MEDICAL-GRADE LIQUID BULK OXYGEN - Veterans Affairs



FedBizOppsSources Sought Notice*******CLASSIFICATION CODESUBJECTCONTRACTING OFFICE'S ZIP-CODESOLICITATION NUMBERRESPONSE DATE (MM-DD-YYYY)ARCHIVE DAYS AFTER THE RESPONSE DATERECOVERY ACT FUNDSSET-ASIDENAICS CODECONTRACTING OFFICE ADDRESSPOINT OF CONTACT(POC Information Automatically Filled from User Profile Unless Entered)DESCRIPTIONSee AttachmentAGENCY'S URLURL DESCRIPTIONAGENCY CONTACT'S EMAIL ADDRESSEMAIL DESCRIPTION ADDRESSPOSTAL CODECOUNTRYADDITIONAL INFORMATIONGENERAL INFORMATIONPLACE OF PERFORMANCE* = Required FieldFedBizOpps Sources Sought NoticeRev. March 201065BULK OXYGEN & STORAGE SYSTEM NEW AURORA VA FACILITY80246VA259-16-N-051709-02-201660N325120Department of Veterans AffairsNetwork Contracting OfficeNCO 194100 E. Mississippi Avenue, Suite 900Glendale CO 80246Brian Trefrybrian.trefry@303-202-828513611 E Colfax Ave.Aurora, CO80045USAbrian.trefry@brian.trefry@This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.??It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the?Government to award a contract.?Requests for a solicitation will not receive a response.?Responses to this Sources Sought must be in writing.?The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, interested and capable of providing items requested. Responses to this notice shall include the following: (a) company name??b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code? (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned?small Business, Veteran-owned small business, and (i) must??provide a capability statement that addresses the organizations qualifications and ability?to perform as a contractor for the work described below.????Description: The Government is interested in gaining knowledge of potential SDVOSB/VOSB businesses that would be able to provide Bulk Oxygen and Storage services to the New VA Medical Center located in Aurora, Colorado. STATEMENT OF WORK – BULK OXYGEN & STORAGEMEDICAL-GRADE LIQUID BULK OXYGEN1. GeneralThe Department of Veterans Affairs (VA) , Eastern Colorado Healthcare System (ECHCS) currently has requirement for the installation, distribution and supply of medical-grade liquid bulk oxygen that is needed in place and serviceable by January 1, 2017.Location: 13611 E. Colfax Ave, Aurora, CO 80045 The purpose of this solicitation is to establish a committed source of supply of medical-grade liquid bulk oxygen for the new ECHCS medical facility. If the Government facility does not own its own bulk oxygen tank, the contractor shall also provide a contractor-owned tank with an appropriate back-up system. (i.e. reserve tank or cylinder bank).1.3 (Intentionally Deleted)1.4 (Omitted)1.5 The base contract period for anticipated award is no later than September 30, 2016 with install complete no later than January 1, 2017. Please note that contracts that include the installation of contractor-owned equipment will include a 90 day transition period at the beginning and end of the contract period. (See page 5, paragraph 5.1). All contracts awarded under the solicitation will include four (4) one-year option periods which may be exercised by the Government.1.6 A Contracting Officer Representative (COR) has been designated in the solicitation schedule for the facility. The COR is responsible for local contract administration issues such as ordering and providing specific delivery instructions. A letter of delegation that outlines the COR’s specific responsibilities will be provided to the contractor and COR at the time of contract award. Within 15 days after notification of contract award, the contractor shall meet with the COR to ensure mutual understanding of facility requirements relating to the ordering method and specific details of any delivery instructions that are included in the solicitation schedule. The facility COR shall forward a written copy of the mutual agreement signed by both parties to the WSNC Contracting Officer for incorporation into the contract by written modification within 30 days after contract award. If agreement cannot be reached between the contractor and COR regarding any issue, the matter shall be referred to the Contracting Officer for resolution. 1.7 Prior to first filling, contractor must perform in-service training to include the following facets for contractor owned and government owned systems: the refill procedure, any preventive maintenance support requirements that may be needed from the medical center systems, and an explanation of all the volume alarm and low pressure set-points. The contractor will provide written procedures and training for VA staff for protocols to accomplish emergency shutdowns or other sudden, unplanned termination of the refilling process. Contractor will provide 24/7 emergency contact name(s) and telephone number(s). 1.8 Prior to first filling, and annually thereafter, alarm set-point testing and written verification must be presented through the use of a qualified third party expert per NFPA 99, 2002 Edition for contractor owned and government owned systems. Any code deficiencies in the Medical Center’s existing system, as defined by NFPA 55, Standard for Compressed Gases and Cryogenic Fluids Code, 2010 Edition, must be identified by the contractor. A detailed explanation of these deficiencies must be presented in writing to the COR. Receipt of this written explanation must be signed for by the COR. 1.9 Prior to first filling, and annually thereafter, the contractor must verify, in writing, the accuracy of all gauges on contractor owned tanks. If the gauge(s) are government owned, contractor will provide, if requested after award, a written proposal with price to verify accuracy of the gauge(s). The individual facility may choose to accept this proposal at its desire.2. Acronyms2.1 This section lists acronyms that are used in this Statement of Work and other parts of the solicitation. CCF – 100 cubic feetCF – Cubic feetCGA – Compressed Gas AssociationCGMP – Current Good Manufacturing PracticesCO – Contractor ownedCOR - Contracting Officer RepresentativeFDA – U.S. Food & Drug AdministrationGO – Government ownedNFPA – National Fire Protection AssociationOSHA – U.S. Department of Labor, Occupational Safety and Health AdministrationUSP – United States Pharmacopeia VA – Department of Veterans Affairs3. Contractor-Furnished Equipment3.1 The contractor shall provide, install and maintain bulk oxygen tank(s) with appropriate back-up system(s). Through the duration of the contract, the contractor shall be liable for the integrity, suitability, and safety of contractor owned tank(s) that will insure compliance with applicable regulations, standards and normal good practices. The tank capacity and reserve system shown in the schedule are minimum capacities required by the using facilities. Manifold, cylinders for the reserve supply, liquid converter, alarm switch, regulator, valves, level indicator, and any other devices or connections required for proper tie-ins with the facility’s gas system shall be furnished by the contractor, without cost to the Government. The manifold or liquid converter shall deliver gas at a pressure and rate of flow adequate to supply the system. Each liquid oxygen storage container shall have an outlet that allows access for testing the purity of the oxygen. 3.2 All equipment and materials required to perform on the contract shall be provided by the contractor. Contractor owned equipment shall be installed, inspected and maintained by the contractor without additional cost to the Government. (i.e., all installation, inspection and maintenance costs shall be included in the contract’s monthly equipment rental fee for the applicable facility.) Contractor owned equipment shall be kept in good operating condition and appearance, in accordance with applicable regulations, standards and normal good practices. The contractor shall be provided reasonable access to the bulk oxygen systems for this purpose. 4. Installation of Contractor-Owned Equipment 4.1 Unless otherwise directed by the using facility, contractor owned equipment shall be installed by the effective date of the contract and shall be connected to the medical gas system on that date; provided: that the contractor shall be allowed a maximum of ninety days after receipt of notice of award to complete installation. If the contractor’s equipment replaces equipment already in use, the exchange of equipment shall be accomplished without interruption of gas supply to the using facility. Contractor installed equipment shall remain the property of the contractor and shall be removed upon termination of the contract, when directed by the ordering facility and in full cooperation with the succeeding contractor so as to avoid interruption of gas supply. 4.2 No guarantee is given or implied that data included in the schedule regarding contractor owned equipment currently located at the facilities is complete and accurate as to the factors affecting the cost of furnishing and installing the required contractor owned tanks and appurtenances. Offerors are strongly encouraged to visit the facility sites prior to submitting a bid and take other steps as may be reasonably necessary to ascertain the nature and location of the work, and the general and local conditions which can affect the work or the cost thereof. Failure to do so shall not relieve offerors from the responsibility of estimating properly the difficulty and cost of successfully performing the work. Site visits may be arranged by contacting the COR designated in the solicitation schedule.***SITE VISITS WILL NOT BE HELD FOR PURPOSES OF THIS SOURCES SOUGHT***4.3 All contractor owned equipment shall be installed in accordance with NFPA 55: Compressed Gases and Cryogenic Fluids, 2010 Edition, NFPA 99 Standard for Health Care Facilities, 2002 Edition, and FDA’s Current Good Manufacturing Practices (CGMP) Regulations. The contractor shall comply with all OSHA standards and applicable safety requirements, including proper signage and use of personal protective equipment. 5. Delivery of Medical Liquid Bulk Oxygen5.1 Bulk oxygen is ordered by and delivered to the facility.The facility information regarding their unique delivery requirements is included in the solicitation schedule. 5.2 The contractor shall deliver medical-grade liquid oxygen within the time-frame specified in the schedule for each facility. The time-frame identified may be either the number of calendar days after receipt of the Government’s order, the specific days of the week for delivery, the specific time intervals between deliveries, a specified reorder point, or other specified ordering and delivery methods. If the time frame for contractor delivery is not identified in the facility requirements, the contractor must provide 24-hour notice prior to delivery or upon mutual agreement between the facility and contractor, alternate ordering/delivery methods such as pre-scheduled deliveries, calling for tank level readings, installing a telemetry unit, etc. may be arranged. If for any reason the contractor is unable to deliver at the agreed upon day or time, the contractor will provide 24-hour notice to the COR, so that the facility can initiate an alternate backup action. In accordance with VHA Patient Safety Alert dated April 5, 2004, all deliveries must be monitored by a qualified and trained technical representative that will be designated by each facility. Contractor will be provided with names and contact information of primary and back-up facility representatives. This applies to all deliveries regardless of time or day of execution. 5.3 Tanks will be filled to maximum functional capacity at each refilling procedure unless otherwise specified in the facility requirements or as agreed upon in a written document signed and dated by the COR. 5.4 At the time of each delivery, contractor must provide a legible signed and dated written document that identifies the tank level prior to fill, the level after fill, and the quantity delivered. This document must be counter-signed by the facility representative supervising the delivery. 5.5 Emergency delivery will be provided within 24 hours after receipt of Government notification. Contractor must respond to the facility by either telephone or email within one hour to confirm receipt of emergency notification to ascertain the nature of the emergency. Emergency status is determined by the Government when conditions warrant, such as an actuated main bulk tank low level alarm, imminent alarm condition, or system leak.? Failure of the contractor to remain current with agreed delivery schedule and requirements does not constitute an “emergency” for purposes of charging an emergency delivery fee. 6. Quality Assurance Specifications and Requirements 6.1 All medical gas manufacturers and fillers of medical gases must be registered with FDA as drug manufacturers. All oxygen shall be manufactured, processed, packed, transported, and stored according to FDA’s Current Good Manufacturing Practices (CGMP) regulations, and all labeling shall comply with FDA’s labeling regulations (21 CFR Part 201). 6.2 All liquid bulk oxygen delivered under the contract shall be medical-grade and shall meet or exceed the standards cited in the current edition of the United States Pharmacopoeia/National Formulary (U.S.P.). 6.3 A valid certificate of analysis shall be provided with each delivery of liquid oxygen. The certificate shall include, at a minimum:a) Supplier’s name and complete addressb) Name of the Product (i.e. Oxygen U.S.P.)c) An Air Liquefaction Statement where appropriated) Lot number or other unique identification numbere) Actual analytical results for full U.S.P. monograph testing. (A statement that only states that the product meets the minimum purity of 99.5%, etc. is not acceptable.)f) Test method used to perform the analysis. (A statement such as “Meets U.S.P. specifications” is not acceptable; nor would “Tested via Servomex” be acceptable since the specific model number is not provided.) g) Signature of authorized supplier representative and date.6.4 Safety Data Sheets (SDS) shall be provided to the facility COR upon request.6.5 A copy of all inspection reports shall be provided to the facility COR upon the completion of any contractor owned or government owned bulk oxygen system inspections that are required by regulation. 6.7 All contractor owned equipment shall be maintained or repaired in accordance with NFPA 55: Standard for Compressed Gases and Cryogenic Fluids Code, 2010 Edition and FDA’s Current Good Manufacturing Practices (CGMP) Regulations. 7. Applicable Regulations & StandardsThe following is a list of some of the regulations and standards that are applicable to this contract. The list is not comprehensive, and the contractor is responsible for ensuring that all products, equipment and services provided under the contract are in compliance with applicable Federal, state, and local regulations. If applicable, the editions in effect as of the date of this solicitation are listed. Contractor is responsible for remaining compliant with any future revisions that are effective at the time of contract performance.Title 21, Code of Federal Regulations, Parts 210 & 211 - CGMP supplying medical grade oxygen29 CFR 1910.104 OSHA Standards for the installation of bulk oxygen systems on industrial and institutional consumer premises 49 CFR – TransportationFederal Food, Drug, and Cosmetic Act, Chapter VNFPA 55: Standard for Compressed Gases and Cryogenic Fluid Code, 2010 EditionNFPA 99: Standard for Health Care Facilities, 2005 EditionU.S.P. 23: US Phramcopoeia & National Formulary – current edition Density data and volume measurement equivalents published in Compressed Gas Association Pamphlet No. P-6, titled "Standard Density Data, Atmospheric Gases and Hydrogen," shall be used when necessary to convert measurement of gases from one form to another. For example, the following conversion factor shall apply for conversion from gallons to cubic feet. Calculation based on data in CGA P-61 ft? liquid O2 = 860.6 ft? gas (Table 1)1 ft? liquid O2 = 7.48052 gal ((Table 2)Therefore:7.48052 gal (1 ft?) liquid O2 = 860.6 ft? gas1 gal liquid O2 = 860.6 ft? gas 7.480521 gal liquid O2 = 115.05 ft? gas or more commonly quoted as 1 gal liquid O2 = 115.1 ft? gas8. Contractor Owned Cylinders 8.1 This section applies to all contractor owned cylinders that are provided under this contract as a back-up system to a primary bulk oxygen system.8.2 Laws and Regulations: Cylinders and other containers for gaseous and liquid forms of gases shall comply with the Department of Transportation specifications and shall be maintained, filled, marked, labeled, and shipped to comply with current and subsequent updates to DOT regulations (Title 49-Transportation, Code of Federal Regulations). Packaging, labeling, etc., for medical gases shall also comply with the Federal Food, Drug, and Cosmetic Act. 8.3 Marking: In addition to marking required by the aforementioned laws and regulations, marking shall comply with the Handbook of Compressed Gases, Chapter 10.8.4 All unauthorized or inapplicable markings, tags, and labels shall be removed. When shipment is by commercial carrier, shipping tags complying with Federal Standard 123F dated 5/15/91 shall be attached to each cylinder so as to be protected by the valve protection cap. The contract data markings required by the applicable standard shall be applied to one side of the tag and the identification markings on the reverse side. Consignee markings may be omitted when shipment is by contractor's truck.8.5 Valves: Valves shall comply with Compressed Gas Associates Standard CGA-V-1 (12th Edition, 2005), "Standard for Compressed Gas Cylinder Valve Outlet and Inlet Connections." Valve protection caps for cylinders designed to receive such caps shall be securely attached to the cylinders in a manner to protect the valves from injury during transit and delivery to the purchaser's receiving area. Refer to 49 CFR 173.301(g)).8.6 Color Coding: All cylinders shall be color coded in accordance with the Compressed Gas Association Pamphlet CGA C-9-2004, “Standard Color Marking Of Compressed Gas Containers Intended For Medical Use.”8.7 The contractor shall be responsible for all testing required by regulation of contractor owned cylinders at no additional cost to the Government. 8. Contractor Owned Cylinders (continued)8.9 The offeror's price for the oxygen shall include the furnishing of, at no additional cost, all services which are required at each and every filling of a cylinder to comply with applicable regulations, specifications, and normal good practices. Such services are of the type normally provided in the supply of medical cylinder gases, and shall include, but not be limited to: tags indicating cylinder is "Full," In Use," or "Empty"; inspection, testing, evaluation, and cleaning services required at each and every filling; pin-indexing, when required, and attachment of Government-furnished warning tags, when required. Attaching of oxygen cylinders to manifold systems, when required, shall also be performed by the contractor at no additional cost. In addition to services listed in this paragraph, the contractor is responsible for all maintenance and testing of contractor-owned cylinders.9. Government Owned Cylinders10.1 Government owned cylinders shall remain the property of the individual ordering (owning) agency and shall not be exchanged for other cylinders, either government-owned or contractor-owned, without authorization of the Contracting Officer Representative (COR) at the ordering agency.10. Contractor’s Liability10.1 The contractor assumes full responsibility for and shall indemnify the Government for any and all loss or damage whatsoever kind and nature to any and all Government property, including any equipment, supplies, accessories, or parts furnished while in custody and care for storage, repairs, or services to be performed under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of Contractor, any subcontractor or any employee, agent , or representative of Contractor or subcontractor.10.2 The contractor shall hold harmless and indemnify the Government against any and all liability, claims, and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service, operations, or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of Contractor, any subcontractor, or any employee, agent or representative of Contractor or subcontractor.10.3 Nothing in the above paragraphs shall be considered to preclude the Government from receiving the benefits of any insurance the Contractor may carry which provides for indemnification for any loss, destruction, or damage to Government property. The Contractor shall do nothing to prejudice the Government’s right to recover against third parties for any loss, destruction, or damage to Government property and upon the request of the Contracting Officer shall, at the Contractor’s expense, furnish to the Government all reasonable assistance and cooperation (including assistance in prosecution of suit and the execution of instruments of assignment in favor of the Government) in obtaining recovery.11. Insurance11.1 Satisfactory insurance coverage is a condition precedent to award of the contract. In general, a successful offeror must present satisfactory evidence or full compliance with State and local requirements, or those below stipulated, whichever are the greater. More specifically, workmen’s compensation and employer’s liability coverage will conform to applicable State law requirements for the service contemplated, whereas general liability and automobile liability of comprehensive type, shall in the absence of higher statutory minimums, be required in the amounts per vehicle used of not less than $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence of property damage. State approved sources of insurance coverage ordinarily will be deemed acceptable to the VA installation, subject to timely certifications by such sources of the types and limits of the coverages afforded by the sources to the offeror. 12. RecallsIf at any time during the term of the contract awarded as a result of this solicitation, the Food and Drug Administration (FDA) or the individual contractor initiates a drug recall or FDA withdraws their approval to manufacture a drug, the following steps will immediately be taken by the appropriate contractor: Important notices not requiring immediate attention may be mailed to:Director, Safety and Technical Services (10NB)Veterans Health Administration810 Vermont Avenue NWWashington, DC 20420AndDirector, Healthcare Engineering (10NB)Veterans Health Administration810 Vermont Avenue NWWashington, DC 20420Drug product hazard alerts, recalls, and product notices requiring immediate action and dissemination should be sent via overnight express to:Director, Safety and Technical Services (10NB)Veterans Health Administration810 Vermont Avenue NWWashington, DC 20420AndDirector, Healthcare Engineering (10NB)Veterans Health Administration810 Vermont Avenue NWWashington, DC 20420Forward one copy of any notification along with any pertinent information to:Contracting Officer’s NameNCO 19 Network Contracting OfficeU.S. Department of Veterans Affairs4100 E. Mississippi, Suite 900Glendale, CO 8024613. Manufacturing facilities13.1 Only offers from contractors and /or suppliers that have on record with the Department of Veterans Affairs, Pharmacy Benefits Management, a Quality Assurance Evaluation that has found those facilities listed below, to be in compliance with the laws that FDA enforces and capable of marketing all currently manufactured products that met applicable quality standards, will be accepted. Where FDA does not perform quality assurance testing, the VA reserves the right to perform its own quality assurance evaluation or to hire a contractor to perform this task.13.2 Arrangements for a Quality Assurance evaluation are obtained by contacting the office specified in paragraph 13.1. Evaluations will be performed by FDA in accordance with Paragraph V.4 of the VA-FDA Interagency Agreement, by which FDA is responsible for providing quality assurance for drugs, biologics, chemical and/or reagents being offered. Quality Assurance evaluation must have been received by the VA prior to the effective date of the contract as shown within this solicitation.13.3 If at any time during the life of the contract, the contractor’s facility, or the source from which the contractor obtains any of the item(s) listed under this contract, fails to meet Current Good Manufacturing Practice Regulations (CGMPRs) (21CFR Part 210 and 211), and/or a negative Food and Drug Administration Quality Assurance Evaluation is received, the Contracting Officer may apply the procedures outlined in paragraph 13.5.13.4 Any products manufactured during this period of CGMPRs deficiencies shall not be shipped without written authorization from the Contracting Officer, and material which has been received without this authorization shall be returned as rejected goods at the contractor’s risk and expense. The contractor will have 30 days in which to correct the deficiencies that caused the negative evaluation and notify the VA to have a re-evaluation completed by the FDA. If upon re-evaluation results are still negative, the contract shall be terminated by the Contracting Officer in accordance with 52.212-4(f).13.5 Offeror must indicate in Attachment A:a. Exact product(s) offeror plans to furnish to the Governmentb. Whether the offeror manufactures the product or is a distributor of the products manufactured by another firm.The contractor will only be able to utilize the manufacturer(s) provided in response to this clause for the duration of the contract, unless a substitution of the manufacturing facility is approved by the VA.14. Badges and ParkingAll Contractor personnel are also required to wear Vendor ID Badges noting Contractor Name, Personal Name, and Photo of Contractor personnel.It is the responsibility of the contractor’s personnel to park in the appropriate designated parking areas. Parking information is available from the participating healthcare center’s Security Office. VA will not validate or make reimbursement for parking violations of the contractor's personnel under any circumstance.15. ChangesThe awarded Contractor is advised that only the Contracting Officer, acting within the scope of the contract has the authority to make changes which affect the contract in terms of quality, quantity, price or delivery.In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in costs incurred as a result thereof. 16. Smoking Policy Except in designated areas smoking is strictly prohibited inside and on the patios and balconies of all buildings and within 25 feet of all openings of all buildings. It is also prohibited inside all VA Healthcare System vehicles. “Smoking” is defined as the burning of any cigarette, cigar or other tobacco product.17. Service HoursThe contractor shall perform the services as specified herein Monday through Friday with the exception of National Holidays (see below) between the hours of 7:30 a.m. – 4:00 p.m.The contractor is not required to provide service on the following U.S. Government holidays, nor will the Contractor be paid for these holidays. However, if the scheduled service date falls on a national holiday, a mutually agreed upon alternate date that week will be scheduled. National holidays observed by the Federal Government:New Year’s Day1 JanuaryMartin Luther King’s BirthdayThird Monday in JanuaryPresident’s DayThird Monday in FebruaryMemorial DayLast Monday in MayIndependence Day4 JulyLabor DayFirst Monday in SeptemberColumbus DaySecond Monday in OctoberVeterans Day11 NovemberThanksgiving Day4th Thursday in NovemberChristmas Day25 DecemberIf a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any national holiday specifically declared by the President of the United States.18. Service Contract Act DeterminationsThe appropriate wage determinations are hereby incorporated by reference for each geographic location represented in this solicitation. The appropriate wage determinations shall be found at the Department of Labor website: .Delivery Address:New VA Medical Center13611 E Colfax Ave.Aurora, CO 80045The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.? The North American Classification System (NAICS) code for this acquisition is 325120 (size standard to be considered small business is 1000 employees).??Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at ). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application (ORCA). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at interested Offerors should submit information to: Brian TrefryContract SpecialistDepartment of Veterans AffairsRocky Mountain Acquisition Center (NCO-19)Phone: 303-202-8285brian.trefry@ All information submissions to be marked Attn: Brian Trefry, Contract Specialist, and should be received no later than 5:00 pm Mountain Time on Monday, 09-05-2016. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download