Dental Handpieces Repair
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Dental Handpieces Repair
Classification Code: J - Maintenance, repair & rebuilding of equipment
Solicitation Number: N0025918Q0082
Contact:
Setaside: Total Small BusinessTotal Small Business
Description:
Naval Medical Center San Diego
NOTICE TO CONTRACTOR
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is N0025918Q0082. It is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. The size standard is
Naval Medical Center San Diego (NMCSD) requests responses from qualified small business vendors capable of repairing dental handpieces offsite in accordance with the Statement of
Period of Performance:
Services required:
CLIN 0001: Repair of Dental Handpieces on an as needed basis in accordance with the Statement of Work
Total Price: ___________ Annual NTE (Not to Exceed)
Period of Performance:
CLIN 1001: Option Year 1Repair of Dental Handpieces on an as needed basis in accordance with the Statement of Work
Total Price: ___________ Annual NTE (Not to Exceed)
Period of Performance:
CLIN 2001: Option Year 2 Repair of Dental Handpieces on an as needed basis in accordance with the Statement of Work
Total Price: ___________ Annual NTE (Not to Exceed)
Period of Performance:
CLIN 3001: Option Year 3 Repair of Dental Handpieces on an as needed basis in accordance with the Statement of Work
Total Price: ___________ Annual NTE (Not to Exceed)
Period of Performance:
CLIN 4001: Option Year 4 Repair of Dental Handpieces on an as needed basis in accordance with the Statement of Work
Total Price: ___________ Annual NTE (Not to Exceed)
Period of Performance:
Acceptance location is at
DLA TROOP SUPPORT XDOCK WEST PROJECT
ATTN: MEDICAL AIR
TCN: N68292-8122-D011XXX/TAC NBCC
C/O CARDINAL HEALTH MPS
4551 E. PHILADELPHIA ST
FBO Destination: unless otherwise specified in the order, the vendor is responsible for the performance of all inspection requirements and quality control.
DEFENSE BIOMETRIC IDENTIFICATION SYSTEM (DBIDS)
(a) In accordance with CNICMEMO dated
(b) NCACS users may visit the local
(c) Individuals who apply for NCACS credentials during the period of 17 April through
(d) DBIDS guidance for Vendors/Contractors to obtain a pass is accessible through the following website:
https://www.cnic.navy.mil/om/dbids.html
For more information or to enroll in the DBIDS Program call: 1.202.433.4784.
For
(c) Vendors, contractors, suppliers and other service providers shall present their pass upon entry at ECP.
This acquisition incorporates by reference the following FAR provisions and clauses:
52.212-3 -- Offeror Representations and Certifications -- Commercial Items (
Contractors are reminded to either include a completed copy of 52.212-3 and its ALT I with quotes, or alternatively, the provision can also be submitted at https://www.sam.gov.
52.212-4 -- Contract Terms and Conditions -- Commercial Items (
52.204-16 - Commercial and Government Entity Code Reporting (
52.204-18 Commercial and Government Entity Code Maintenance (
52.232-18 Availability of Funds
52.232-40 - Providing Accelerated Payments to Small Business Subcontractors (
Additional contract terms and conditions applicable to this procurement are:
252.203-7000 Requirements Relating to Compensation of Former DoD Officials (
252.203-7005 Representation Relating to Compensation of Former DoD Officials (
252-204-7011 Alternate Line Item Structure (
252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (
252.211-7003 Item Unique Identification and Valuation (
252.211-7008 Use of Government-Assigned Serial Numbers (
252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations (
252.223-7008 Prohibition of Hexavalent Chromium (
252.225-7000 Buy American--Balance of Payments Program Certificate-Basic (
252.225-7001 Buy American and Balance of Payments Program (
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (
252.232-7006 Wide Area WorkFlow Payment Instructions (
252.232-7010 Levies on Contract Payments (
252.244-7000 Subcontracts for Commercial Items (
252.247-7023 Transportation of Supplies by Sea-Basic (
The following clauses incorporated by full text apply to the solicitation:
The provision at FAR 52.212-1 applies to this acquisition.
Addendum to FAR 52.212-1: FAR 52.212-1 is replaced in its entirety by this addendum:
Instructions to Quoters-Commercial Items
(a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in the first paragraph of this combined synopsis/solicitation. However, the small business size standard for a concern which submits a quotation in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees.
( b ) Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations must be submitted as specified in the solicitation. As a minimum, quotations must show-
(1) The solicitation number;
(2) The time specified in the solicitation for receipt of quotations;
(3) The name, address, and telephone number of the quoter;
(4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount terms;
(7) "Remit to" address, if different than mailing address;
(8) A completed copy of the representations and certifications at FAR "https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194" target="_blank"52.212-3 (see FAR "https://www.acquisition.gov/sites/default/files/current/far/html/52_212_213.html#wp1179194" target="_blank"52.212-3( b ) for those representations and certifications that the quoter shall complete electronically);
(9) Acknowledgment of Solicitation Amendments;
(10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and
(11) Quotation must include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
( c ) Reserved.
(d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during testing.
(e) Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately.
(f) Late submissions.
(1) Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is
(2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition.
(3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume.
(g) Issuance of purchase order. Quotations should contain the quoter's best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government's choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government's choice and will not use the formal source selection procedures described in FAR part 15.
(h) Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation.
(i) Availability of requirements documents cited in the solicitation.
(1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-
GSA Federal Supply Service Specifications Section
Suite 8100
Telephone (202) 619-8925
Facsimile (202) 619-8978.
(ii) If the
(2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites:
(i) ASSIST ("https://assist.dla.mil/online/start/" target="_blank"https://assist.dla.mil/online/start/).
(ii) Quick Search ("http://quicksearch.dla.mil/" target="_blank" HTTP://quicksearch.dla.mil/).
(iii) ASSISTdocs.com ("http://assistdocs.com/" target="_blank" HTTP://assistdocs.com).
(3) Documents not available from ASSIST may be ordered from the
(i) Using the ASSIST Shopping Wizard ("https://assist.dla.mil/wizard/index.cfm" target="_blank"https://assist.dla.mil/wizard/index.cfm);
(ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri,
(iii) Ordering from DoDSSP, Building 4, Section D,
(4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance.
(j) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding
(k) System for Award Management. Unless exempted by an addendum to this solicitation, by submission of a quotation, the quoter acknowledges the requirement that a prospective contractor shall be registered in the SAM database prior to purchase order issuance, during performance and through final payment of any contract resulting from this solicitation. If the quoter does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to issue the purchase order to the next otherwise successful registered quoter. Quoters may obtain information on registration and annual confirmation requirements via the SAM database accessed through "https://www.acquisition.gov/" target="_blank"https://www.acquisition.gov.
(l) Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer.
52.212-2 -- Evaluation -- Commercial Items (
(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 Capability, Past Performance, and Price.
FACTOR 1: Technical Capability - defined as the contractor's ability to have the basic knowledge, experience, and understanding the requested items and services for the Government's requirements as stated in the extended description and statement of work.
FACTOR 2: Past Performance - Make available up to two (2) references with the Point of contact, telephone number, and, address. Demonstrate same or similar level of service within the last three years. Include evidence of previous experience with
FACTOR 3: Price - The Government shall conduct a price evaluation of all technical acceptable offers with satisfactory past performance.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(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 (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (
(4) 52.233-4, Applicable Law for Breach of Contract Claim (
(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: (Contracting Officer check as appropriate.)
___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (
____ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
_X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
_X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (ii) Alternate I (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (ii) Alternate I (
____ (13) [Reserved]
____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (v) Alternate IV (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
__X__ (22) 52.219-28, Post Award Small Business Program Rerepresentation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
____(24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (
__X__ (25) 52.222-3, Convict Labor (
__X__(26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
__X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__X__ (28) 52.222-26, Equal Opportunity (
____ (29) 52.222-35, Equal Opportunity for Veterans (
__X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
____ (31) 52.222-37, Employment Reports on Veterans (
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
__X__ (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (b)(35): By a court order issued on
the court terminates the injunction. At that time,
____ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016).
____ (37)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (
____ (ii) Alternate I (
____ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).
____ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).
____ (40) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (41)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (43)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
__X__ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (45) 52.223-20, Aerosols (June, 2016) (E.O. 13693).
____ (46) 52.223-21, Foams (June, 2016) (E.O. 13693).
____ (47)(i) 52.224-3, Privacy Training (
____ (ii) Alternate I (
____ (48) 52.225-1, Buy American'upplies (
____(49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43.
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (50) 52.225-5, Trade Agreements (
__X__ (51) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (56) 52.232-30, Installment Payments for Commercial Items (
__X__ (57) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (58) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (59) 52.232-36, Payment by Third Party (
____ (60) 52.239-1, Privacy or Security Safeguards (
____ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).
____ (62)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(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: (Contracting Officer check as appropriate.)
_____(1) 52.222-17,
_____ (2) 52.222-41, Service Contract Labor Standards (
_____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
_____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
__X___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____(8) 52.222-55, Minimum Wages Under Executive Order 13658 (
_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (
_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (11) 52.237-11, Accepting and Dispensing of
(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
(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 disputes 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,
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(iii) 52.219-8, Utilization of Small Business Concerns (
(iv) 52.222-17,
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (
(vii) 52.222-35, Equal Opportunity for Veterans (
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(ix) 52.222-37, Employment Reports on Veterans (
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(xi) 52.222-41, Service Contract Labor Standards (
(xii) _____ (A) 52.222-50, Combating Trafficking in Persons (
_____ (B) Alternate I (
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xv) 52.222-54, Employment Eligibility Verification (
(xvi)52.222-55, Minimum Wages Under Executive Order 13658 (
(xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (e)(1)(xvii): By a court order issued on
(xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016)).
(xix) (A) 52.224-3, Privacy Training (
(B) Alternate I (
(xx) 52.222-62 Paid Sick Leave Under Executive Order 13706 (
(xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xxiii) 52.247-64, Preference for Privately-Owned
(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.
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
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://farsite.hill.af.mil/vmfara.htm
https://www.acquisition.gov/browsefar
(End of provision)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within 5 days of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 5 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years.
(End of clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address (es):
FAR Clauses: http://farsite.hill.af.mil/vmfara.htm
DFAR Clauses: http://farsite.hill.af.mil/vmdfara.htm
(End of clause)
The Government will only consider firm fixed price (FFP) quotations.
All questions regarding the RFQ, of a contractual nature or technical nature, must be submitted electronically by email to [email protected] no later than
Electronic submission of Quotes: Quotations shall be submitted electronically by email to [email protected]. Quotations must be received by
All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the Offeror to meet all specifications and requirements.
******* End of Combined Synopsis/Solicitation ***
Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918Q0082/listing.html
Q– General Acute Medical Services Manchester VAMC
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News