J041--OR Chiller Repairs and Maintenance (VA-24-00046989)

Agency:
State: Connecticut
Type of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Posted: Mar 13, 2024
Due: Mar 20, 2024
Publication URL: To access bid details, please log in.
Follow
J041--OR Chiller Repairs and Maintenance (VA-24-00046989)
Active
Contract Opportunity
Notice ID
36C24124Q0311
Related Notice
36C24124Q0311
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 (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 13, 2024 10:38 am EDT
  • Original Date Offers Due: Mar 20, 2024 05:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: J041 - MAINT/REPAIR/REBUILD OF EQUIPMENT- REFRIGERATION, AIR CONDITIONING, AND AIR CIRCULATING EQUIPMENT
  • NAICS Code:
    • 811412 - Appliance Repair and Maintenance
  • 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 36C24124Q0311. 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 811412 (Appliance Repair and Maintenance) 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 furnishing all work including two OR Chillers, replacement of parts and correction of deficiencies outlined below, cleaning of OR Chillers, testing, and maintenance. The awarded contractor shall furnish all materials, equipment, supervision, and personnel necessary to accomplish the project as indicated. Work shall occur outside of regular business hours after 4:30 p.m., Saturday between 7:00 a.m. and 4:00 p.m. or as coordinated.

All interested companies shall provide quotations for the following:






Statement of Work

BACKGROUND
VA Connecticut Healthcare System requires chiller repairs and maintenance on two Air-Cooled Trane Chillers dedicated to the Operating Room Suite. The chillers were inspected, and a report was submitted with repair requirements.

JUSTIFICATION
Replacement of mechanical equipment is needed to correct deficiency in providing cooling to critical patient care areas.

PLACE OF PERFORMANCE
The place of performance for this contract is VA Connecticut Healthcare System, West Haven VA Medical Center located at 950 Campbell Avenue, West Haven, CT 06516.

PERIOD OF PERFORMANCE
The Contract Time Period of Performance will be 60 calendar days from Notice to Proceed (NTP) and includes contractor closeout.

QUALIFICATIONS
To be considered eligible for consideration, potential bidders shall have a field service representative located within 200 miles of the West Haven and Newington Campuses of the VA Connecticut Healthcare System and have been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment that he/she is being asked to provide services for.

Bidders shall provide upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer s Representative (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.

SCOPE OF WORK
The scope of this work includes two OR Chillers, replacement of parts and correction of deficiencies outlined below, cleaning of OR Chillers, testing, and maintenance.
The awarded contractor shall furnish all materials, equipment, supervision, and personnel necessary to accomplish the project as indicated.

Work shall occur outside of regular business hours after 4:30 p.m., Saturday between 7:00 a.m. and 4:00 p.m. or as coordinated.

Objectives:
The project will include but not be limited to the following:
Contractor shall furnish appropriate tools, equipment, and labor to correct deficiencies on OR Chillers #1 and #2 from Job Summary Reports Dated August 28, 2023 by Trane Technologies.
Coordinate with HVAC shop and/or COR to verify Operating Room Status and patient occupancy within the Operating Room. No work shall occur when surgical services are in effect or if patients are occupying the Operating Room Suite.
The manufacturer procedures take precedence over other recommended installation and operation procedures.
Coordinate all placement and removal of Lockout Tagout devices for any energy sources with the VA COR/Maintenance & Operations.
Maintenance, Inspections and Testing to maintain compliance with:
VHA Directive
ANSI/ASHRAE/ASHE Standard
VHA HEFP HVAC Design Manual Revised November 01, 2022.
Furnish all waste manifests to the VA COR and Contracting Officer.
Replace the temperature sensor on OR Chiller #1
Replace the entering on OR Chiller #1
Replace adoptive control screen, screen cover and provide an enclosure to protect from exposure to sunlight on OR Chiller #1.
Replace control and provide enclosure to protect controller on OR Chiller #1.
Replace evaporator temperature sensor on OR Chiller #2.
Wash condenser coils with chemicals on OR Chiller #1.
Wash condenser coils with chemicals on OR Chiller #2.
Perform Air-Cooled Chiller Maintenance on OR Chiller #1 and OR Chiller #2:
Check unit for proper operation, excessive noise or vibration.
Run system diagnostics test.
Review chiller logs.
Check oil level in oil separator sight glass. Add oil as necessary. Pull oil sample on Trane chillers only. Follow manufacturer instruction otherwise.
Check liquid line sight glass, oil, and refrigerant pressures.
Record system operating temperatures and pressures in the checklist.
Check programmable operating set points and safety cutouts. Assure they are correct for the application.
Verify motor amperage load limit.
Thoroughly clean evaporator and condenser.
Inspect plumbing and valves for leaks, adjust as necessary.
Check compressor and evaporator heater operation.
Check superheat on the evaporator and the economizer feed to the compressor.
Check condenser sub-cooling. Check for dirt in the panel. Check door gasket for sealing integrity.
Clean chiller.
Remove debris from worksite.
Fill out maintenance checklist and report deficiencies to the VA Contracting Officer, COR, and Chief Engineer.

Manufacturer
Qty
Model Number
Size
Serial Number
Location
OR Chiller #1 TRANE
1
RTAC2004UQ0NUAFNL1WX1DDNBA0FN11NR0EXN
200 Tons
U07M06753
B1 - 6th Fl
Rooftop
OR Chiller #2 TRANE
1
RTAC2004UQ0NUAFNL1WX1DDNBA0FN11NR0EXN
200 Tons
U07M06754
B1 - 6th Fl
Rooftop
OR Chiller #1





OR Chiller #1

OR Chiller #2
OR Chiller #2

All contractor personnel, sub-contractors and representatives visiting VA sites will be required to sign in upon arrival at Building 15 and/or retain a temporary VA badge. Each visiting individual be required to enter their name, their company s name, VA project title, reason for visit, and the times of arrival and departure. Arrangements for after normal hour working site visits must be made in advance and during normal working hours.
General: The Contracting Officer reserves the right to terminate any construction period services, without payment for services completed, if such services are not needed or are not being adequately completed.

Site Visits: Day to day contract administration will be performed by the COR. Periodic reviews, tests, and other field observation by the Government are not to be interpreted as superintendence nor as resulting in any approval of the contractor s apparent progress toward meeting the Government s objectives; but are intended to discover any information that the Contracting Officer may be able to call to the contractor s attention to prevent costly misdirection of effort.

The contractor shall remain responsible for constructing, operating, and maintaining the site in full accordance if the requirements of this solicitation.

The contractor shall provide VA with a copy of all inspection reports for inspections conducted by local, regional, and state code authorities from the start of construction through issuance of the certificate of occupancy or completion.

The contractor shall develop and provide to the VA the following:
Safety Plan: The contractor shall produce work in accordance with the latest editions of all applicable DVA guidelines (e.g. Construction Standards, Master Specifications, Standard Details, Special Design Criteria to meet Hospital Joint Commission (JCAHO) requirements), NFPA, Federal and State codes pertinent to the project scope.

All applicable personnel on site are required to obtain an Occupational Safety and Health
Administration (OSHA) 10 hour construction certification, and the site competent person for the
contractor must obtain an OSHA 30 hour construction certification.

Prior to the start of work, the specifications shall require the contractor to develop and
submit such plans as required by the VA relating to Safety and Environmental Issues. These may include but are not limited to:
Job Hazard Analysis and LOTO
Quality Control Plan: A Quality Control Plan shall be implemented for identifying and specifying the appropriate standard forms for Quality Control Inspections that will become part of the overall plan.

Per VA Directive 1805, smoking vaping, and smokeless tobacco are prohibited on the grounds of VA facilities, including in vehicles. This Directive applies to all Service providers and their employees.

No photography of VA premises is allowed without written permission of the contracting officer. Patients and staff are not to be photographed at any time.
Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required COVID vaccinations and boosters in compliance with current VHA Directives.

Prior to commencing work onsite, all Service providers and provider personnel shall furnish proof of receipt of required Tuberculosis testing in compliance with VHA Directive 1131(5), dated June 04, 2021.

Parking for Service provider and its employees shall be in designated areas only. Service provider to coordinate with COR.

The Service provider shall confine all operations (including storage of materials) on government premises to areas authorized or approved by the VA Contracting Officer. The Service provider shall hold and save the government, its officers, and agents, free and harmless from liability of any nature occasioned by the Service provider s performance. Working space and space available for storing materials shall be as determined by the COR. Workers are subject to the rules of the Medical Center applicable to their conduct. Execute work in such a manner as to reduce impacts with work being done by others.

Billing: Provide COR with a report or statement of work completed and include statements with request for payment. Statement should include service completed and the date each service item was completed. Labor charges shall be billed hourly, and any unused labor totals will be credited back to the VA Medical Center on the next billing cycle, upon receipt of the service report.

Safety Codes / Certification / Licensing:
Environmental abatement work, if necessary, is to be performed by Contractor under supervision and
monitoring for the VA by a Certified Industrial Hygienist.

The Contractor shall comply with all codes as described above, as well as codes customarily applied in
VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the contractor
shall be licensed as required by any applicable governing agencies, and their certifications and licenses
shall be included in the reports.

Travel:
Contractor and/or subcontractors will travel from their place of business to the West Haven VAMC of the VA Connecticut Healthcare System.

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 questions are due NLT 03/18/2024 at 17:00 PM EST. RFQ responses are due NLT 03/20/2024 at 17:00 PM EST. RFQ responses must be submitted via email with RFQ #36C24124Q0311 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
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

918 | Non-Project Based Supportive Housing Notice of Opportunity The Department of Developmental

State Government of Connecticut

Bid Due: 11/20/2024

CCF 2024_1.2 | CCF_2024_1.2_Crumbling Foundation Engineering Services Please visit www.crcogbonfirehub.com Start Date: Feb

State Government of Connecticut

Bid Due: 6/30/2024

Status Ref# Project Close Date Days Left Action Open CCF 2024_1 Structural Engineering

Capitol Region Council of Governments

Bid Due: 6/30/2024

Bid Number: 2024-023 Bid Title: Town Beach Concession Stand Category: Request for Proposals

Town of Clinton

Bid Due: 2/15/2025

* 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.