S208--Building 143 Interior Plant Maintenance - New Jersey Healthcare System - Lyons Campus

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: New Jersey
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159835202107057
Posted Date: Aug 25, 2023
Due Date: Sep 8, 2023
Solicitation No: 36C24223Q1129
Source: Members Only
Follow
S208--Building 143 Interior Plant Maintenance - New Jersey Healthcare System - Lyons Campus
Active
Contract Opportunity
Notice ID
36C24223Q1129
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
242-NETWORK CONTRACT OFFICE 02 (36C242)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 25, 2023 01:40 pm EDT
  • Original Date Offers Due: Sep 08, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S208 - HOUSEKEEPING- LANDSCAPING/GROUNDSKEEPING
  • NAICS Code:
    • 561730 - Landscaping Services
  • Place of Performance:
    Department of Veterans Affairs New Jersey Healthcare System Lyons , 07939
Description
36CI0X18P0081
COMBINED SYNOPSIS/SOLICITATION BUILDING 143 INTERIOR PLANT MAINTENANCE - NEW JERSEY HEALTHCARE SYSTEM LYONS CAMPUS
(i) 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, and FAR 13.5 Simplified Procedures for Certain Commercial Items as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.
(ii) This solicitation is issued as a request for quote (RFQ). Request for Quote will be submitted through beta.sam.gov on RFQ reference number 36C24223Q1129.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 (eff. 06/02/2023) and VAAR Update 2008-36 (eff. 03/22/2023).
(iv) This solicitation is a Total Small Business Set-Aside Open-Market solicitation. The associated North American Industrial Classification System (NAICS) code for this procurement is 561730: LANDSCAPING SERVICES and has a small business size standard of $9.5 Million. The FSC/PSC is S208: Housekeeping Landscaping/Groundskeeping.
(v) This is a services contract to provide Interior Plant Maintenance Services. Below is a template for pricing. Contractors may provide their own pricing document, but it must be broken down to allow for price reasonableness determination.

PRICING TABLE FOR: Interior Plant Maintenance Services




LINE ITEM
DESCRIPTION
QUANTITY
UNIT
UNIT PRICE
TOTAL PRICE
0001
Base Period: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the maintaining of interior live plants at the Lyons Campus Bldg. 143 (including weekly watering, dusting of all foliage, maintaining proper soil levels, pruning and trimming, disease prevention and control, fertilization of plants using "green products, and guaranteed replacement of existing plant type, color, size, and containers at no additional cost to the government).
12
MO
Total Base Year:
1001
Option Year 1: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the maintaining of interior live plants at the Lyons Campus Bldg. 143 (including weekly watering, dusting of all foliage, maintaining proper soil levels, pruning and trimming, disease prevention and control, fertilization of plants using "green products, and guaranteed replacement of existing plant type, color, size, and containers at no additional cost to the government).
12
MO
Total Option Year 1:
2001
Option Year 2: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the maintaining of interior live plants at the Lyons Campus Bldg. 143 (including weekly watering, dusting of all foliage, maintaining proper soil levels, pruning and trimming, disease prevention and control, fertilization of plants using "green products, and guaranteed replacement of existing plant type, color, size, and containers at no additional cost to the government).
12
MO
Total Option Year 2:
3001
Option Year 3: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the maintaining of interior live plants at the Lyons Campus Bldg. 143 (including weekly watering, dusting of all foliage, maintaining proper soil levels, pruning and trimming, disease prevention and control, fertilization of plants using "green products, and guaranteed replacement of existing plant type, color, size, and containers at no additional cost to the government).
12
MO
Total Option Year 3:
4001
Option Year 4: Contractor must provide all labor, materials, equipment, tools, supervision, incidentals, travel, and services necessary to accomplish the maintaining of interior live plants at the Lyons Campus Bldg. 143 (including weekly watering, dusting of all foliage, maintaining proper soil levels, pruning and trimming, disease prevention and control, fertilization of plants using "green products, and guaranteed replacement of existing plant type, color, size, and containers at no additional cost to the government).
12
MO
Total Option Year 4:

Base and All Options Total:

(vi) The required work is as contained below in the Performance Work Statement.
Performance Work Statement
VA New Jersey Lyons Campus Interior Plant Maintenance

GENERAL INFORMATION
Scope of Work:

The Department of Veterans Affairs is seeking a contractor to maintain Building 143 interior live plants at the Department of Veterans Affairs located at the Lyons Campus, Lyons, NJ. (See Attachment A). The contractor must provide the necessary labor, tools, equipment, supplies, and suitable conveyance to maintain the plants, including a 100-foot hose and watering wand as beds are non-irrigated.
Performance Period: Base Plus Four date of award for 12 months
Option Year One- 12 months
Option Year Two- 12 months
Option Year Three- 12 months
Option Year Four- 12 months

Place of Performance: Department of Veterans Affairs, Lyons Campus. 151 Knollcroft Road, Lyons, NJ 07939. Building 143. (See M for plant locations)

GENERAL REQUIREMENT:

The contractor must provide the necessary labor, tools, equipment, supplies, and suitable conveyance to maintain interior live plants at the Lyons Campus Bldg. 143 in accordance with the specifications herein.
The maintenance service must include weekly watering, dusting of all foliage, maintaining proper soil levels, pruning and trimming, disease prevention and control, fertilization of plants using "green products, and guaranteed replacement of existing plant type, color, size, and containers at no additional cost to the government (except where damage or loss is due to causes beyond contractor's control.)
The Contractor will be responsible for the disposal of all trash.
SPECIFIC REQUIREMENTS AND SCHEDULE

The Contractor must provide plant maintenance every Wednesday from 9:00am through 1:00pm.
It is the responsibility of the Contractor's employee to sign the Sign-In Sheet located at a place to be determined within building 143 and to sign-out upon completion of plant maintenance at this location on every visit.
It is also the Contractor's employee responsibility to record any issues with any of the plants on the log sheet. Contractor is to maintain interior live plants to include the following:

Weekly Watering
Pruning, trimming, and cleaning
Dusting of all Foliage
Maintaining proper soil levels
Disease prevention and control
Fertilization of plants using green" products, and
Guaranteed replacement (except where damage or loss is due to causes beyond contractor's control.)
D. DELIVERY SCHEDULE:

The contractor will have access to the building for servicing on Wednesdays from 9:00am through 1:00pm, unless otherwise rescheduled and approved by the COR.
The contractor must not perform work during other workdays or during other hours without written approval. Services are not required on the following holidays:

New Years' Day
Martin Luther King Jr.
President's Day
Memorial Day
Juneteenth
Independence Day
Labor Day
Columbus Day
Veteran's Day
Thanksgiving Day
Christmas Day

If for any reason the scheduled time for the services outlined above cannot be met, the contractor is required to explain why in writing to the COR and provide a copy to the CO, including a firm commitment of when the services will be completed. This request must cite the reasons for the delay, modified/acceptable delivery date, the impact on the overall project, and a revised plan with all agreed upon dates. The COR will review the facts and submit a recommendation to the CO. The CO will review and consider the information of each request on the basis of its merits and issue a response in accordance with applicable regulations. The contractor must proceed as originally scheduled until such modification is issued.
E. Excusable Delays

The contractor must be liable for default unless nonperformance is caused by an occurrence beyond the reasonable control of the contractor without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, continuing resolution, fires, floods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The contractor must notify the CO in writing as soon as it is reasonably possible after the commencement of any excusable delay, setting forth the full particulars in connection therewith, must remedy such occurrence with all reasonable dispatch, and must promptly give written notice to the CO of the cessation of such occurrence
G. Contractor Personnel:

The contractor must be responsible for managing and overseeing the activities of all contractor personnel used in performance of this effort. The contractor's management responsibilities must ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in this SOW. The contractor must assign experienced, technically qualified personnel to perform the requirements.
H. Contractor Responsibilities:

The contractor must possess and maintain all necessary insurance, licenses and/or permits required to perform services. The contractor must take all reasonable precautions necessary to protect persons and property from injury or damage during the performance of this contract and be responsible for any injury to personnel as well as for any damage to personal or public property during the performance of this contract that is caused by personnel fault or negligence.

The contractor must comply with all Federal, state, City and County Laws, rules, and regulations for required services contained herein.

All contractor personnel must have and maintain proper identification to always enter and exit the building.
CHANGES TO THE PERFORMANCE WORK STATEMENT

All changes to this PWS must be authorized and approved only through written correspondence from the CO. Change requests will be monitored by the CO. No payments will be made for any unauthorized supplies and/or services or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed CO. Only a duly appointed CO is authorized to change the specifications, terms, and conditions under this effort

IDENTIFIED PLANTS AND LOCATION WITHIN BUILDING 143
Location
Quantity
Size
Description
Maintain the following



West Plant Bed (45'L x 10'W)
8
14"
Aglos

2
10"
Snakes (existing)

2
14"
Tarzans (existing)

3
10"
JC Arturo

1
17"
Ficus Lyrata

1
14"
Ficus Alli (existing)

2
10"
Rubber Plants (existing)

2
10"
Bromeliads (existing)
North Plant Bed (34' L x 4'W)
4
17"
Fiscus Amstel King

1
14"
Tarzans (existing)

5
14"
Aglos

3
10"
JC Arturo

1
21"
Ficus Lyrata (18' Tall)
South Plant Bed (25' L x 4'W)
3
14"
Selloums

1
17"
Ficus Lyrata
Center Plant Bed (42'L x 15'W)
1
17"
Ficus Alli

1
17"
Ficus Amstel King

4
14"
Aglos

2
14"
Chinese Fan Palm

4
10"
JC Arturo

3
10"
Bromeliads (existing)

1
10"
Selloum

6
10"
Spider Plants

1
21"
Ficus Lyrata (18" tall)
To replace existing Spider Plant Containiners
6
13"
Phoenix containers in silver

CONTRACTING OFFICE ADDRESS:

VISN 2 Network Contracting Office
Albany Stratton VA Medical Center
113 Holland Ave
Albany, NY 12208

(vii) Awardee shall coordinate with the Contracting Officer s Representative (COR) prior to performance.
(viii) The following solicitation provisions apply to this acquisition:
The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html
FAR 52.212-1, Instructions to Offerors Commercial Items (Nov 2021)
Solicitation number for this requirement as 36C24223Q0935;
The time specified in the solicitation for receipt of offers;
Name, address and telephone number of offeror;
Technical description of services to be performed in accordance with the Statement of Work. This Technical description should address the requirement specifically. Capability statements that are merely an overview of what the contractor offers will be determined incomplete. Please address all the technical evaluation sub-factors. Failure to address all the sub-factors will result in your package being determined incomplete;
Terms of any express warranty;
Price should be for all services detailed in section v of this document. The pricing must be broken down in a manner that allows for price reasonableness to be determined. Failure to provide complete pricing will result in contractors package being determined to be incomplete;
Remit to address, if different than mailing address;
A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically);
Acknowledgement of any solicitation amendments;
Past performance information;
A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation.
Offers that fail to furnish required representation or information or reject the terms and conditions of the solicitation will be excluded from consideration.
The following solicitation provisions are included as addenda to FAR 52.212-1:
52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-7 System for Award Management (OCT 2018)
52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
52.216-1 Type of Contract (APR 1984)
The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation
52.217-5 Evaluation of Options (JUL 1990)
852.252-70 Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008)

Addendum to FAR 52-212-1 INSTRUCTIONS TO OFFERORS COMEMRCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021):

This Request for Quote (RFQ) is issued in accordance with FAR Part 12 in conjunction with Simplified Acquisition Procedures at FAR 13.5. All instances of FAR 15 procedures in FAR 52.212-1 shall not apply to this RFQ and are hereby substituted with FAR 13 procedures.

Eligibility: In order for a quote to be eligible for award, offerors submitting a quote must have the NAICS Code 561730: LANDSCAPING SERVICES and current registration in both the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM and current active registration as a small business under NAICS 561730: LANDSCAPING SERVICES in Small Business Administration (SBA): https://www.sba.gov/.

Questions: Questions must be submitted to Levi.Russin@va.gov in writing via e-mail. Oral questions will not be accepted. The deadline for receipt of questions is 8/30/2023 at 12:00 PM ET. Questions will be answered in an amendment to the solicitation.

Submission Instructions: Technical packages shall be submitted to Levi.Russin@va.gov by 12:00 PM ET on 9/8/2023. The email shall identify Solicitation 36C24223Q1129. Offerors that do not adhere to these instructions may be determined to be incomplete and, therefore, risk being rejected without further consideration for award. Offer submissions must include:

EVALUATION FACTOR SUPPORTING DOCUMENTS:

Technical Capability: Technical capability is defined as an offeror s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities

Technical Capability will be determined on the basis of the qualification of the quoter that are detailed in the quoter s capability statement.

Quoter must provide a technical capability statement of 15 pages or less demonstrating it has trained personnel, equipment, and working experience in Interior Plant Maintenance services. Documentation must include proof of providing work on at least three (3) contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the PWS for this requirement.

Quoter must provide proof/certification that it is a licensed business to conduct Interior Plant Maintenance services including necessary insurance, licenses and/or permits required to perform the services required.

(2) Past performance: Quoter will be evaluated on how well their past performance information supports that they are a capable vendor who can adequately perform services of this scope and complexity without issues with performance. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The contractors Past Performance shall also be reviewed in PPIRs; Individuals with no past performance shall receive a neutral rating for this evaluation factor. Quoter must provide at least three (3) past performances references for contracts of similar nature, scope, complexity, difficulty, and size to that which will be supplied to the work detailed in the PWS for this requirement.

(3) Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.

END OF ADDENDUM

(ix) The provision at FAR 52.212-2, Evaluation Commercial Items (November 2021), applies to this acquisition.
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, considering technical capability, past performance, and price.
A Technical Evaluation Team comprised of representatives of the Department of Veterans Affairs will evaluate the proposals. The identities of the Technical Evaluation Team are confidential, and any attempt by the offerors to contact these individuals is prohibited. The evaluation will be based on the content of the proposal and any subsequent discussions, if necessary, as well as information obtained from other sources, e.g. past performance information. Quoters are advised that the technical evaluation and rating of proposals will be conducted in strict confidence in that technical and past performance proposals are reviewed and rated without knowledge of the price offered. During deliberation, the number and identities of quoters are not revealed to anyone who is not involved in the evaluation and award process or to other quoters. Quotes will be evaluated based on the factors described herein, and award will be made to the responsive responsible quoter whose offer in conformance with this solicitation, results in the best value to the Government, price and other factors considered.

The evaluation process essentially consists of two parts: Technical/Past Performance Evaluation and Price Evaluation.
1. Technical/Past Performance Evaluation: Proposals shall be evaluated against the Evaluation Factors and Criteria.

2. Price Evaluation: The CO will evaluate price proposals independent of the technical/past performance evaluation. The Technical Evaluation Team will not have access to price information until completion of the technical/quality evaluation.

NOTE: Price/Technical Trade-off Analysis: Once above evaluations are complete, the Technical Evaluation Team will compare the relative advantages and disadvantages of technical proposals and weigh against the prices. Technical Approach and Past Performance are equal and when combined are significantly more important than Price. The Technical Evaluation Team will then consider all factors and recommend an awardee to the CO, the quote offering the best value to the Government. The CO s decision shall be based on a comparative assessment of proposals against all source selection criteria in the solicitation.

The government shall evaluate information based on the following evaluation criteria.

Evaluation Factors:
Technical Capability: Technical capability is defined as a quoter s ability to satisfy the solicitation s requirements, providing the highest quality service to the specified facilities. Contractor shall provide a maximum 15-page capability statement demonstrating it has trained personnel, equipment and working experience and ability to meet all the requirements of the Performance Work Statement (PWS).

A) Technical Proficiency: Quoter shall submit a proposal that verifies it is a firm that specializes in Interior Plant Maintenance services. The proposal shall be comprehensive and demonstrates its understanding of the requirement and not a copy and paste of the Performance Work Statement (PWS) requirements. It shall outline the contractor s ability to perform the services adequately and satisfactorily in accordance with the PWS and the extent to which potential risks are identified and mitigated.

B) Contractor Experience: The quoter shall provide three (3) instances of past-experience similar in nature, scope, complexity, difficulty, and size to that which will be supplied under the prospective contract contemplated by this solicitation. The experience shall reflect of no less than three (3) years of Interior Plant Maintenance Services.

Past performance: Quoter must provide three references for contract of similar scope and magnitude to be evaluated. Relevant past performance information shall include key personnel who have relevant experience, predecessor companies, and subcontractors who will perform major or critical elements of this solicitation. The quoters Past Performance shall also be reviewed in PPIRs; Quoter s with no past performance shall receive a neutral rating for this evaluation factor.Â

Price: The government will evaluate quotes for award purposes based on the pricing for the total requirement. Quotes for partial requirement will not be evaluated and will be deemed non-responsive upon receipt.

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

A written notice of award or acceptance of a quote, mailed or otherwise furnished to the successful quoter within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the quote s specified expiration in time, the Government may accept a quote (or part of a quote), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
Failure to provide the information requested in the evaluation criteria may result in being found non-responsive.

(End of Provision)

(x) The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) applies to this acquisition. * All firms or individuals submitting a quote shall include a completed copy of this provision OR have current Representations and Certifications in the System for Award Management (SAM - https://www.sam.gov). Representations, Certifications, and SAM must be current at award. IF NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE.

(xi) FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021
applies to this acquisition.
The following clauses are incorporated into Addendum to FAR 52.212-4,
52.252-2 Clauses Incorporated by Reference (FEB 1998)
52.204-13 System for Award Management Maintenance (OCT 2018)
52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020)
52.217-8 Option to Extend Services (NOV 1999)
52.217-9 Option to Extend the Term of the Contract (MAR 2000)
a) Within 30 days; written notice of its intent to extend at least 60 days; c) shall not exceed 5 years
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)
- 852.201-70 Contracting Officer s Representative (DEC 2022)
- 852.203-70 Commercial Advertising.
- 852.232-72 Electronic Submission of Payment Requests
- 852.242-71 Administrative Contracting Officer (OCT 2020)
- 852.270-1 Representatives of Contracting Officers.
852.242-71 Administrative Contracting Officer (OCT 2020)
(xii) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2022)

The following subparagraphs of FAR 52.212-5 are applicable:
52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020)
52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (SEP 2021)
52.219-6 Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28 Post Award Small Business Program Representation (NOV 2020)
52.219-32 Orders Issued Directly Under Small Business Reserves (MAR 2020)
52.222-3 Convict Labor (JUN 2003)
52.222-21 Prohibition of Segregated Facilities (APR 2015)
52.222-26 Equal Opportunity (SEP 2016)
52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-41 Service Contract Labor Standards (AUG 2018)
52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014)
Employee Class: 11210
Monetary Wage-Fringe Benefits: WG-3
52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (AUG 2018)
52.222-50 Combating Trafficking in Persons (OCT 2020)
52.222-55 Minimum Wages Under Executive Order 13658 (NOV 2020)
52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017)
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33 Payment by Electronic Funds Transfer System for Award Management (OCT 2018)

(xiii) The Service Contract Act of 1965 does apply to this procurement.
See attached Wage Determination

(xiv) All quoters shall submit the following: one copy of technical capability and pricing, and an additional redacted copy.
All quotations shall be sent ONLY to Levi Russin at Levi.Russin@va.gov
This is a Total Small Business Set-Aside Open-Market solicitation for Interior Plant Maintenance Services for New Jersey Healthcare System Lyons Campus 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:"
Quoter shall list exception(s) and rationale for the exception(s).
Submission shall be received not later than 12:00 PM ET on 9/8/2023 at Levi.Russin@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed or postal mailed quotes will NOT be accepted.
Request for information (RFI) shall be received no later than 12:00 PM ET on 9/1/2023. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist Levi Russin at Levi.Russin@va.gov.

All communication shall have RFQ number and requirement title in the subject line.

Point of Contact
Levi Russin, Contract Specialist
Levi.Russin@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 113 HOLLAND AVE
  • ALBANY , NY 12208
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 25, 2023 01:40 pm EDTCombined Synopsis/Solicitation (Original)

Related Document

Sep 11, 2023[Combined Synopsis/Solicitation (Updated)] S208--Building 143 Interior Plant Maintenance - New Jersey Healthcare System - Lyons Campus

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >