The RFP Database
New business relationships start here

Fire Alarm Testing & Inspection Services


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

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C250-20-Q-0028
Posted Date:

Original Response Date:
October 21, 2019 @ 1400, EDT
Product or Service Code:
H363 Inspection Services/Alarm, Signal and Security Detection Systems
Set Aside (SDVOSB/VOSB):
Service-Disabled Veteran Owned Small Business
NAICS Code:
561621 Security Systems Services (except Locksmiths) Alarm system monitoring services
SITE VISIT: A Site Visit shall be conducted on Tuesday, October 15, 2019 from 1000 - 1200 hours (10:00am 12:00pm). You will meet Joseph Kucinksy, Chief, Maintenance & Operations at Building 128, Engineering Conference Room, on the Main Dayton VA Hospital campus. Please be aware, walking will be required, comfortable shoes encouraged, rain or shine, the campus is quite large.
Reference Wage Determination No.: 2015-4731, Revision 8, dated 08/02/2019.
Contracting Office Address
Department of Veterans Affairs
Network Contracting Office (NCO) 10
Dayton VA Medical Center
3140 Governor s Place Blvd, Suite 200
Kettering OH 45409-1337

Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06.

The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, with a small business size standard of $22M.
The Network Contracting Office (NCO) 10 is seeking to purchase services to test Fire Alarm Devices and Components in approximately 30 buildings in accordance with the National Fire Alarm Code Handbook; all applicable National Fire Protection Association (NFPA) requirements (including the latest version of NFPA 72 inspection and test chapter); and Joint Commission Standards.

This procurement is a 100% Service-Disabled Veteran Owned Small Business set-aside IAW FAR 19.219-6, Notice of Total Service-Disabled Veteran Owned Small Business Set-Aside. All interested companies shall provide quotations for the following:

Statement of Work
VAMC Dayton, Ohio
Fire Alarm System Testing

1.0 GENERAL
The mission of the Dayton VA Medical Center is To provide Veterans a continuum of care that is accessible, value-added, cost-effective, and of the highest quality within an environment of outstanding education and research and to promote a culture that supports and develops a caring, compassionate, competent, and quality-oriented workforce. This acquisition has been a requirement for five or more years within the Engineering Services (EMS) office to provide testing on fire alarm devices and components located at the Dayton VA Medical Center campus.

SCOPE OF WORK
All Fire Alarm Devices and Components in the aforementioned buildings will be tested in accordance with the National Fire Alarm Code Handbook; all applicable National Fire Protection Association (NFPA) requirements (including the latest version of NFPA 72 inspection and test chapter); and Joint Commission Standards. The contractor shall test all fire alarm devices and components located in all the buildings identified at the Dayton VA Medical Center as described in detail within the Specific Requirements/Tasks section. Service is requested for One year, with four option years for the Dayton VA Medical Center.

Devices include but are not limited to (the number of devices could change as there are construction projects ongoing at this facility, all devices should be checked not just those stated):

Fire alarm systems will be inspected in the following buildings:

115 118 119 120 126 127 128 129 131 135
143 147 302 305 307 310 315 320 321 322
330 335 340 341 401 408 409 410 411 425


Devices
Inventory
7-1-2018
Duct Detector
185
Smoke Detector
889
Heat Detector
87
Pull
406
Water Flows
13
Door Smoke
20
Locking Device
85
Releasing Device
168
Annunciator
6
Panel
34
Batteries
85
Boosters
47
Total
2025
Speaker/Strobe
1730
Input Modules

Control Replay Module

Untested

Duct Detector
21
Smoke Detector
13
Pull
1
Total
35

PLACE OF PERFORMANCE
Dayton VA Medical Center
4100 W. Third Street
Dayton OH 45428-9000

APPLICABLE DOCUMENTS
1.3.1 National Fire Alarm Code Handbook; all applicable National Fire Protection Association (NFPA) requirements (including the latest version of NFPA 72 inspection and test chapter); and Joint Commission Standards

2.0 SPECIFIC REQUIREMENTS/TASKS
2.1 Task One - One (1) Annual NFPA Fire Alarm System Test and Inspection. Annual inspection shall be completed during April.

2.2 Task Two - Four (4) Quarterly Fire Alarm System Tests and Certifications. Quarterly inspections shall be completed during March, June, September, and December.

2.3 Task Three - The contractor will provide enough support personnel to verify the device function without relying on VA personnel to confirm function.

2.4 Task Four - The contractor will provide at least one person sufficiently knowledgeable of the Fire Alarm computer; Fire Alarm panel; and Annunciator panels to acknowledge and record the alarm activity during testing.

2.5 Task Five - The contractor will provide NICET one or above certification for all personnel that are used to test the system. (Certification must be submitted with offer).

2.6 Task Six - On-site equipment is primarily EST Fire Alarm Equipment. Contractor shall have sufficient experience with the inspection, maintenance or installation of EST equipment. Having an available EST factory trained technician is required. (Certification must be submitted with offer).

2.7 Task Seven - The graphic interface of the fire alarm system is EST3 Fireworks. The contractor shall verify that all devices report correctly at the graphical interface during testing. One Fireworks certified technician is required. This may be the same person as the factory certified EST technician. (Certification must be submitted with offer).

2.8 Task Eight - The contractor will conduct testing of 100% of the audible and visual fire alarm warning devices in a manner that minimizes disruption of patient care.

2.9 Task Nine - The contractor will provide enough staff to ensure that the function of audible and visual fire alarm warning devices can be verified once and then be silenced or disabled during all further testing.

2.10 Task Ten - The contractor will ensure that no audible and visual fire alarm warning devices are activated more than once, and that the duration of activation does not exceed 10 minutes.

2.11 Task Eleven - The contractor will ensure that the alarm signal through time to Central Station and the Fire Department is measured and recorded by name. Transmission equipment test results shall be recorded in minutes and seconds.

2.12 Task Twelve - The contractor will also ensure that Smoke Detector function is confirmed by actual smoke, and not by magnetic actuators.

2.13 Task Thirteen - To minimize disruption to the Surgery Departments some devices in B-310 will have to be tested after 3:30pm eastern standard time, all other testing should be completed during normal business hours 7am-4pm EST Monday-Friday. Advanced notice is required to conduct these tests.

3.0 DELIVERABLES
3.1 A testing and certification report will be given to the VA after the completion of each test; annual test; and all four quarterly tests. Each separate component of the fire alarm system will be individually certified as functional per the fire alarm system inventory. Reports by exemption are not allowed.

4.0 REPORTING REQUIREMENTS
4.1 Any problems discovered with the system will be reported within 24 hours of identification using the Dayton VAMC Fire Alarm Problem Sheet.

4.2 Refer to Task One, Task Two and 3.0 Deliverables.

5.0 GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/INFORMATION
N/A

6.0 GOVERNMENT RESPONSIBILITIES
6.1 Engineering Electrical Supervisor will coordinate means of access to spaces containing devices that require inspection and testing. The contractor is responsible for picking up keys from Gerry Pennington and coordinating with HVAC and elevator shops as needed.

6.2 Engineering Electronics Shop personnel will coordinate all activities with the VA Police notifications of alarm test mode status. Engineering Electronics Shop Personnel will also make all occupant notifications and coordination for access. VA police will contact central station and tell them to not respond. Police also announce testing.

CONTRACTOR PERSONNEL SECURITY REQUIREMENTS
Position Sensitivity: The position sensitivity has been designated as Low Risk
VA Information System: No contractor access to a VA Information System Hardware or Software is performed under this contract. No contractor access to a VA Information System VA Protected Health Information (PHI), nor VA Personally Identifiable Information (PII) is allowed or performed on this contract. Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards and VA Directives and Handbooks as VA personnel regarding information and information system security.
Background Investigation: A Station ID Badge is required and at this time, no background investigation is necessary. Note: All work must be complete within 15 days or less once Station ID Badge has been issued. If work is expected to take more than 15 days, then Contractor must go through the PIV Badge process with the VA Office of Security and Law Enforcement which requires a background investigation and completion of more detailed forms.
Contractor Responsibilities:
Contractor must obtain Station ID Badge from the Police, Building 127. Contractor can visit as a walk in Monday Friday 8:30 4:00pm. Must present a valid Driver s License.
Government Responsibilities:
The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor s employees, after receiving a list of names and addresses.
Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct background investigations.
The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB.
Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor.
Access to areas & equipment to be PM & Tested

8.0 OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS
8.1 Wage Determination No.: 2015-4732, Revision No. 8, Date Of Last Revision: 08/02/2019 incorporated by reference. (added to the Performance Work Statement as a reference)

8.2 Payment shall be made quarterly in arrears by certified invoice.

9.0 PERIOD OF PERFORMANCE
Base Year: Nov 1, 2019 Oct. 31, 2020
Option Year 1: Nov 1, 2020 Oct. 31, 2021
Option Year 2: Nov 1, 2021 Oct. 31, 2022
Option Year 3: Nov 1, 2022 Oct. 31, 2023
Option Year 4: Nov 1, 2023 Oct. 31, 2024

The full text of FAR provisions or clauses may be accessed electronically at http://www.acquisition.gov/far/ or http://farsite.hill.af.mil/.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
FAR 52.204-13, System for Award Management Maintenance
FAR 52.204-18, Commercial and Government Entity Code Maintenance
FAR 52.217-8, Option to Extend Services
FAR 52.217-9, Option to Extend the Term of the Contract
FAR 52.219-8, Utilization of Small Business Concern
FAR 52.232-18, Availability of Funds
FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984)
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 2016)(DEVIATION)
VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018)
VAAR 852.237-70, Contractor Responsibilities (APR 1984)
VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2019), applies to this solicitation.
The following subparagraphs of FAR 52.212-5 are applicable:
(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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E. Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kapersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015).
(4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
(5) 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:
FAR 52.204-10, Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2018)
FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
FAR 52.219-28, Post-Award Small Business Program Representation (JUL 2013)
FAR 52.222-3, Convict Labor (JUN 2003)
FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015)
FAR 52.222-26, Equal Opportunity (SEPT 2016)
FAR 52.222-35, Equal Opportunity for Veterans (OCT 2015)
FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
FAR 52.222-37, Employment Reports on Veterans (FEB 2016)
FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010)
FAR 52.222-41, Service Contract Labor Standards (AUG 2018)
FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)
FAR 52.222-50, Combating Trafficking in Persons (MAR 2015)
FAR 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015)
FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008)
FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (JUL 2013)

(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:

N/A

(d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the dispute s clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.

(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause--
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509).
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, or the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Section 1634 of Pub. L. 115-91).
(iv) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(v) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17.
(vi) 52.222-21, Prohibition of Segregated Facilities (APR 2015)
(vii) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).
(viii) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).
(ix) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
(x) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212)
(xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xii) 52.222-41, Service Contract Labor Standards (AUG 2018), (41 U.S.C. chapter 67).
(xiii) __(A) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627).
__(B) Alternate I (MAR 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
(xiv) 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).
(xv) 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).
(xvi) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989).
(xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015).
(xviii)52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xix) (A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).
(B) Alternate I (JAN 2017) of 52.224-3.
(xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note)
(xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxii) 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). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
The following solicitation provisions apply to this acquisition:

FAR 52.212-1, Instructions to Offerors Commercial Items (October 2018), applies to this solicitation.
FAR 52.204-7, System for Award Management (October 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (JUL 2016)
FAR 52.212-2, Evaluation Commercial Items (October 2014) as amended. The Government will award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following non-price factors, listed in descending order of importance, will be used to evaluate quotes: (1) Technical Evaluation meeting or exceeding the requirement and (2) Past Performance. The non-price factors when combined are significantly more important than the Price Factor. It should be noted that award can be made to other than the lowest priced vendor, if the Government determines that a price premium is warranted due to merits of one (1) or more of the non-price factors. Price alone will not be the primary determining factor, and the eventual award will not be based on low price alone.

FACTORS TO BE EVALUATED
Non-price factors (in descending order of importance):
Technical Approach - The quote will be evaluated to determine the extent to which it demonstrates a clear understanding of all features involved in meeting or exceeding the requirements presented in the RFQ, and the extent to which uncertainties are identified and resolutions proposed. A quote which merely restates the requirement or states that the requirement will be met, without providing supporting rationale, is not sufficient. Vendor must show knowledge of to include certifications, training, etc. testing the equipment.
Past Performance - The Past Performance Approach will be evaluated based on PPIRS for the last 3 years and other Government sources for quality, timeliness, and relevance (i.e., experience in providing services similar in size, scope, and complexity) as described in the SOW. The Government will make determination of relevance.
Price related factors:
Price - The Government will award a contract resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The above factors shall be used to evaluate offers - Best Value. Technical Approach, Past Performance and Socioeconomic Consideration will be considered significantly more important than Price when evaluating quotes. A sample quote structure is included at the end of this Combined Solicitation/Synopsis.
RATING SCALE & DEFINITIONS
RATING
DEFINITION
Outstanding
Quote meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.
Good
Quote meets requirements and indicates a thorough approach and understanding of the requirements. Quote contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.
Acceptable
Quote meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate.
Marginal
Quote does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The Quote has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.
Unacceptable
Quote does not meet requirements and contains one or more deficiencies. Quote is not awardable.

It is the intent of the VA to solicit quotes and award the contract on a competitive basis. Award will be made for a period of a base year with four option years. The Government reserves the right to terminate this contract, or any part hereof, for its sole convenience.
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.

FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (October 2018), applies to this solicitation and the offeror must include a completed copy of this provision with their Quote. Information must be included with offer if not completed within the System of Award Management (SAM.GOV) website.

QUESTIONS shall be received between October 14-16, 2019 and answers shall be provided on Thursday, October 17, 2019. Any and all questions or concerns regarding this solicitation shall be forwarded in writing ONLY via e-mail to the contract specialist, Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov.

All offerors shall email Quotes to donna.sizemore@va.gov. Quotes shall include:

Technical capabilities on completing Performance Work Statement scope and requirements
cost Quote to include Device, Bldg #, Description, Qty, Unit Price and Extend Price. Options shall be priced separately and Wage Determination rate as referenced herein.

This is an open-market combined synopsis/solicitation for services as defined herein.B B 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:"
offeror shall list exception(s) and rationale for the exception(s).

Submission of Quotes shall be received not later than October 21, 2019 @ 1400, EDT via email to Donna.Sizemore@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Point of Contact
Donna Sizemore, Contractor, TAG, donna.sizemore@va.gov, (937) 268-6511 ext 3568

Donna Sizemore, Contractor, TAG
Contract Support Specialist
The Arcanum Group in Support of VHA
(937) 268-6511 ext 3568
donna.sizemore@va.gov

Donna.Sizemore@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP