The RFP Database
New business relationships start here

ACTIVATION - Cellular Distribution Antenna System (DAS) expansion - Rocky Mountain Regional Veterans Affairs Medical Center (RMRVAMC) - 554


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation, 36C25919R0189, is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06, effective September 10, 2019. No telephone requests will be accepted. Only written requests received directly from the offeror are acceptable. The associated North American Industry Classification System (NAICS) code for this procurement is 517919, with a small business size standard of $35 million. IF OFFEROR IS A GSA SCHEDULE HOLDER, ALL INFORMATION REQUESTED IN THIS NOTICE MUST BE PROVIDED, NOT JUST THE OFFEROR S SCHEDULE NUMBER. This solicitation is set-side for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs).
The following is a list of the contract line item numbers, quantities and units of measure. The resulting contract will be effective for a base period of one year from the date of award.

BASE YEAR: September 30, 2019 through September 29, 2020.
CLIN
DESCRIPTION
UNIT
QUANTITY
UNIT
COST
TOTAL
COST
0001
Design Services
JOB
1
$__________
$__________
0002
RF and Civil Design

JOB
1
$__________
$__________
0003
WSP Carrier Coordination
JOB
1
$__________
$__________
0004
Conduit / Vertical Pathways
JOB
1
$__________
$__________
0005
System Commissioning and Testing
JOB
1
$__________
$__________
0006
Warranty
YEAR
1
$__________
$__________
0007
System Implementation / Project Management
JOB
1
$__________
$__________
0008
A&E Services
JOB
1
$__________
$__________

0009
DAS Installation and Testing
JOB
1
$__________
$__________

0010
Passive System Install
JOB
1
$__________
$__________

0011
System Labeling
JOB
1
$__________
$__________

0012
Submittals / System Documentation
JOB
1
$__________
$__________


TOTAL COST ALL ITEMS: $__________________________________




STATEMENT OF WORK: CELLULAR DISTRIBUTED
ANTENNA SYSTEM (DAS) EXPANSION

The contractor shall provide project management, labor and parts to expand the wireless service provider interreach spectrum distribution antenna system (DAS) into the parking garages for the Department of Veterans Affairs (VA) Rocky Mountain Regional VA Medical Center (RMRVAMC) located at 1700 N. Wheeling Street, Aurora, CO 80045.


SPECIFIC SERVICE FOR:

Design and Performance
The goal of this project is to expand cellular DAS coverage into the parking visitor south (PVS), Parking Visitor North (PVN), and Parking Staff North (PSN). Coverage levels will be -85dBM Reference Signal Received Power (RSRP) Long Term Evolution (LTE), -93 Received Signal Strength Indicator (RSSI) (paging), with over 95% of floor coverage in the area. The predicted signal levels are determined by the results of modeling the site in iBwave which is the standard in building RF Planning tool. Subsequent tuning of the model will be completed through CW test verification.

The system will be expanded by remotes groups being added to existing zones. The proposed system is expected to consist of 5 remote groups (1 in PVS, 2 in PVN, PSN). The configuration of the remotes will be finalized with the wireless service providers (WSP), and the power sharing allocations will be the same as in the original designed. VA will provide the original power allocations. The original design will be provided. WSP include Verizon, AT&T, T-Mobile, and Spirit.

RF and Civil Design
Design will be based of the iBwave documents of the original construction of the hospital.
The model will account for all the radiofrequency (RF) properties of the materials utilized to construct the walls and floors.
The VA will be providing any Building Information Modeling (BIM) model (REVIT) for the current system.

WSP Carrier Coordination
Contractor shall have preliminarily discussion with WSPs and will provide expansion design and coordinate and discuss as necessary.
A formal submission will be made with WSP once the project is initiated, and subsequent reviewed will be supported.

Fiber Optic
Fiber backbone with 2 strands to each remote location and angled polish connectors (APC) terminations will be provided by the VA.

Conduit/Vertical Pathways
Passive distribution network requires coax between remotes and the antenna location.
Pathways are for 1 B< EMT for B= coax runs, 2 EMT for 7/8th or multiple B= runs where not subject vehicular impact.
GRC conduit will be installed when required, typically during vertical runs.
The existing trapeze supports shall be used when possible.
New single conduit brackets supported by drop-in anchors shall be installed when needed.
Set-screws couplers are needed to connect conduit pathways.
Spillers and other passive components must be in NEMA 1 boxes when outside telecom rooms.
Vertical runs pathways will need to be near corners of the structures near existing riser banks when possible.
New concrete cores will need to be drilled when existing knockouts/cores can t be used.
New core locations will need to be scanned utilizing GPR and all embedment s located to avoid damage.
All new concrete cores locations must be submitted to the VA staff for review.
GPR must be used to avoid damage and embedment greater than 1 will need to be scanned via GPR.

System Commissioning and Testing:
All system commissioning and testing plan shall be submitted to the VA prior to testing and commissioning.
Minimum downtime of the current WSP DAS is required since it currently is a working system, although VA does recognize that there will be minor disruption when the new remotes are integrated into the system.
DAS commissioning will occur when all the new remotes are integrated and configured.
Testing shall include up-link, down-link path continuity, gain settings, noise figure, and RF signal level validation.
No testing will be required in areas already commissioning and operational since no changes to the existing system shall occur without approval from the VA.
To validate the quality of installation and RF performance of the passive network, tests will be completed. Tests and commissioning with WSP will include: segments of sweep testing, system sweep, and system passive intermodulation (PIM) to load testing.
All test results will be submitted for review.

Submittals / System Documentation:
iBwave design will be the record for the system.
All civil design documents showing pathways and mounting locations will be provided for review.
System As-Builts will be provided for inclusion into the facility BIM model.
Any updated revision components documentation will need to be submitted for augmentation to the existing O&M Manual.

Warranty
1-year warranty on all workmanship
Any component/materials covered under factory warranty will be managed by contract for 1 year.
Any components/materials will fall under factory warranty.

Responsibilities of the contractor
Professional Services:
Coordination of submittal package and compliance documentation.
Coordination with WSPs.
System Implementation/Project Management
Onsite team to work with all trades to identify antenna locations and cable routing.
Provide technical support for DAS system installation.
Provide quality assurance of system installation.
Labeling of components.

Design Services
Provide solid design for WSP DAS system expansion
Utilize tuned iBwave model
Include Verizon, AT&T, T-Mobile, and Sprint
Provide RF design packages for review
RF overview
RF plumbing diagram
Power allocation matrix per carrier
RF propagation reports
Active DAS components Bill of Materials
Passive DAS_RF Bill of Materials
Ancillary Equipment Bill of Materials
RF Design to Identify
Antenna locations and labels
Passive locations and labels
Cable pathways, lengths and labels,
System remote amplifier units locations and labels
Overall DAS system architecture

A&E Services
Development of installation designs for RAU locations
Coordination for design submittals, as-builts, and BIM model needed to installation
System As-Builts

DAS Commissioning and Testing
All commissioning and testing plans shall be provided to the VA prior to commissioning and testing.
System RF Testing (PIM testing and RF sweep testing)
Greenlighting of DAS
Turn-up, commission and test system per RF testing plan
Post-processing and report submittal
Analysis of test results and data

DAS Installation and Testing:
TR Equipment Installation
Equipment of backboard in TRs
TR room remote amplifier units
Connection to the AC Power
Grounding to existing or installing a new CO Buss bar
Hybrid combiner
Installation, termination, and testing of the RF path between the RAU and coupler
Installation of fiber between RAU and FTP
Passive System Install
Conduit pathways
Coax and connectors
Passive enclosures
Passive components
Antennas
System Labeling

Project Close out and Deliverables
Pose processing and submittal of DAS commissioning workbook
Post processing and submittal of RF test results

2.0 HOURS OF COVERAGE

2.1 Normal hours of coverage are Monday through Friday from 8:00 a.m. to 5:00 p.m., excluding the federal holidays listed as follows:

Federal Holidays:

New Year s Day Dr. Martin Luther King Jr. s Birthday Presidents Day
Memorial Day Independence Day Labor Day
Columbus Day Veterans Day Thanksgiving Day
Christmas Day

And any other day specifically declared a National Holiday by the President of the United States.

2.2 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the preceding Friday is observed as a holiday by US Government Agencies.

2.3 If work outside of normal business hours is required, the contractor will work with the VA on scheduling time and date.

3.0 DOCUMENTATION/REPORTS

3.1 The documentation shall include detailed descriptions of tests and commissioning performed, including any changes made for optimization. Each technician or representative must, at a minimum, document the following data legibly and in complete detail:

Name of contractor and contract number

Name of technician who performed services

Contractor service job number/log number

Date, time (starting and ending), equipment downtime and hours on-site for
service call.

VA purchase order number(s) covering the call if outside normal working hours.

Description of tests).

Itemized Description of Service Performed (including, if applicable, costs
associated with after normal working hour services) including:

Labor and Travel,
Parts (with part numbers),
Materials and Circuit Location of problem/corrective action.
Total Cost to be billed (if applicable - i.e., part(s) not covered, or service rendered
after normal hours of coverage).

Signatures:

Technicians performing services described.
Authorized VA Employee who witnessed service described.

NOTE: - Any additional charges claimed must be approved by the COR or CO before service is completed

4. ONSITE ARRIVAL
4.1 The Contractor shall log in with Biomedical Engineering Section and/or VA Police and/or designee prior to performing any services. When the service is completed, the project manager/technician shall document services rendered on a legible ESR(s). The technician/engineer shall log out with the Biomedical Engineering Section/VA Police and/or designee and submit the ESR(s). All ESRs shall be submitted to the equipment user for an acceptance signature and then to the POC for an authorization signature . If the POC is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR).

4.2 Any contractor who is a smoker, will follow the VA policy for smoking and only smoke in designated areas on the VA campus. Please note: VA will become a smoke free campus in October 2019.

4.3 VA recognizes that work will occur in the garage and the contract may need to block certain parking spots. VA will coordinate with the contract for the space that is required.


5.0 ADDITIONAL CHARGES

5.1 There will be no additional charge for time spent at the site (during or after the normal coverage areas) awaiting the arrival of additional technician and/or delivery of parts

6.0 REPORTING REQUIRED SERVICES BEYOND SERVICE SCOPE

6.1 The contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the COR or POC, in writing, of the existence or development of any defects in, or repairs required. The contractor shall furnish the Government with a written estimate of the cost to make the necessary repairs.

7.0 COMPETENCY AND CERTIFICATION OF PERSONNEL SERVICING EQUIPMENT

7.1 Each respondent must have an established business, with an office and full-time staff. The staff shall include a fully qualified technicians and/or electricians, and/or other certified field service engineers and engineers.

7.2 Fully Qualified is based on successful completion of training and experience in the field. For training, the service provides shall have successfully completed a formalized training program for the equipment identified in the schedule.

7.3 The staff shall be authorized by the contractor to perform the services. All work shall be performed by fully qualified competent staff. The contractor shall provide copies of all certificates for staff if necessary. When deemed appropriate, the COR or Contracting Office Representative reserve the right to prohibit contractor personnel from working on VAMC equipment.

7.4 Any electrician and/or certified engineer shall provide licenses upon request of the VA.

8.0 CONTRACTOR TEST EQUIPMENT

8.1 The contractor shall ensure all contractor supplied test equipment is properly calibrated, and certified. If requested by the COR or POC, the contract shall be able to supply any certificates tied to the quality of the test equipment. Test equipment calibration shall be traceable to a national standard or NIST.


The provision at FAR 52.212-1, INSTRUCTION TO OFFERORS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition with the following addendum:
FAR 52.204-7, System for Award Management (OCT 2018);
FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016);
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019);
FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018);
FAR 52.216-1, Type of Contract (APR 1984): The government anticipates the awarding of a single firm-fixed price definitized contract to fulfill this requirement.
FAR 52.233-2, Service of Protest (SEP 2006);
VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018);
VAAR 852.233-71, Alternative Protest Procedure (OCT 2018);
FAR 52.237-1, Site Visit (APR 1984) and

THE SITE VISIT FOR THIS REQUIREMENT IS SCHEDULED FOR THURSDAY, SEPTEMBER 19, 2019 AT 10:00 AM. ANYONE PLANNING TO ATTEND SHALL SUBMIT AN EMAIL TO THE CONTRACTING OFFICER(S) WITH THE COMPANY NAME AND NAME OF INDIVIDUAL REPRESENTING THE COMPANY AT THE SITE VISIT, AND A TELEPHONE NUMBER.

The information listed below shall be included in each proposal, or the proposal may be determined non-responsive and eliminated from further consideration.

(1) One completed cover letter with original signature, including acknowledgement of any solicitation amendments issued by the Government. Amendments may also be acknowledged by a signed statement identifying each amendment by number and acknowledging they were included in the preparation of the proposal.

(2) One completed Price Schedule proposed prices for each contract line item as appropriate. Any apparent discrepancies in extended amounts will be clarified. Offerors shall also submit a price/cost breakdown to include labor hours if applicable.

(3) A detailed technical proposal demonstrating offerors capability to perform the tasks as identified in the statement of work.

(4) References must be provided for at least two (2) recent (within the last five years) and relevant contracts of similar size and scope to this solicitation, and that demonstrate the ability of the offeror s current organization to perform the required services. Please submit references with proposal.


The provision at FAR 52.212-2, EVALUATION -- COMMERCIAL ITEMS (OCT 2014), applies to this acquisition.

(a) 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:

Technical: The offeror shall be evaluated on its ability, as demonstrated in its proposal, to successfully perform all the requirements listed in the Statement of Work (SOW). The proposal shall include recent and relevant experience of similar size and scope as this requirement.

Past Performance: The offeror shall provide three references of organizations in which the same or similar type of services have been provided. References shall include a point of contact, position title of point of contact, organization name, telephone number, mailing address and email address.

3. Price: Offeror s price shall be evaluated to determine if its fair and reasonable. Offerors shall submit a price/cost breakdown to include hourly rates of all employees who will be involved in the complete of this project.

4. Service-Disabled Veteran-Owned Small Business (SDVOSB): The offeror shall be certified, verified and have an active registration in the Vendor Information Pages (https://www.vip.vetbiz.va.gov/).

Technical and past performance when combined are significantly more important than price. Offers will be evaluated to determine which offer provides the best value to the Government, all factors considered.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, 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 or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)

A completed copy of the provision at FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2018), shall be submitted with the offer.

The clause at FAR 52.212-4 CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (OCT 2018), applies to this acquisition, with the following addendum:

FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014);
FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011);
FAR 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011)
FAR 52.204-13, System for Award Management Maintenance (OCT 2018)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (JUL 2016)
FAR 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 6B months. The Contracting Officer may exercise the option by written notice to the Contractor within sixty (30) days of the expiration date of the current contract period. For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows:
The evaluation will consider the possibility that the option can be exercised at any time, and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract.B The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised.B The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other, and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise.B This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. The `specified' rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. (End of clause)

FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997)
CL-120, Supplemental Insurance Requirements, In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract:
(a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers.
(b) General Liability: $500,000.00 per occurrences.
(c) Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage.
(d) The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage.
(End of Clause)

FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013);
FAR 52.237-2, Protection of government Buildings, Equipment, and Vegetation (APR 1984);
FAR 52.237-3, Continuity of Services (JAN 1991);
VAAR 852.203-70, Commercial Advertising (MAY 2008);
VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2019) (DEVIATION);

VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance (JUL 2018)
(a) This solicitation includes VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.

(b) Accordingly, this contract is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement.

(c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs.

(d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. (End of clause)


VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018);
VAAR 852.237-70 Contractor Responsibilities (APR 1984) The contractor shall obtain all necessary licenses and/or permits required to perform this work. He/she shall take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract. He/ she shall be responsible for any injury to himself/herself, his/her employees, as well as for any damage to personal or public property that occurs during the performance of this contract that is caused by his/her employees fault or negligence, and shall maintain personal liability and property damage insurance having coverage for a limit as required by the laws of the State of COLORADO. Further, it is agreed that any negligence of the Government, its officers, agents, servants and employees, shall not be the responsibility of the contractor hereunder with the regard to any claims, loss, damage, injury, and liability resulting there from. (End of Clause) and

VAAR, 852.270-1 Representatives of Contracting Officers (JAN 2008).

The clause at FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (AUG 2019) applies to this acquisition including the following clauses:

FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006);
FAR 52.204-10 Reporting Executive Compensation & First Tier Subcontract Awards (OCT 2018);
FAR 52.204-14, Service Contract Reporting Requirements (OCT 2016);
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019);
FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015);
FAR 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matter (OCT 2018);
FAR 52.219-8, Utilization of Small Business Concerns (OCT 2018);
FAR 52.219-14, Limitations on Subcontracting (JAN 2017);
FAR 52.219-28, Post-Award Small Business Program Rerepresentation (JUL 2013)
FAR 52.222-3, Convict Labor (JUNE 2003);
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015);
FAR 52.222-26, Equal Opportunity (SEP 2016);
FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015);
FAR 52.222-36, Affirmative Action for Workers with Disabilities (JULY 2014);
FAR 52.222-37, Employment Reports for Veterans (FEB 2016);
FAR 52.222-40, Notice of Employees Rights Under the National Labor Relations Act (DEC 2010);
FAR 52.222-50, Combating Trafficking in Persons (JAN 2019);
FAR 52.222-54, Employment Eligibility Verification (OCT 2015);
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011);
FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008);
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (OCT 2018);
FAR 52.242-5, Payments to Small Business Subcontractors (JAN 2017);

FAR 52.222-41 Service Contract Act of 1965 (NOV 2007);
FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (AUG 2018)
Employee Class Monetary Wage-Fringe Benefits
See attached wage determinations

DEPARTMENT OF LABOR WAGE DETERMINATIONS: Davis Bacon Act CO20190020, Revision Number 3, dated May 10, 2019; and Department of Labor Wage Determination 2015-5419, Revision Number 12, dated August 08, 2019, and any revisions will be incorporated into the resulting contract.

The full text of a solicitation provision or contract clause may be accessed electronically at the address(es) below:

http://www.acquisition.gov/far/index.html (FAR)
http://www.va.gov/oal/library/vaar/index.asp (VAAR)

Any questions regarding this solicitation must be submitted in writing to the Ronnie.Jones@va.gov, Pamela.Barnes@va.gov and NCO19Services1@va.gov no later than 3:00 pm MT September 19, 2019. Proposals shall include the RFP number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, company point of contact, address, phone number, fax number, e-mail address, Tax Identification Number, DUNS number, and business size status. All information has been posted and there are no other documents available. Proposals are to be received at the Department of Veterans Affairs, NCO 19 Rocky Mountain Acquisition Center, 6162 South Willow Drive, Suite 300, Greenwood Village, CO 80111 Attn: Ms. Ronnie Jones and Pamela Barnes, Contracting Officers via email at Ronnie.Jones@va.gov, Pamela.Barnes@va.gov and NCO19Services1@va.gov no later than 2:30 P.M. mountain time on September 24, 2019. PROPOSALS SUBMITTED BY FASCIMILE (FAX MACHINE) WILL NOT BE ACCEPTED.

Ms. Ronnie Jones - Ronnie.Jones@va.gov
Contracting Officer
Pamela Barnes - Pamela.Barnes@va.gov
Contracting Officer
NCO19Services1@va.gov

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP