidance for preparing as well as specific instructions on the format of the quotation. The quotation shall consist of three (3) physically separate and detachable parts as follows: Part I Technical Capability Part II Past Performance/Schedule Part III Price Quotation Emailed Quotes are accepted and can be sent to Nicholas.Clements@va.gov, Faxes will not be accepted. Part I- TECHNICAL PROPOSAL Submit technical proposal in a format which clearly addresses the evaluation factors. This section is limited to 40 pages (max) single spaced with a font size no less than 12. Part II- PAST PERFORMANCE INFORMATION- See Evaluation Criteria Part III- PRICE QUOTATION (a) Price Schedule Insert proposed pricing into Section B; pricing must be provided for all line items. (See solicitation attachment) (b) Pricing as revised, shall remain valid for a minimum of 60 days. (c) Acknowledge any and all amendments. The following contracting officers are authorized to negotiate under the resulting order. Nicholas Clements Phone: 352-381-5723 Email: Nicholas.Clements@va.gov QUOTATION EVALUATION CRITERIA PART 1 - GENERAL INFORMATION 1.1 This is a competitive Request for Quotation (RFQ) conducted under FAR Part 13, Lowest Price Technically Acceptable (LPTA) process. Award will be made on the basis of LPTA. PART 2 TECHNICAL EVALUATION FACTOR-1 TECHNICAL CAPABILITY All quotes must meet or exceed the salient features and characteristics of the technical information provided in the statement of work and at minimum the following salient feature characteristics: FACTOR-2 PAST-PERFORMANCE Offerors shall identify any federal, state, local government private contract of similar type, scope, size and complexity that are ongoing, or have been completed within the past five (5) years. Include information that evidences customer satisfaction with offerors service and demonstrates offerors compliance with and fulfillment of the requirements of previous contracts. Reference with points of contacts and telephone numbers must be identified. When addressing past performance evaluation criteria set forth in this solicitation, the offeror shall provide recent and relevant information regarding the offeror s actions under previously awarded contracts. Relevant past performance consists of experience with Bulk Oxygen and Tanks within the past five (5) years, will be considered relevant past performance. The offeror shall forward a copy of the past performance questionnaire to a minimum of three (3) but not to exceed five (5) of their most recent references, for whom the offeror has completed recent and relevant similar projects with the Federal, State, and Local Government during the past five (5) years. If the offeror does not have Government references, the offeror shall provide references from private industry sources that are not prohibited from providing information to the Government. The questionnaires must be forwarded to a verified point of contact at each of those agencies or business organizations for completion. Offerors are responsible for ensuring that their reference sources receive the questionnaires in time to complete and return the questionnaire to the Contracting Officer not later than the quote due date but may be submitted prior to the quote due date. Late receipt of past performance questionnaires may be considered at the discretion of the Contracting Officer. 1. Past performance and experience with government contracts in suppling Bulk Oxygen for VA clinics, with knowledge and experience with VA Contracts. a). Provide up to three (3) commercial or (3) government (Fed/State/Local) or combination commercial and government references for completed bulk oxygen contracts, where your company was the general contractor. Include; b) Contract name, b) Contract Number, c) Location, d) Award amount, e) final Dollar Value at completion of contract f) period of performance g) Start and completion dates, and h) Point of Contact including, name, address, phone number of contracting officer. The Government will consider this information as well as information obtained from any other sources, when evaluating the Offeror s past performance. FACTOR 3-PRICE Offerors shall provide commercial pricing as requested in the Schedule of Supplies/Service, including favored customer discounts per FAR 13.103. PAST AND PRESENT PERFORMANCE SURVEY PAST AND PRESENT PERFORMANCE SURVEY FOR OFFICIAL USE ONLY (When filled in) Note: If information is inaccurate, please correct. Please complete a separate evaluation form for each relevant contract. A. GENERAL INFORMATION: Contractor's Name: Address: Point of Contact: Telephone Number: Project Title and Brief Description of Work: Contract Number provided by Offeror: Contract Period or Dates of Performance Provided by Offeror: Contractor acted as the ( ) prime contractor or the ( ) sub-contractor. B. RESPONDENT INFORMATION: Name of respondent: Title: Address: Telephone number: FAX number: Email address: C. PERFORMANCE INFORMATION Choose the category below that most accurately describes the contractor s perform ance or situation. Please provide a narrative explanation for any rating of Exceptional, Marginal, or Unsatisfactory. EXCEPTIONAL: Performance met all contract requirements and exceeded many. Prob lems, if any, were negligible, and were resolved in a timely, highly effective manner. Essentially no doubt exists that the offeror will successfully perform the required effort. VERY GOOD: Performance met all contract requirements and exceeded some. There were a few minor problems, which the contractor resolved in a timely, effective manner. Little doubt exists that the offeror will successfully perform the required effort. SATISFACTORY: Performance met contract requirements. There were some minor prob lems and the contractor s corrective actions were satisfactory. Some doubt exists that the offeror will successfully perform the required effort. NEUTRAL: No record of performance or the record is inconclusive. (See FAR 15.305 (a) (2) (iii) and (iv). MARGINAL: Performance did not meet some contractual requirements. There were prob lems, some of a serious nature, for which corrective action was only marginally effective. Substantial doubt exists that the offeror will successfully perform the required effort. UNSATISFACTORY: Performance did not meet most contractual requirements. There were serious problems and the contractor s corrective actions were ineffective. Extreme doubt exists that the offeror will successfully perform the required effort. 1. MANAGEMENT EFFECTIVENESS a. Contractor provided experienced managers and supervisors with technical and administrative abilities to meet contract requirements E V S N M U b. Contractor maintained appropriate staffing levels (number/ Qualifications). Please comment if workload varied. E V S N M U c. Contractor maintained records/reported data E V S N M U d. Contractor s overall management effectiveness E V S N M U 2. QUALITY OF SERVICE AND WORKMANSHIP a. Contractor maintained acceptable standards of workmanship E V S N M U b. Contractor provided acceptable-quality materials E V S N M U c. Contractor s overall quality of service E V S N M U 3. TIMELINESS/ADHERENCE TO SCHEDULES a. Contractor completed scheduled tasks within stated time frames E V S N M U b. Contractor was proactive in keeping you informed of schedule changes if they were going to occur E V S N M U c. Overall contractor timeliness E V S N M U 4. QUALITY CONTROL a. Contractor adhered to its quality control plan E V S N M U b. Contractor s quality control resulted in little/no work on your part to achieve acceptable service (i.e.-few failed inspections) E V S N M U c. Contractor documented its quality control checks/corrective actions E V S N M U d. Contractor s overall quality control E V S N M U 5. CUSTOMER SATISFACTION a. Contractor maintained a professional working relationship E V S N M U b. Contractor was reasonable and cooperative in resolving customer complaints E V S N M U c. Contractor was flexible in responding to customer requirements E V S N M U d. Overall customer satisfaction E V S N M U 6. If past performance information is from a government contract, did the contractor receive any Contract Discrepancy Reports, Letters of Concern, or Cure Notices? ____________________ If yes, please describe: ___________________________________________________________________________________________________________ ___________________________________________________________________________________________________________ 7. If given the opportunity, would you award another contract to this contractor? ____________________________ Please explain._____________________________________________________________________________ 8. Additional Comments: _________________________________________________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/VA24817Q0029/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-17-Q-0029 VA248-17-Q-0029_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151643&FileName=VA248-17-Q-0029-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151643&FileName=VA248-17-Q-0029-003.docx

 
File Name: VA248-17-Q-0029 SOW - Bulk Oxygen (FY17-Final).doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151644&FileName=VA248-17-Q-0029-004.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3151644&FileName=VA248-17-Q-0029-004.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veteran Affairs;North Florida/South Gerogia VAMC;1601 S.W. Archer Rd;Gainesville
Zip Code: 32608
 
Record
SN04346484-W 20161210/161208233940-3fae4819acb1ea23cffa4ca2037da34f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.