J044--Boiler Cleaning Services.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Connecticut
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Apr 17, 2024
Due: Apr 24, 2024
Solicitation No: 36C24124Q0411
Publication URL: To access bid details, please log in.
Follow
J044--Boiler Cleaning Services.
Active
Contract Opportunity
Notice ID
36C24124Q0411
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 17, 2024 10:45 am EDT
  • Original Published Date: Apr 01, 2024 02:18 pm EDT
  • Updated Date Offers Due: Apr 24, 2024 05:00 pm EDT
  • Original Date Offers Due: Apr 12, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 09, 2024
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J044 - MAINT/REPAIR/REBUILD OF EQUIPMENT- FURNACE, STEAM PLANT, AND DRYING EQUIPMENT; NUCLEAR REACTORS
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    VAMC West Haven West Haven , CT 06516
    USA
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Revision 01
Effective: 05/30/2023
Description
This is a combined synopsis/solicitation for commercial products and services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Services, 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.

This solicitation is issued as RFQ 36C24124Q0411. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-03.

The associated North American Industrial Classification System (NAICS) code for this procurement is NAICS 238220 (Plumbing, Heating, and Air-conditioning contractors) size standard $19 Million.

This is being bid as a SDVOSB set-aside.

The VAMC West Haven 950 Campbell Ave West Haven, CT 06516 is seeking to identify any vendor capable of providing VAMC West Haven with boiler cleaning to remove foreign material deposits from both the furnace gas side and the boiler water side, in addition to the interior of the deaerator and condensate tank. This scope of work is to provide details related to a service contract to support this necessary work.

All interested companies shall provide quotations for the following:







DEPARTMENT OF VETERAN AFFAIRS
SCOPE OF WORK

Background:
The West Haven VA Connecticut Healthcare System (VACHS) has high pressure steam boilers providing heating capability to the facility. Boiler cleaning is required on an annual basis by Veterans Health administration (VHA) Directive 1810(1), Appendix B section 3. The boilers require cleaning to remove foreign material deposits from both the furnace gas side and the boiler water side, in addition to the interior of the deaerator and condensate tank.
Justification:
Boiler plant service is critical for the West Haven VAMC to operate and maintain healthcare services year-round. In compliance with VHA Directive 1810(1) annual boiler cleaning is required. Annual cleaning ensures there is limited build-up of foreign material deposits year over year which prolongs system service life, improves heat transfer capability, and reduces the risk of performance loss and system failures. In compliance with VHA Directive 1810(1) annual boiler cleaning is required.
Location of Services:
VA Medical Center West Haven
950 Campbell Avenue
West Haven, CT 06516
Period of Performance:
This contract is for a base term only. The period of performance for this work is 30 calendar days starting from the date of the notice to proceed.
Products:
West Haven Boilers:
#1 Boiler Cleaver Brooks, Model DL-60, built 1981, max psi 260, operating psi 110, 26,000lbs per hour.
#2 Boiler - Â Cleaver Brooks, Model DL-60, built 1981, max psi 260, operating psi 110, 26,000lbs per hour
#3 Boiler Cleaver Brooks, Model DL-60, built 1981, max psi 260, operating psi 110, 26,000lbs per hour.
Cleaver Brooks Burner Firing rate in MBTU/HR Max 37820, Natural gas main psi 66 IN. WC
Oil #2 supply psi 100
Electrical 208Volts, 3 phase, 60hz.
Control Circuit 120volts, 1phase, 60hz



Newington Boilers:

References:
The following VA standards are reference documents that pertain to the scope of work contained herein and shall be adhered to.
VHA Directive 1810(1), Dated Jan. 4, 2023, Boiler and Boiler Plant Operations.
VHA Boiler and Associated Plant Safety Device Testing Manual Eighth Edition, Dated Feb. 2024.
Reference documents are available via the VA Technical Information Library using the following link: https://www.cfm.va.gov/TIL/spec.asp. Alternatively, the COR or FMS designee may provide these documents upon request.
Scope of Work:
The contractor shall provide all labor, materials, tools, consumables, along with applicable state license(s) and permits to perform annual cleaning of high-pressure steam boilers as required by VHA Directive, Reference (a).
The contractor shall participate in an initial boiler plant safety meeting to review safety and lock out/tag out (LOTO) procedures, discuss the nature of the planned cleaning activities, and coordinate those activities with boiler plant operations management at the respective facility.
Appropriate cleaning methods and products (such as solvents, rags, cleaning agents, etc.) selected for this work shall be those typically used in industry for boiler cleaning service or as recommended by the equipment manufacturer. Care shall be taken to select cleaning methods and products that do not damage, wear, erode, or leave behind residue that could impact boiler operation. The first time or base contract year, the contractor conducts this work, VA approval is required for cleaning methods and products that are selected.
In accordance with VHA Directive, Reference (a), the following boiler components are required to be cleaned annually for high pressure steam boiler systems. The contractor shall complete cleaning of the following components at a minimum. Any deviation otherwise shall be communicated with the COR and boiler plant operations management in writing. The following shall be cleaned for each boiler as applicable and using appropriate methods:
The fire side surfaces and volumes of each boiler, including air intake duct, furnace, tube areas, and exhaust duct.
The water side surfaces and volumes of each boiler, including drums, tubes, piping, and instrumentation tubing and housings.
The deaerator interior.
The condensate tank interior.
In addition to the above, the contractor shall perform a turbine cleaning of boiler tubes if it is deemed necessary by boiler plant operations management, the COR or the COR s designee.
The contractor shall present the final cleaned boilers to the VA, specifically the COR or boiler plant operations management, for inspection and to verify that completed cleaning is satisfactory.
Following VA acceptance of post clean equipment condition, the contractor shall re-install any insulation, covers, shielding or otherwise that were temporarily removed to facilitate cleaning. The boilers shall be put back in a condition where they are ready to be filled and fired.
The contractor shall report to the COR and boiler plant operations management any major equipment condition deficiencies observed during cleaning.
All waste material (includes packaging, consumables) and debris generated by this work shall be removed off of VA campus by the contractor and shall be disposed of in accordance with applicable State and Federal regulations.
Definitions/Acronyms:
CO Contracting Officer.
COR Contracting Officer s Representative.
Acceptance Signature Signature of VA FMS employee who indicates the contractor demonstrated service conclusion/status and user has accepted work as complete/pending as stated in the final report.
Authorization Signature COR s signature; indicates COR accepts work status as stated in the final report.
OSHA Occupational Safety and Health Administration.
FMS Facilities Management Service
Qualifications:
Contractor must provide, upon request, evidence of appropriate training of any authorized personnel providing services under terms of the contract. The CO and/or COR specifically reserve the right to reject any of the contractor s personnel and refuse them permission to work on the equipment outlined herein, based upon credentials provided.
Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer. Service response on calls from unauthorized personnel could result in non-payment.
Documentation/Reports:
The contractor shall provide a written report, within 30 calendar days of completion of cleaning service. The report shall include descriptions and pictures of initial conditions, work completed, and final condition of the equipment post cleaning.
Discovery of any equipment deficiencies observed during cleaning shall be documented in the final report.
Any additional charges claimed will be approved by the CO and COR before service is completed.
Services Beyond the Contract Scope:
The contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence or the development of any additional scope to the subject cleaning services, which the contractor considers they are not responsible for under the terms of the contract.
The contactor shall provide the COR with a written estimate of the cost to make necessary repairs that are beyond this contract scope.
Hours of Coverage:
Unless otherwise authorized by the COR and coordinated with FMS or boiler plant operations management, all efforts for this work will be scheduled during normal working hours (7:00 AM to 5:00 PM (CST) Monday through Friday).
Scheduling for work outside of normal hours shall be coordinated with boiler plant operations management as needed.
Federal holidays observed by VA Connecticut Healthcare System are:
Labor Day
Columbus Day
Veteran s Day
Thanksgiving Day
Christmas Day
New Year s Day
Martin Luther King Day
President's Day
Memorial Day
Independence Day
and any other day specifically designated by the President of the United States.
Safety:
The contractor shall take all safety precautions necessary to perform cleaning of boiler system components as required herein and ensure activities do not endanger the contractor s authorized personnel, VA personnel or patients during work.
The contractor shall ensure all energy sources are isolated prior to performing cleaning. Coordinate with FMS personnel as needed to isolate and/or lock out tag out applicable sources.
The contractor shall comply with the following:
Confined Space permit(s) as required.
Lock Out Tag Out procedures as required.
Personal Protective Equipment as required for field service work.
Identification, Parking, Smoking, and VA Regulations
Contractor s FST(s) shall always wear visible identification while on the premises of the VA. Identification shall include, at a minimum, the employee s name, position, and the contractor s trade name.
It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from VA Police Service. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions.
Smoking is prohibited inside all VA buildings.
Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search.
Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state or municipal court.
Records Management:
The following standard terms and conditions relate to records generated in executing the contract and should be included in a typical procurement contract:
Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
Evaluation Process
Award will be made to the best price, as determined to be the most beneficial to the Government. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide the requested information below shall be considered non-compliant and your quote could be removed from the evaluation process.
Vendors quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. 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, past performance, and capabilities. The following factors shall be used to evaluate offers:

1. Price (Follow these instructions):
a. Vendor shall provide a quote for the scheduled drop off dates above. Vendors must also provide all applicable labor rates for the solicited services so they can be compared to the applicable wage determination for compliance with the Service Contract Labor Standards (SCLS) if applicable.

b. Ensure your validation is current in the System for Award Management (SAM)( https://www.sam.gov). Federal Acquisition Regulations require that federal contractors register in the SAM database at http://www.sam.gov and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their quotation.

2. Capable: The vendors quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services in accordance with the Statement of Work in a timely efficient manner.
a. Contractor shall demonstrate their corporate experience and approach to meet all requirements.

b. Contractor shall provide a list of all services included in the price.

c. Contractor shall provide all current and relevant licenses and/or certifications for the State of Massachusetts if applicable.

d. If you are planning to sub-contract some or all of this work, please provide the name and address(s) of all subcontractor(s) (if applicable) and a description of their planned subcontracting effort.

e. Contractor shall state and/or demonstrate their ability to meet all requirements and deliverables stated in this solicitation and Statement of Work. Any additional information to further identify how the company is experienced and capable of performing the requested work is welcome.

3. Veterans Preference Factor (per 852.215-70): The Government will assign evaluation credit for an Offeror (prime contractor) which is a Service-Disabled Veteran-Owned (SDVOSB) or a Veteran-Owned Small Business (VOSB). Non-SDVOSB/VOSB Offerors proposing to use SDVOSBs or VOSBs as subcontractors will receive some consideration under this evaluation Factor.
a. For SDVOSBS/VOSBs: In order to receive credit under this Factor, an Offeror shall submit a statement of compliance that it qualifies as a SDVOSB or VOSB in accordance with VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors . Offerors are cautioned that they must be registered and verified in Vendor Information Pages (VIP) database (http://www.VetBiz.gov).

i. Verified SDVOSBs will receive a 5% price credit (e.g. if a SDVOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $95.00).

ii. Verified VOSBs will received a 2.5% price credit (e.g. if a VOSB submits an offer of $100.00, it will be evaluated as if it submitted an offer of $97.50).

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

(x) Please include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer via the SAM.gov website or a written copy.

(xi) Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition in addition to the following addenda s to the clause: 52.252-2 Clauses Incorporated by Reference (FEB 1998), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020), 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011), 52.204-13 System for Award Management Maintenance (OCT 2018), 52.204-18 Commercial Government Entity Code Maintenance (AUG 2020), 52.217-9 Option to Extend the Term of the Contract (MAR 2000), 52.228-5 Insurance-Work on a Government Installation (JAN 1997), 52.232-40 Providing Accelerated Payments to Small Business Subcontracting (DEC 2013),

852.212-70 Provisions and Clauses Applicable to VA Acquisitions of Commercial Items (APR 2020)
852.203-70 Commercial Advertising
852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
852.232-72 Electronic Submissions of Payment Requests
852.233-70 Protest Content/Alternative Dispute Resolution
852.233-71 Alternate Protest Procedure
852.270-1 Representatives of Contracting Officers

852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018)

As prescribed in 819.7203(a) insert the following clause:

(a) This solicitation includes 852.219-74, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside,

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

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

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

852.219-77 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction.

As prescribed in 819.7009(c) insert the following clause:
VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (SEP 2021) (DEVIATION)

(a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that

(1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.]

(i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6.

(ii) [ ] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

(iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-74 or VOSBs as set forth in 852.219-11. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted.

(2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution.

(3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following:

(i) Referral to the VA Suspension and Debarment Committee;

(ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and

(iii) Prosecution for violating section 1001 of title 18.

(b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. The Contracting Officer may, at their discretion, require the Contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the Contracting Officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed.

(c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate.

(d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award.

I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror].
Printed Name of Signee: _________________________________
Printed Title of Signee: ________________________________
Signature: ______________________________________________
Date: ___________________________________________________
Company Name and Address: _____________________________________________________________________________________
(End of clause)

852.242-71 Administrative Contracting Officer.

As prescribed in 842.271, insert the following clause:

ADMINISTRATIVE CONTRACTING OFFICER (OCT 2020)

The Contracting Officer reserves the right to designate an Administrative Contracting Officer (ACO) for the purpose of performing certain tasks/duties in the administration of the contract. Such designation will be in writing through an ACO Letter of Delegation and will identify the responsibilities and limitations of the ACO. A copy of the ACO Letter of Delegation shall be furnished to the Contractor. (End of clause)

(xii) Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and in addition to the following FAR clauses cited, which are also applicable to the acquisition: 52.203-6, 52.204-10, 52.209-6, 52.219-4, 52.219-8, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-3, 52.225-13, 52.232-33, 52.222-41 (Wage Determination Central Western Massachusetts VAMC Hampshire County WD 2015-4095 (Rev-21), 52.222-42, 52.222-43, 52.222-55, 52.222-62

(xiii) All contract requirement(s) and/or terms and conditions are stated above.

(xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement.

(xv) RFQ responses are due NLT 04/24/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0411 in the subject line to: Nathan.Langone@va.gov Hand deliveries shall not be accepted.

(xvi) The POC of this solicitation is Nathan Langone (Nathan.Langone@va.gov)
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Mar 28, 2024[Sources Sought (Original)] J044--Boiler Cleaning Services.
Apr 1, 2024[Combined Synopsis/Solicitation (Original)] J044--Boiler Cleaning Services.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...RFQ 24-21 | CUSTODIAL SERVICES It is the intent of this proposal to ...

State Government of Connecticut

Bid Due: 5/07/2024

...Follow B430, 434, 435 HVAC Duct Cleaning Active Contract Opportunity Notice ID 6047591 ...

DEPT OF DEFENSE

Bid Due: 5/28/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.