The RFP Database
New business relationships start here

Billboard and Digital Advertising


South Carolina, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Page 11 of 11
Solicitation: Billboard and Digital Advertising

Notice Type: Combined Synopsis/Solicitation

(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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.

(ii) Solicitation Number 36C24719Q0236 is issued as a request for quotation (RFQ) COMBINED SYNOPSIS / SOLICITATION. The acquisition procedures at FAR Part 13 are being utilized.
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-100, August 22, 2018. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR).

(iv) This is an unrestricted solicitation. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. The North American Industry Classification System (NAICS) code is 561850, Outdoor Advertisement.

(v) Subcontracting Commitments--Monitoring and Compliance (JUN 2011) This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the contract. To that end, the support contractor(s) may require access to the contractor's business records or other proprietary data to review such business records regarding contract compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor compliance with the subcontracting commitments.

(vi) Limitations on Subcontracting-- Monitoring and Compliance (JUN 2011) This solicitation includes FAR 52.219-6 Notice of Total Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO 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. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement.

(vii) The Public Affairs Office at the Ralph H Johnson VA Medical Center, 109 Bee Street, Charleston, SC is seeking to procure Billboard and Digital Advertising Services. This requirement is for a base year and four (4) one-year option periods. Offerors are therefore asked to completed Price/Cost Schedule-Item Information for each period of performance in their response, and to include a Grand Total for Base year and 4 one-year Option Periods.
PRICE/COST SCHEDULE-ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Billboard advertising space throughout the greater Charleston, South Carolina, area along major thoroughfares, to include: I-26, I-526, U.S. 17-A and surrounding areas.
1.00
EA
______________
________________

Contract Period: Base
POP Begin: 02-01-2019
POP End: 01-31-2020

1001
Billboard advertising space throughout the greater Charleston, South Carolina, area along major thoroughfares, to include: I-26, I-526, U.S. 17-A and surrounding areas.
1.00
EA
______________
________________

Contract Period: Option 1
POP Begin: 02-01-2020
POP End: 01-31-2021

2001
Billboard advertising space throughout the greater Charleston, South Carolina, area along major thoroughfares, to include: I-26, I-526, U.S. 17-A and surrounding areas.
1.00
EA
______________
________________

Contract Period: Option 2
POP Begin: 02-01-2021
POP End: 01-31-2022

3001
Billboard advertising space throughout the greater Charleston, South Carolina, area along major thoroughfares, to include: I-26, I-526, U.S. 17-A and surrounding areas.
1.00
EA
______________
________________

Contract Period: Option 3
POP Begin: 02-01-2022
POP End: 01-31-2023

4001
Billboard advertising space throughout the greater Charleston, South Carolina, area along major thoroughfares, to include: I-26, I-526, U.S. 17-A and surrounding areas.
1.00
EA
______________
________________

Contract Period: Option 4
POP Begin: 02-01-2023
POP End: 01-01-2024





GRAND TOTAL
________________

AGGREVATE BASE & OPTION PERIODS GRAND TOTAL: ________________

(viii) All interested companies shall provide quotation for the following services:

PERFORMANCE WORK STATEMENT
BILLBOARD AND DIGITAL ADVERTISING REQUIREMENTS

INTRODUCTION: The Ralph H. Johnson VA Medical Center (RHJ VAMC) seeks a Contractor to provide billboard advertising space throughout the greater Charleston, South Carolina, area along major thoroughfares, to include: I-26, I-526, U.S. 17-A, etc. Billboard advertising space options (poster, bulletin, mini-poster, static and digital) must be owned by the Contractor and available throughout all areas of the following South Carolina counties: Dorchester, Berkeley, Charleston and other surrounding counties. Availability must be provided on weekly and/or monthly rental basis. Geographic area may be expanded throughout the catchment area of the Charleston, South Carolina, Ralph H. Johnson VA Medical Center, including, but not limited to: Savannah, Georgia, and Myrtle Beach, South Carolina, markets. Graphic design and production for vinyl posters and digital billboard images may be required. Vendor must also provide mobile push advertising services such as: site retargeting; geo-fencing; search retargeting; keyword contextual targeting; category contextual targeting; conversion zones; or similar technology of equal or greater effectiveness to assist in the implementation of an out-of-home advertising campaign. Federal government may also avail themselves of additional advertising offerings available through the Contractor over the life of the contract period, to include option years.

REQUIREMENTS: Contractor will provide services on an as-needed/requirements basis as determined by the Federal government.

Contractor must own a minimum of 35 static bulletin size billboards (approximately 14 x 48 ) along I-26 corridor between exit 189 (Ridgeville, South Carolina) and downtown Charleston, South Carolina, exit 221A, and must own at least one digital bulletin size billboard in the same geographic area. Contractor must own a minimum of 100 static poster size billboards (approximately 10 6 x 36 ), and own a minimum of 5 digital poster size billboards along the most heavily traveled corridors in Berkeley, Dorchester and Charleston counties, to include, but not limited to: U.S. 17A corridor, U.S. 78, U.S. 52, College Park Rd., University Pkwy., Ashley Phosphate Rd., Dorchester Rd., Rivers Ave., Ladson Rd., Berlin G. Myers Pkwy., Aviation Ave., International Pkwy., etc. Ownership of a minimum of 15 mini-posters (smaller than 10 6 x 36 ) in the same geographic area are required.

Owned billboards must be available facing each direction (North/South or East/West) along thoroughfares in close proximity to traffic areas with unobstructed views for passing traffic. Contractor will recommend billboard advertising schedule to provide no less than 500,000 market impressions per 2-week flight. Billboard space may be purchased on a weekly, multi-weekly, monthly or multi-monthly basis as needed by the Federal government. Graphic design and production of vinyl posters and digital billboard images may be completed by contractor as ordered by Federal government (Ralph H. Johnson VA Medical Center) with proofs provided to Federal government (RHJ VAMC) for review/approval; up to four rounds of revisions required for each design. Billboards will be posted within 15 business days of order being placed by Federal government (RHJ VAMC).

Contractor must demonstrate ability to provide all requirements, billboard inventory to meet or exceed requirements, and experience designing billboards, recommending billboard placement, and executing billboard advertising campaigns to meet or exceed advertising goals including market impressions and reach.

DELIVERABLES: Contractor shall deliver billboard or digital advertising project on a schedule to be mutually agreed upon as specified. Each billboard or digital advertising schedule shall be negotiated, but shall not exceed 12 months, unless specifically approved by the Contracting Officer.

Time of Delivery: The contract has a Base Period of 12 Months with Four (4) One Year (12 Months) option periods.

PERIOD OF PERFORMANCE (POP): The contract shall be a Base Period of 12 Months with Four (4) One Year (12 Months) option periods to commence at award date.

SCOPE OF WORK: This is to provide outdoor and/or digital advertising services for Ralph H. Johnson VA Medical Center. Contractor will provide design of outdoor advertising content, access to owned billboard advertising space and/or out-of-home digital advertising campaign planning and implementation as requested by the Federal government. Contractor must provide production crews and all required production equipment for all phases of advertising development including pre-production, high definition production and physical outdoor billboard installation or digital display for Ralph H. Johnson VA Medical Center projects. Project development to include, but not limited to:
Project planning
Content development
Billboard advertising campaign planning
Out-of-home advertising campaign planning
Writing
Pre-production planning
Graphic design and layout of ads
Ownership of outdoor traditional and digital billboard inventory in and around the Charleston, South Carolina, area and within the Ralph H. Johnson VAMC catchment area (to include Myrtle Beach, South Carolina, and Savannah, Georgia)
High-resolution photography
Out-of-home digital advertising campaign implementation utilizing options such as: site retargeting; geo-fencing; search retargeting; keyword contextual targeting; category contextual targeting; conversion zones; or similar technology
Digital billboard animation
Production/printing of vinyl billboard wraps
Physical billboard advertisement placement (installation)
Multi-media programming
Section 508 compliance

Outdoor billboard advertising and targeted out-of-home digital advertising projects will be produced in high-definition formats as requested by Ralph H. Johnson VA Medical Center. Contractor is required to maintain currency for improved formats per industry standard, ensuring the latest technology and highest-quality imagery and graphics are utilized in all projects for maximum quality. Billboard designs and digital advertising campaigns may consist of taking still photos at the VA medical center and its remotely located outpatient clinics, and/or other locations as required. The Contractor will provide advertising, sales, design and installation staff to complete all phases of project requirements. This includes, but is not limited to, sales/account representative, photographer, advertising executive, multi-media developer/programmer, graphic designer, billboard vinyl installer and all necessary support personnel.

Contractor may be required to design, produce and install outdoor billboard advertisements and digital targeted out-of-home advertising campaigns. The contractor shall provide qualified personnel, services, materials, equipment and supplies necessary to perform the tasks described below:

The contractor shall provide all necessary personnel, materials and resources to deliver high definition printed vinyl outdoor billboard designs and display on owned outdoor billboard space (along routes as described in Requirements section above).

The contractor shall provide all necessary personnel, materials and resources to deliver high quality targeted out-of-home digital advertising campaigns with capability to push advertisements to mobile devices of target audience as designated by Ralph H. Johnson VA Medical Center.
The contractor shall provide full-time dedicated sales/account representative and technical support.
The contractor shall provide a high-definition still imagery digital photographer upon request in conjunction with or independent of advertising campaign development team dependent upon project requirements.
The contractor must have available, as needed, on-site graphic design and animation production capabilities utilizing Adobe Creative Suite (most recent versions required) or software of similar quality with appropriate trained professional/technical staff to expertly use this software.
The contractor must have available, as needed, outdoor billboard installation capabilities utilizing contractor s trained personnel and contractor owned or leased equipment.
The contractor must provide and have demonstrated access to military stock imagery of high definition quality covering all branches of military services to supplement captured photographic images for use in printed billboard products or digital multi-media advertising products. Additional funds for stock imagery will not be available following contracting.
The contractor shall provide digital copies of content produced on behalf of the Federal government for Ralph H. Johnson VA Medical Center for review/revision and final copies for program reference.
The contractor shall produce and provide outdoor billboard and digital advertising schedules and placements based local market knowledge to reach designated target audiences and maintain required market impressions as directed by Ralph H. Johnson VA Medical Center.

QUALITY CONTROL: The contractor will provide all necessary elements of pre-production, production and installation/implementation, as needed, to complete the outdoor billboard advertising and digital advertising projects.

CREW REQUIREMENTS: Contract sales representative/account representative will serve as project manager for all required tasks and will be responsible for the supervision of contracted crew and responsive to the government advertising requestor (COR, Ralph H. Johnson VA Medical Center Public Affairs Officer or designee). Contract sales representative/account represented will oversee content development, all phases of production, photography, graphics, installation and implementation. Contractor crew will include, but may not be limited to:
Sales/Account Representative
Advertising Executive
Production Manager
Production Assistant
Content Writer
Still Photographer (Digital)
Illustrator/Graphic Design Specialist
Digital Advertising Specialist
Multi-media Advertising Programmer
Multi-media/Digital Media Production Specialist
Billboard Vinyl Printer
Billboard Advertisement Installer

DELIVERABLES: The contractor shall provide multiple digital advertising products during the life of this requirement. Once an outdoor billboard or digital advertising project has been approved and finalized, the contractor shall provide the COR and/or Ralph H. Johnson VA Medical Center Public Affairs staff a copy of product in one or more of the following file formats, or other acceptable format as appropriate:
.JPG
.PNG
.PDF
.EPS
Adobe InDesign file
Adobe Illustrator file
Adobe Photoshop file
RAW
DVD
CD

The following deliverables shall be provided and signed off by designated contract COR, Ralph H. Johnson VAMC Public Affairs Officer or designee:
Creative treatments for requested advertising or digital media projects
Rough drafts of design projects, which must be made available for review electronically via the Internet or by email
Final products delivered in industry standard formats to Public Affairs staff
Section 508 compliant files and troubleshooting of projects
Duplication of completed projects

GOVERNMENT RESPONSIBILITIES: COR will provide the Contractor the following:
A list of POCs at Ralph H. Johnson VA Medical Center (Public Affairs and Medical Media staff.)
Timely feedback on any issues, concerns, approvals, content reviews, etc.
A copy of the required patient consent and release form, VA Form 10-3203 Informed Consent and Authorization for Third Parties to Produce or Record Statements, Photographs, Digital Images, or Video or Audio Recordings, which must be completed prior to the visual or audio recording of any Veteran patient, to include still photography, obtaining written quotes, etc.

GOVERNMENT POINT OF CONTACT: The Contracting Officer s Representative (COR) for this contract shall be identified and provided to the winning contractor in a separate appointment letter.

CONSENT AND RELEASE: Contractor is prohibited from using images containing VA Veteran patients for purposes outside of those stated on the VA patient release form, VA Form 10-3203 Informed Consent and Authorization for Third Parties to Produce or Record Statements, Photographs, Digital Images, or Video or Audio Recordings. COR will provide Contractor with required patient release form (VA Form 10-3203), which must be completed prior to any Veteran patient appearing on camera.

DATA RIGHTS: The Ralph H. Johnson VA Medical Center has unlimited rights to all products/documents/materials produced under this contract. All products, documents and materials, to include the source codes of any software, produced under this contract are the property of the Ralph H. Johnson VA Medical Center and the Department of Veterans Affairs (VA) with all rights and privileges of ownership/copyright belonging exclusively to the Ralph H. Johnson VA Medical Center and VA. These products, documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All products, content, documents and materials supplied to the Ralph H. Johnson VA Medical Center shall be the sole property of the Ralph H. Johnson VA Medical Center and VA and may not be used for any other purpose. This right does not abrogate any other Ralph H. Johnson VA Medical Center and VA rights.

-END OF PWS-

(ix) The estimated Performance Period is as follows:

Base Year: 02-01-2019 through 01-31-2020
Option Year 1: 02-01-2020 through 01-31-2021
Option Year 2: 02-01-2021 through 01-31-2022
Option Year 3: 02-01-2022 through 01-31-2022
Option Year 4: 02-01-2023 through 01-31-2024

(x) The Place of Performance will be determined after contract award.

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

(xii) The following solicitation provisions apply to this acquisition:

52.212-1 Instructions to Offerors Commercial Items (Aug 2018), applies to this solicitation in addition to the following addendums to the provision. Addendum to FAR 52.212-1 Show FAR provisions followed by VAAR provisions in numeric order. List all provisions incorporated by reference in numeric order under 52.252-1 (see below), starting first with FAR and followed by VAAR: 52.216-1, 52.233-2, VAAR 852.215-70, VAAR 852.233-70, and VAAR 852.233-71.

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/

52.212-2 Evaluation Commercial Items (Oct 2014), the Government will award a firm fixed price contract, resulting from this solicitation on the basis of the lowest evaluated price of the offers meeting or exceeding the acceptability standards for nonprice factors, 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: (i) technical capability to meet the Government requirement; (ii) price; and (iii) past performance. Nonprice factors will be rated on an Acceptable/Unacceptable basis. Failure to meet any of the requirements will result in a Unacceptable rating and eliminate the offeror from further consideration for contract award. To be eligible for award, an offer must be rated no less than acceptable in the non-price factors. For price evaluation purposes, the lowest price technically acceptable offer will be selected for award. Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:

Technical: The offeror s quote shall be evaluated to determine if offer has the capabilities to provide Billboard & Digital Advertisement services as detailed in the Performance Work Statement. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:

Offeror shall include a (1) statement that the offeror is registered at System for Award Management (SAM) (b) offeror must complete clause 52.209-5 provided in Section E and submit a completed copy with the offer, and (c) answer and submit a copy of the offeror s representation and certification for commercial items (see clause 52.212-3).
Offeror shall provide documentation of all state and federal licenses and/or certifications necessary to provide Billboard & Digital Advertisement services as identified in the Performance Work Statement.
Offeror shall provide documentation that confirms that offeror owns a minimum of 35 static bulletin size billboards (approximately 14 x 48 ) along I-26 corridor between exit 189 (Ridgeville, South Carolina) and downtown Charleston, South Carolina, exit 221A, and must own at least one digital bulletin size billboard in the same geographic as outlined in the Performance Work Statement.
Offeror shall provide documentation that confirms that offeror owns a minimum of 100 static poster size billboards (approximately 10 6 x 36 ) as outlined in the Performance Work Statement.
Offeror shall provide documentation that confirms that offeror owns a minimum of 5 digital poster size billboards along the most heavily traveled corridors in Berkeley, Dorchester and Charleston counties, to include, but not limited to: U.S. 17A Corridor, U.S. 78, U.S. 52, College Park Road, University Parkway, Ashley Phosphate Road, Dorchester Road, Rivers Avenue, Ladson Road, Berlin G. Myers Parkway, Aviation Avenue, International Parkway as outlined in the Performance Work Statement.
Offeror shall provide documentation that confirms that offeror has ownership of a minimum of 15 mini-posters (smaller than 10 6 x 36 ) in the same geographic area as outlined in the Performance Work Statement.
Offeror shall provide a narrative on the overall technical approach methods and procedures used to meet the requirements identified in the Performance Work Statement. This narrative should provide evidence that the offeror understands the objectives that the contract intends to meet, the nature of the required work and the level of effort necessary to accomplish all the work.

Past Performance: offeror must provide a minimum three (3) references of work, similar in
scope, volume, magnitude and complexity for Billboard and Digital Advertising services as
detailed in the Performance Work Statement. References must include contact information; brief
description of the work completed, and contract # (if relevant). References may be checked by
the Contracting Officer to ensure offer can perform the required services as outlined in the
Performance Work Statement. The Government also reserves the right to obtain
information for use in the evaluation of past performance from any and all sources.

Price: Offeror shall complete the Price/Cost Schedule in Section (vii), with offerors proposed
contract line item prices inserted in appropriate spaces. Price shall be evaluated for fair and
reasonableness in accordance with FAR 12.209; price will not be evaluated adjectivally.
Pricing should be considered FOB DESTINATION, and MUST be good for 180 calendar days
after close of solicitation.

(End of Evaluation Criteria)

(xiii) This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Offerors shall list exception(s) and rationale for the exception(s).

(xiv) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

(xv) The following contract clauses apply to this acquisition:

FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017).
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
52.204-9, 52.204-18, 52.217-8, 52.217-9, 52.232-18, VAAR 852.203-70, VAAR 852.215-71, VAAR 852.219-10, VAAR 852.219-75, VAAR 852.232-72 and VAAR 852.237-70.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Aug 2018). The following subparagraphs of FAR 52.212-5 are applicable: 52.203-6, 52.204 10, 52.204-14, 52.209-6, 52.219-8, 52.219-9, 52.219-28, 52.219-28, 52.222-3, 52.222-17, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-54, 52.223-18, 52.225-1, 52.225-13, and 52.232-33.

(xvi) The Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition.

(xvii) The Department of Labor Wage Determination is not applicable to this requirement.

(xviii) SITE VISIT: A site visit is not contemplated at this time.

(xix) QUESTIONS: All questions regarding this solicitation need to be electronically submitted (email) no later than January 18, 2019 at 12:00 pm EST to Janica Francis-Hunter, Contract Specialist at Janica.Francis@va.gov. No questions received after this date will be answered. Telephone or faxed questions will not be answered. ONLY ELECTRONIC MAIL (EMAIL) QUESTIONS WILL BE ANSWERED. The solicitation number must be identified on all submitted questions. Statements expressing opinions, sentiments, or conjectures are not considered valid inquiries and will not receive a response.

(xx) SUBMISSION OF OFFERS: Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. Files should be sent in PDF format and no larger than 10MB or they may be automatically rejected by the server. The Government is not responsible for rejected e-mails that exceed the e-mail capacity. All quotes/offers submitted must include the Solicitation Number and Title in the subject line of the email. ONLY ELECTRONIC MAIL (EMAIL) OFFERS WILL BE ACCEPTED. Hand deliveries or facsimile will not be accepted. Telephone responses shall NOT be accepted. Offerors must be submitted via email to the Contracting Officer (CO), Janica Francis-Hunter at Janica.Francis@va.gov no later than 12:00pm (EST) on January 24, 2019. Offerors received after this date and time will be considered late offers.

(xxi) CONTACT INFORMATION
Contracting Office Address:
Contracting Office (90)
Ralph H Johnson VA Medical Center
Department of Veterans Affairs
325 Folly Road, Ste 300
Charleston, SC 29412-2507

Primary Point of Contact:
Janica Francis-Hunter
Contract Specialist, NCO 7
Janica.Francis@va.gov

Janica Francis-Hunter
Contracting Office (90C)
Department of Veterans Affairs
Ralph H Johnson VAMC
109 Bee Street
Charleston, SC 29412

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP