Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

R -- Compliance Veterans Cemetery Grants Compliance Review - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Veterans Affairs;NCA Contracting Service;75 Barrett Heights Rd. Suite 309;Stafford VA 22556
 
ZIP Code
22556
 
Solicitation Number
VA78617Q0780
 
Response Due
9/18/2017
 
Archive Date
10/18/2017
 
Point of Contact
Antionette Collins-Somerville
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYSNOPSIS/SOLICITATION For VETERANS GRANTS COMPLIANCE REVIEW PROGRAM THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES AND PREPARED IN ACCORDANCE WITH THE FORMAT IN 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 SEPARATE SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. SOLICITATION VA786-17-Q-0780 IS BEING ISSUED AS A REQUEST FOR QUOTE (RFQ). THIS NOTICE AND THE INCORPORATED PROVISIONS AND CLAUSES ARE THOSE IN EFFECT THROUGH THE FEDERAL ACQUISITION REGULATIONS (FAR). ALL RESPONSIBLE SOURCES MAY SUBMIT A QUOTE. FAR clauses and provisions enclosed within this RFQ are those in effect through Federal Acquisition Circular (FAC) 2005-95 and are available in full text through Internet access at http://www.acquisition.gov/far. 1. This is a 100% set aside to Service Disabled Veteran Owned Small Business (SDVOSB), Open Market procurement. North American Industry Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services and the size standard is $15 Million. Any firm that does not meet the capability and size standard under this NAICS code should not submit a response. Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov, PRIOR TO AWARD and through final payment, and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. 2. This combined synopsis/solicitation for commercial services is in accordance with Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures. Therefore, all quotations received prior to the RFQ close date will be considered by the Contracting Office. A single award will be made to the Lowest Price Technically Acceptable (LPTA) offeror. All QUESTIONS AND QUOTES shall be submitted through the Department of Veterans Affairs - Electronic Management System (eCMS) Vendor Portal website to be considered for award. https://www.vendorportal.ecms.va.gov. ATTACHMENT B: VENDOR GUIDE IS ATTACHED TO THIS RFQ FOR YOUR INSTRUCTION. All questions must be received by no later than September 15, 2017 at 12:00pm EST to give reasonable time to respond to questions prior to close of the solicitation. No questions will be accepted after September 15, 2017 at 12:00pm EST. The solicitation closes on September 18, 2017 at 9:00AM EST. PLEASE SEE THE ATTACHED SOLICITATION DOCUMENT AND ATTACHMENTS 3. The following Provisions and Clauses apply to this procurement: a). The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The solicitation closes on September 18, 2017 at 9:00AM EST IT IS THE CONTRACTOR S RESPONSIBILITY FOR ENSURING PROPER SUBMISSION OF THEIR QUOTES IN THE VENDOR PORTAL. PROCEDURES FOR UPDATING ALREADY SUBMITTED QUOTES ARE PROVIDED IN THE VENDOR PORTAL GUIDE. Please go the VA eCMS Vendor Portal website at https://www.vendorportal.ecms.va.gov to register. Once on the webpage, proceed to the Vendor Portal Login section located on the far-left side of the webpage and click on Request a user account to register. In the event an Offeror is unable to submit their quotes through the Vendor Portal domain, prior to the deadline for submission of quotes, contact the VAAS helpdesk at 1-877-634-3739, or via email at VA.Acquisition.Systems@va.gov. Quotes transmission/successful uploads must be completed by the deadline for submission of Quotes. Offerors unable to submit their quotes through VA eCMS Vendor Portal, may submit their quotes via email, PROVIDED THE VA eCMS Vendor Portal registration requirements have been fulfilled AND Offerors have contacted the VAAS helpdesk for assistance in their quotes submission. A copy of the email correspondence with the VAAS helpdesk shall be forwarded to the Contract Specialist, Antionette Collins-Somerville, at Antionette.Collins-Somerville@va.gov as proof of email correspondence. If a request for assistance with the VAAS helpdesk proves unsuccessful in an Offeror s ability to submit a quotes prior to the closing date, via the Vendor Portal, the Offeror shall submit to the Contracting Officer correspondence that contains the date, time, and name of helpdesk representative the Offeror contacted to include the reasons why the Offeror could not submit a quotes via the Portal. The offeror shall receive approval from the contracting officer prior to submitting quotes via email. This document shall be submitted with the Offeror s quotes. In the event an Offeror has not requested submission assistance from the VAAS help desk prior to the closing date, nor has submitted correspondence that identifies reasons why the Offeror could not submit their quotes via Vendor Portal, the Offeror will be considered non-responsive and the quotes, if late, will not be accepted. Quote shall include the information listed below. Quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. The following factors will be considered when evaluating the quotes: Technical and Price. The Offeror s quote shall consist of three (3) volumes. The Volumes are I Technical& Past Performance, Volume II Price, and Volume III - Certifications & Representations. 2. RFQ FILES. Offerors quotations shall be submitted in accordance with the following instructions: a. Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quotation page limitations are not applicable to this procurement. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2" x 11" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are recommended. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY, and are not bound by the 12-point font requirement. Footnotes to text shall not be used. All proprietary information shall be clearly and properly marked. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions will not be evaluated. a. File Packaging. All of the quote files may be compressed (zipped) into one file entitled quote.zip using WinZip version 6.2 or later version or the quote files may be submitted individually. b. Content Requirements. All information shall be confined to the appropriate file. The Offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Factor File Name Page Limitations* Volume I Technical & Past Performance: (Company Name) Tech.pdf 50 Volume II Price (Company Name) Price.xls None Volume III Offer & Award Documents, Certifications & Representations (Company Name) OfrRep.pdf None A Table of Contents and/or a glossary of abbreviations or acronyms will not be included in the page count of the technical Volume. However, be advised that all information contained within any Table of Contents and/or glossary of abbreviations or acronyms submitted with an Offeror s quote will not be evaluated by the Government. VOLUME I- TECHNICAL & PAST PERFORMANCE Offerors shall propose a detailed approach that addresses the following: Corporate Resources and Ability to Effectively Manage the Performance Work Statement. Past Performance shall include three references based on the Quoter s past performance record, the Government has a reasonable expectation that the Quoter has the technical capability, by the size, scope, complexity, and results achieved in the completion of actual contracts/task orders like those expected under this contract. VOLUME II PRICE The Price Quote does not have a page limitation; however, Contractor s quotes shall provide detailed information that provides a list of price. The contractor s price quote must be separated from the technical submittal. The contractor shall propose firm fixed price. The quotes that fail to furnish the required information, or reject the terms and conditions of the RFQ may be excluded from further consideration. VOLUME III - OFFER AND AWARD DOCUMENTS AND CERTIFICATIONS/REPRESENTATIONS Certifications and Representations - An Acrobat PDF file shall be created to capture the signatures for submission. This Volume shall contain the following: Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number Point of Contact Name Telephone number E-Mail Address Acknowledgement of Amendments, if any. Any proposed exceptions to solicitation terms and conditions Offerors are hereby advised that any Offeror-imposed terms and conditions which deviate from the Government s material terms and conditions established, may render the Offeror s quote Unacceptable, and thus ineligible for award. b). The provision at 52.212-2, Evaluation -- Commercial Items. 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 and other factors considered. The following factors shall be used to evaluate offers based on (LPTA) Lowest Priced Technically Acceptable. Quotes will be evaluated for acceptability, but not ranked using non-cost/price factors. The following factors will be used to evaluate quotes: Price Technical Past Performance All quotes shall be subject to evaluation by Government personnel. The Government reserves the right to award without discussions based upon the initial evaluation of quotes. The quote will be evaluated strictly in accordance with its written content. Quotes which merely restate the requirement or state that the requirement will be met, without providing supporting rationale, are not sufficient. Award will be made to Offeror whose price for items are lowest among all quotes that were deemed to be technically acceptable. Offerors who fail to meet the technical requirements of the solicitation will be rated Unacceptable and thus, ineligible for award. 1. Price: The Government will evaluate offers by adding the total of all line item prices, including all options. The Total Evaluated Price will be that sum. 2. Technical & Past Performance: Technical: Corporate Resources: The evaluation process will consider whether the quote demonstrates a clear understanding of their corporate resources and ability to effectively manage the performance work statement. Past Performance: Quote must include three references based on the Quoter s past performance record, the Government has a reasonable expectation that the Quoter has the technical capability, by the size, scope, complexity, and results achieved in the completion of actual contracts/task orders similar to those expected under this contract. The Government may also obtain information from customers known to the Government, consumer protection organizations, and any other sources that may have useful and relevant information with regards to performance history/experience. To assist in this determination, Quoter s are required to complete the Business Management Questionnaire, please see Attachment C. A written and signed/dated, by the Contracting Officer, contract of award to the successful Offeror shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Process: A Responsibility Determination will be made in accordance with FAR 9.1 Responsible Prospective Contractors. The Government will make use of several data bases to aid in establishing a more complete picture of responsibility and ability the databases include, but are not limited to Experian, PPIRS, EPLS, VetBiz and SBA. Clauses: SBA ACT 8(D)(13)(B); DIGNITY STANDARDS ; FAR 52.212-4, Contract Terms and Conditions (Jan 2017) applies to this acquisition. Addendum to The clause at 52.212-4 Contract Terms and Conditions-Commercial Items; 52.203-99 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (Deviation) (FEB 2015); 52.216-18 Ordering (OCT 1995); 52.216-21 Requirements (OCT 1995) Alternative I (APR 1984); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.219-27 Notice of Service Disabled Veteran Owned Small Business Set Aside (NOV 2011); 52.227-14 Rights In Data-General (MAY 2014) Alternate I (DEC 2007); Supplemental Insurance Requirements; 52.232-19 Availability of Funds For The Next Fiscal Year (APR 1984); 52.237-2 Protection of Government Building, Equipment, and Vegetation (APR 1984); 52.237-3 Continuity of Services (JAN 1991); 52.242-13 Bankruptcy (JUL 1995); 52.245-2 Government Property Installation Operations Services (APR 2012); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) applies to this acquisition. Under paragraph b, the following clauses are incorporated: 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) (Jan 2017): VA HANDBOOK 6500.6 Appendix C. PROVISIONS AND CLAUSES: CLAUSES INCORPORATED BY REFERENCE: 52.252-2 Clauses Incorporated by Reference(FEB 1998); 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistle Blower Rights (APR 2014); 52.204-4, Printed or Copied Double Sided on Recycled Paper (MAY 2011); 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016); 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (DEC 2013); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 52.246-1 Contractor Inspection Requirements (APR 1984); 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996); 52.246-16 Responsibility for Supplies( APR 1984); 52.247-34, F.O.B. Destination (NOV 1991); Limitations on Subcontracting-Monitoring and Compliance (JUN 2011) http://www.acquisition.gov/far/index.html https://www.va.gov/oal/business/pps/policy.asp Solicitation Provisions: 52.203-98DEV, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements-Representation (Deviation ) (FEB 2015); 52.209-5, Certification Regarding Responsibility Matters (DEVIATION) (MAR 2012); 52.209-7, Information Regarding Responsibility Matters (JUL 2013); 52.212-1 Instructions to Offerors-Commercial Items (Jan 2017); Addendum to FAR 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2, Evaluation-Commercial Items (OCT 2014); 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017); 52.216-1 Type Of Contract (APR 1984); 52.233-2, Service of Protest (SEP 2006). PROVISIONS AND CLAUSES: SOLICITATION PROVISION INCORPORATED BY REFERENCE: 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998); 52.204-7, System for Award Management (OCT 2016); 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016); 52.204-17, Ownership Or Control Of Offeror (JUL 2016) VAAR: The VAAR Clauses applicable to this acquisition are 852.203-70, Commercial Advertising (JAN 2008; 852.219-10 VA Notice for Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) Deviation); 853.232-72 Electronic Submission Of Payment Request (NOV 2012); 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 852.237-70 Contractor Responsibilities (APR 1984); 852.270-1, Representatives of Contracting Officers (JAN 2008). Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil/ ATTACHMENT A-VA Handbook 6500.6 Appendix C ATTACHMENT B-Vendor eCMS Portal Guide ATTACHMENT C- Business Management Questionnaire ATTACHMENT D- PERFORMANCE WORKSTATEMENT ATTACHMENT E-PRICE COST/SCHEDULE WAGE DETERMINATIONS ATTACHED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCA/VANCA/VA78617Q0780/listing.html)
 
Document(s)
Attachment
 
File Name: VA786-17-Q-0780 VA786-17-Q-0780_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788827&FileName=VA786-17-Q-0780-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788827&FileName=VA786-17-Q-0780-000.docx

 
File Name: VA786-17-Q-0780 ATTACHMENT A- VA Handbook 6500.6_Appendix C.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788828&FileName=VA786-17-Q-0780-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788828&FileName=VA786-17-Q-0780-001.pdf

 
File Name: VA786-17-Q-0780 ATTACHMENT B - Vendor eCMS Portal Guide.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788829&FileName=VA786-17-Q-0780-002.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788829&FileName=VA786-17-Q-0780-002.doc

 
File Name: VA786-17-Q-0780 ATTACHMENT C Business Management Questionnaire.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788831&FileName=VA786-17-Q-0780-003.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788831&FileName=VA786-17-Q-0780-003.docx

 
File Name: VA786-17-Q-0780 ATTACHMENT D-Performance Work Statement.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788832&FileName=VA786-17-Q-0780-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788832&FileName=VA786-17-Q-0780-004.docx

 
File Name: VA786-17-Q-0780 ATTACHMENT E- Price and Cost Schedule.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788833&FileName=VA786-17-Q-0780-005.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788833&FileName=VA786-17-Q-0780-005.docx

 
File Name: VA786-17-Q-0780 Wage Determination Wisconsin.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788834&FileName=VA786-17-Q-0780-006.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788834&FileName=VA786-17-Q-0780-006.docx

 
File Name: VA786-17-Q-0780 Wage Determination Missouri.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788836&FileName=VA786-17-Q-0780-007.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788836&FileName=VA786-17-Q-0780-007.docx

 
File Name: VA786-17-Q-0780 Wage Determination Wyoming.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788837&FileName=VA786-17-Q-0780-008.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788837&FileName=VA786-17-Q-0780-008.docx

 
File Name: VA786-17-Q-0780 Wage Determination Iowa.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788838&FileName=VA786-17-Q-0780-009.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788838&FileName=VA786-17-Q-0780-009.docx

 
File Name: VA786-17-Q-0780 Wage Determination Massa.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788839&FileName=VA786-17-Q-0780-010.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788839&FileName=VA786-17-Q-0780-010.docx

 
File Name: VA786-17-Q-0780 Wage Determination South Carolina.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788840&FileName=VA786-17-Q-0780-011.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788840&FileName=VA786-17-Q-0780-011.docx

 
File Name: VA786-17-Q-0780 Wage Determination Ohio.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788841&FileName=VA786-17-Q-0780-012.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788841&FileName=VA786-17-Q-0780-012.docx

 
File Name: VA786-17-Q-0780 WD Maryland, DC, Virginia.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788842&FileName=VA786-17-Q-0780-013.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788842&FileName=VA786-17-Q-0780-013.docx

 
File Name: VA786-17-Q-0780 Wage Determination Nebraska.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788843&FileName=VA786-17-Q-0780-014.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788843&FileName=VA786-17-Q-0780-014.docx

 
File Name: VA786-17-Q-0780 Wage Determination Montana.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788844&FileName=VA786-17-Q-0780-015.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788844&FileName=VA786-17-Q-0780-015.docx

 
File Name: VA786-17-Q-0780 Wage Determination Missouri Pulaski.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788845&FileName=VA786-17-Q-0780-016.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788845&FileName=VA786-17-Q-0780-016.docx

 
File Name: VA786-17-Q-0780 Wage Determination Kansas.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788846&FileName=VA786-17-Q-0780-017.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788846&FileName=VA786-17-Q-0780-017.docx

 
File Name: VA786-17-Q-0780 Wage Determination Mississippi.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788847&FileName=VA786-17-Q-0780-018.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788847&FileName=VA786-17-Q-0780-018.docx

 
File Name: VA786-17-Q-0780 Wage Determination Guam.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788848&FileName=VA786-17-Q-0780-019.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788848&FileName=VA786-17-Q-0780-019.docx

 
File Name: VA786-17-Q-0780 Wage Determination New Jersey.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788849&FileName=VA786-17-Q-0780-020.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788849&FileName=VA786-17-Q-0780-020.docx

 
File Name: VA786-17-Q-0780 VA786-17-Q-0780.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788850&FileName=VA786-17-Q-0780-021.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3788850&FileName=VA786-17-Q-0780-021.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04673681-W 20170914/170912232533-ede2ab92ee87265c4cf021c00152ce09 (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.