Performance Work Statement

Independent Verification and Validation (IV&V) of the Immunization Gateway

Summary: This task order provides for an independent review and assessment of the Immunization Gateway requirements, specifications, design decisions, system architecture, hardware/software technology decisions, and other development life cycle decisions used to establish, operate, and maintain the existing Immunization Gateway infrastructure. Attached, please find: – RFQ 75D301-21-Q-74202 (Word and PDF) – Attachment 1, Performance Work Statement (Word and PDF) – Attachment 2, Estimated Level of Effort (Excel) – Attachment 3, Q&A for RFQ 75D301-21-Q-73690 (Word and PDF) Substantively the same requirement was previously solicited by CDC earlier this year under RFQ 75D301-21-Q-73690, but no award was made from that solicitation. A modified questions and answers document from that RFQ is provided here in Attachment 3 for reference. Please submit questions to pkf5@cdc.gov no later than October 7, 2021. The Government intends to answer questions as they are received. Please submit quotes either through GSA eBuy or by e-mail to pkf5@cdc.gov no later than November 3, 2021, at 5pm Eastern time.

Vehicle: IT 70

RFP release date: 9/24/2021

Proposal due date: 11/3/2021

Related Attachments:

Read more

Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services

Summary: REQUEST FOR INFORMATION (RFI) #1605-CRC-21-NAT-0020 for VIDEO REMOTE INTERPRETING (VRI) and RELAY CONFERENCE CAPTIONING (RCC) SERVICES US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS) The US Department of Labor (DOL) Office of the Senior Procurement Executive (OSPE) Office of Acquisition Services (OAS), on behalf of the Office of Assistant Secretary of Administration and Management (OASAM) Civil Rights Center (CRC) is seeking information regarding Video Remote Interpreting (VRI) and Relay Conference Captioning (RCC) services. This Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning, and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the DOL. The purpose of this RFI is to help the DOL understand the industry best practices, technical solutions, and sources capable of meeting the Department’s requirements. Specifically, the Government is seeking to determine if there are any questions about the DOL’s requirements, determine if industry notes any omissions in the requirements, and information about sources available to meet the DOL’s requirements. SOURCES SOUGHT: This notice serves to determine the availability and capability of qualified small businesses (including Small Business Administration Certified 8(a) Companies; firms in Historically Underutilized Business Zones (HUBZone); Service-disabled veteran-owned small businesses; and Women-owned small businesses) to provide VRI and RCC services, under GSA’s Multiple Acquisition Schedule (MAS) Language Interpretation Services Special Item Number (SIN) 541930. BACKGROUND: OASAM CRC has a requirement for a qualified vendor to provide VRI and RCC services to DOL’s Reasonable Accommodation Resource Center (RARC). RARC provides guidance and information about, and facilitates the provision of, reasonable accommodations for DOL employees and applicants for DOL employment who have disabilities. By doing so, RARC supports the Department’s commitment to persons with disabilities and efforts to create and maintain an inclusive, diverse work environment where all employees can reach their potential and maximize their contributions. REQUIREMENTS: The Department of Labor is seeking VRI and RCC services as described in the attached Performance Work Statement (PWS). REQUESTED INFORMATION: The information that CRC is seeking from industry is as follows: 1. A rough order of magnitude or estimate to support VRI and RCC services outlined within PWS. Specifically, from a pricing standpoint, this should be a non-binding estimated budget for the services outlined in the PWS. 2. Capabilities Statement from Vendor/Company Profile. 3. Past Performance history on VRI / RCC related contracts/task orders. 4. Comments and Feedback on PWS. RESPONSES: In addition to the requested information, responses shall also include the following: 1. Company name, mailing address, e-mail address, telephone and website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Company’s GSA Federal Supply Schedules contract number and Special Item Numbers. 3. Customary practices, including warranty, discounts, contract type under which commercial sales of this services are made. 4. Business size and status (i.e. 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone, and/or Service-Disabled Veteran-Owned Small Business). 5. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System of Awards Management at www.beta.sam.gov to be considered as potential sources. This Notice is not to be misconstrued as a Request for Quote. There is no solicitation at this time. This request for information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the DOL’s review of the information received. The DOL reserves the right to contact one or more of the respondents if additional information is required. Information obtained as a result of this notice may be reflected in the subsequent solicitation if issued. This announcement is Government market research, and may result in revisions to both its requirements and its acquisition strategy based on industry responses. Responses are due on September 28, 2021 at 2pm Eastern Time. Responses shall be sent via email to Emily Pyatigorsky, Contract Specialist, at pyatigorsky.emily@dol.gov. Please indicate in the subject of your email: Request for Information VRI and RCC Services 1605-CRC-21-NAT-0020 Attachments: PWS and Q&A

Vehicle: PSS

RFP release date: 9/23/2021

Proposal due date: 9/29/2021

Related Attachments:

Read more

ARNG Incentive Review/Incentive Support Services

Summary: Army National Guard (ARNG) Incentive Review Team/Incentive Support Team (IRT/IST) Support Services: see attached PERFORMANCE WORK STATEMENT (PWS): INCENTIVE SUPPORT TEAM (IST) / INCENTIVE REVIEW TEAM (IRT) SERVICES Updated 13 September 2021. Respond to Procurement Contracting Officer Ms. Patricia Ankney (address below) and Mr. David G. Gruenbaum at david.g.gruenbaum.civ@mail.mil. The anticipated North American Industry Classification System (NAICS) Code for this requirement is 541611: Administrative Management and General Management Consulting Services. Small Business Administration Size Standard: $16.5 Million. The anticipated Product Service Code (PSC) for this requirement is R499: Management Advisory Services; Support Professional; Other Professional Services. Interested vendors shall submit the following: 1. Cover Letter with the following information: a. Company Name b. Company Mailing Address c. Company Primary and Secondary Government Point of Contact (POC) d. POCs’ email and phone number e. Company Commercial and Government Entity (CAGE) Code f. Company Data Universal Numbering System (DUNS) Number g. Business Size Standard and Classification as validated via the System for Award Management (SAM) database (https://sam.gov) 2. Response (White Papers) with the following information: a. Description of company capabilities and nature of the goods/services provided. Include a description of your staff composition and management structure. b. Description of company’s past experience on previous projects similar in scope and complexity of this requirement, as described in the attached SOO. More specifically, does your organization have a history of providing these services? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact for customer (Contracting Officer or Program Manager). c. Describe capabilities and experience fulfilling the requirements as identified in the SOO. d. Describe you capabilities and experience in managing this type of project, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis, and cost management. e. Describe your capabilities and experience in providing these services to military customers, particularly at the joint staff levels. Responses shall be in writing only, submitted electronically via email using PDF, HTML, MSWord, or PowerPoint formats. Responses shall not exceed 10 pages, excluding Cover Letter, 8-1/2″ x 11″ (normal margins), no smaller than 10 pt font. Email file limit size is restricted to 15MB. Files exceeding this threshold shall be submitted over multiple messages, and be identified as “message #x of #x.” Telephone inquiries will not be accepted or acknowledge, and no feedback or evaluation will be provided to companies regarding their submissions. Interested sources should submit the information as identified above to Mr. David Gruenbaum, Contract Specialist, at david.g.gruenbaum.civ@mail.mil, and Ms. Trisha Ankney, Contracting Officer, at patricia.e.ankney.civ@mail.mil, by 1500 EST, 23 September 2021. Note this RFI is issued solely for information and planning purposes only it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, NGB is not seeking proposals at this time, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does NOT preclude participation in any future RFPs, if issued. If a solicitation is released, it will be synopsized in accordance with federal regulations. Potential responders are solely responsible for monitoring this site for additional information / updates pertaining to this requirement.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

TopVue Renewal for PEO AVN

Summary: TopVue Software Renewal: U.S Army Program Executive Office Aviation (PEO AVN) CONTRACTING ACTIVITY: United States Army Contracting Command-Redstone, Space, Missile Defense& Special Programs (SMD/SP) Directorate, Operations and Weapon Services Division, Information Technologies Solutions Branch CCAM-CAD-B Attn: Adrian Pritchett, Building 5303, Martin Road, Redstone Arsenal, AL 35898 CONTRACT TYPE: Firm-Fixed-Price SET-ASIDE: None REQUIREMENT: TopVue Renewal Software. RFQ INSTRUCTIONS AND EVALUATION CRITERIA: In accordance with the terms of your GSA Federal Supply Schedule contract, you are requested to submit a firm-fixed price quote to provide the U.S Army Program Executive Office Aviation (PEO AVN): TopVue Software; TopVue Enterprise Licenses, TopVue Maintenance, TopVue Configuration Services and Training, in accordance with the Performance Work Statement (PWS) for one base year and two option years. The office is located at 5681 Wood Rd., Redstone Arsenal, AL 35898. Redstone Arsenal, AL 35898. The vendor’s quote shall contain a statement confirming that they meet the below listed criteria and are capable of fulfilling all requirements of the PWS. The Government may make award based on initial quotes received, without further interaction with vendors; therefore, the initial quote should contain the vendor’s best terms, including any volume discounts and/or reductions to the established rates or prices. This procurement is conducted in accordance with the procedures at FAR 13.106-1(b)(1). Questions will be accepted through 4:00pm EST, September 21, 2021. Questions submitted after the said date and time are not guaranteed an answer. Quotes shall be submitted via the GSA eBuy no later than 5:00pm EST, September 23, 2021. Quotes received after the required submission date and time will be rejected without further review. It is the vendor’s responsibility to read the RFQ and all related documents carefully and completely and to monitor for any updates to the RFQ on a regular basis. Additionally, it is the vendor’s responsibility to ensure/verify the Government receives its submission on or before the date/time specified. “No-bid” replies shall be submitted via the GSA eBuy and should include a brief statement as to why your company chose not to submit a quote on the subject requirement. Submission of “No-bid” replies are requested by no later than 5:00pm EST, September 21, 2021. A complete quote shall consist of the following: Quotes shall include all items, including brand name items, as specified in the Performance Work Statement and in the quantities specified. Quotes shall include delivery terms and conditions. Quotes shall include a unit price, quantity, and extended price for each item listed in the Performance Work Statement and a total price for all items. Quotes should identify any discounts and/or reductions to established rates or prices. BASIS OF AWARD: The Government intends to place an order with the schedule contractor representing the best value to the Government. Best value is the lowest price technically acceptable quote. The vendor shall be capable of meeting all requirements of the Performance Work Statement (PWS) labeled PEO AVN PWS for TopVue (attached). The Contractor shall guarantee total Government customer satisfaction. Adjectival Rating Description Acceptable Quote meets the requirements of the solicitation, including the minimum technical requirements. Unacceptable Quote does not meet the requirements of the solicitation, including the minimum technical requirements.

Vehicle: IT 70

RFP release date: 9/16/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

EIS Consulting Services

Summary: This is a Request for Proposal for Consulting Services in accordance with the attached Performance Work Statement (PWS). A Labor-Hour (LH) Task Order (TO) is anticipated as a result of this solicitation. If the contractor exceeds the ceiling price identified on the CLIN(s) within the order, the contractor does so at its own risk. See attached solicitation for all requirements, terms and conditions, and evaluation criteria. Offeror will fill out attached Pricing Worksheet and return it with the proposal.

Vehicle: PSS

RFP release date: 9/16/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

Program Manager Services

Summary: FY22 Program Manager Navy Medicine Operational Forces Medical Liaison FFP Contractor shall provide program management and support services, liaison and coordination, training, data analytics and system support services for the Naval Medical Center Portsmouth, Operational Forces Medical Liaison Department in accordance with Section C, Performance Work Statement. A 95% fill rate is required for this FTE. Contractor’s quoted monthly price shall be fully burdened and inclusive of all costs, i.e., labor, material, per diem, travel, and any other associated cost to provide the required services. Period of performance, Base Year: 01 October 2021 through 30 September 2022 Options for FY23, FY24, FY25, FY26 **SEE ATTACHED RFQ FOR FULL DETAILS OF THIS REQUIREMENT**

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/20/2021

Related Attachments:

Read more

AMILS – Asset Management & Integrated Logistics Support Services

Summary: The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires asset management & integrated logistics support services per the attached Statement of Objectives (SOO). This procurement is set-aside for Women-Owned Small Businesses (WOSB) – The associated North American Industrial Classification System (NAICS) code is 541614 with a size standard of $16.5M. ATF will issue a Single Award to the responsible WOSB whose GSA quote meets or exceeds the stated evaluation criteria. Questions [were] due by 1:00pm Eastern Standard Time (EST) Friday, 9/17/2021, in order to be addressed timely. QUOTATION INSTRUCTIONS: The contractor shall submit a complete response/quotation to this RFQ via eBuy, to include a Performance Work Statement, Quality Assurance Surveillance Plan, applicable Resumes, [three (3) past-performance references/executed contracts,] fill-ins for FAR clause, #52.209-7(b), & for ATF clause, #ATF-50, [a pricing narrative, the completed Pricing Table] and all-applicable price discounts/reductions. Submissions can be in Microsoft Word, Adobe or Excel (as applicable). Submissions shall not exceed 30 pages and shall be 8″ x 11″ with: 1″ margins; font style Arial, Bookman Old Style, Calibri, Garamond, Georgia, Mont, or Times New Roman; font colors Black and/or Blue; and font size 10-14. Illustrations (e.g., graphic figures, graphs, and tables) can be in font colors other than black or blue, and font sizes 6-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages are not bound by the font-style/color/size requirements and may be outside the page margins. NOTE: Information contained outside of these limitations may not be evaluated. Contractor does not need to submit multiple volumes if it clearly labels the sections and organizes the sections, to include cross referencing to the SOO where applicable. While resumes do not count against the aforestated page limit, they shall not exceed two (2) pages per person. [Additionally, only the resumes for the Program Managers are required with the vendor’s submission prior to award. Resumes for the remaining contracted Logistics Support (CLS) staff are required prior to the background investigation. Lastly, the Pricing Table does not count against the page limit either.] EVALUATION CRITERIA: The evaluation of quotations will be based on the below evaluation criteria, in order of importance. FACTOR 1: Technical-Management Approach The Government will evaluate the degree to which the Vendor effectively demonstrates knowledge, understanding and technical ability to successfully perform and manage the requirements of the Statement of Objectives (SOO) and Performance Work Statement (PWS). Additionally, the Government will evaluate appropriateness, soundness and reasonableness of the Vendor’s problem resolution, logistic considerations, corporate commitment to achieve the overall project objectives and methodology for providing resource support. Personnel Qualifications: The Government will evaluate the degree to which the resumes of the Vendor’s proposed personnel (Program Manager [and CLS staff]) demonstrate the individual’s ability to execute SOO [requirements] and [resulting] PWS based on the strength of relevant education and training, as well as depth and breadth of relevant experience. All qualifications must be IAW the SOO and [resulting] PWS. ATF will use the following adjectival ratings for Factor 1: Very Good, Satisfactory, Marginal, and Unsatisfactory. FACTOR 2: Past Performance [The vendor shall submit three (3) past-performance references/executed contracts for this Factor.] It shall also provide a detailed summary of the work performed for each past-performance reference submitted. Where possible, ATF intends to interview each reference provided to verify project scope and dollar value and to obtain additional past-performance information. The Vendor shall provide [the] telephone number, fax number, and email address for the technical and[/or] contractual points of contact with each referenced project, as well as a description for each referenced contract/task order[; this applies to past performance it submits for proposed] significant subcontractors that will perform major (> 25%) or critical aspects of the requirement. The government may consider the past performance of other companies when they are team members, affiliates, or significant subcontractors[]as such information would be relevant to the acquisition; however, the vendor must clearly explain how these other companies will be significantly involved in the proposed contract. The Government will evaluate the firm’s quotation to determine the extent to which its recent (no more than three, 3, years) and relevant (similar in size, scope and complexity) performance demonstrates the likelihood of successful performance in fulfilling the requirements of this solicitation. The Government may choose to evaluate publicly-available reports[] and/or data from the Contractor Performance Assessment Reporting System (CPARS). The Government may use present and/or past-performance data obtained from a variety of sources, not just those contracts identified by vendor. The information gathered for past performance may also be used in the responsibility determination. ATF will use the following adjectival ratings for Factor 2: Very Good, Satisfactory, Marginal, Unsatisfactory, and Neutral. FACTOR 3: Price (Non-Technical, Non-Rated) The Vendor’s price quotation will not receive an Adjectival Rating. Instead, it will be evaluated in accordance with FAR subpart 8.405-2. This process involves verifying figures are calculated correctly, prices are reasonable and presented in an adequate format, and prices and/or discounts are included for all SOO [requirements] and [resulting] PWS. The Vendor shall present all information in an organized fashion so ATF will understand the price of the work to be performed. It shall also fully price out its solution [using the Pricing Table], ensuring it considers and addresses all of the requirements. The price quotation must contain sufficient and detailed information/material [including a narrative, the labor categories, rates, and hours] to allow the CO to perform an analysis of the proposed price of the work and determine price reasonableness. The Vendor shall also submit pricing for the [Additional/Ad-Hoc Support described in Section 3.2.2 of the SOO] using the Pricing Table]. ATF will evaluate all of the pricing but may not fund the optional CLINs or optional tasks and/or deliverables (if applicable) due to budgetary constraints and changing mission needs. [Vendors shall use the attached Pricing Table and include it with its submission.] While the Government will consider the option at FAR clause #52.217-8 to have been evaluated through the evaluation of rates proposed for the last ordering/option period, said evaluation shall not obligate the Government to exercise the option(s). Factors 1 and 2, when combined, are significantly-more important than Factor 3. The Government reserves the right to: award without revisions to quotations and limit the competitive range, if any, for purposes of efficiency. TERMS AND CONDITIONS: To be considered for award, the Contractor must be either the manufacturer or a manufacturer/Federally-authorized distributors of the equipment/services it’s offering with a demonstrated capability of delivering the entire order within the time frames specified by the Buyer within this RFQ and on the award. Sellers may be required to provide documentation as proof of authorization prior to Award. Items, if applicable, must be NEW and covered by the manufacturer’s warranty. Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss. NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more

158 FW Recruiting Social Media Engaugement

Summary: The Vermont Air National Guard has a requirement for Social Media posting and advertising for its Recruiting and Retention Office. See attached Performance Work Statement for additional details. See attached QASP for details on contract performance assessment. Vendors must also complete the attached representation regarding covered telecommunications equipment, FAR 52.204-24. Please identify in quotes the GSA schedule under which the services are being offered, and submit pricing in accordance with the line item structure listed below. The Government will award a firm fixed price contract to a responsible contractor whose quote provides the best value to the government as determined by the Contracting Officer, in terms of the technical proposal for providing the required services, price, and contractor past performance. Please provide at least two past performance references for jobs of similar size and nature within the past 18 months. The Government intends to evaluate offers and award a contract without discussion. Therefore, vendors’ initial offers should contain the best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. For electronic payment instructions, refer to DFARS clauses 252.232-7003 and 252.232-7006

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/23/2021

Related Attachments:

Read more

Administrative Business Support Services

Summary: Military Community and Family Policy Administrative – Business Operations Support Services The Office of the Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP) is directly responsible for programs and policies that empower and support our military community and family to thrive. The overarching vision for MC&FP is “A high performing, tenacious team…people focused, people centered, people always.” Military Community and Family Policy serves as the focal point for coordination of the broad range of quality of life promotion of services within the Department of Defense (DoD) that are mission focused, collaborative, flexible and people-centric. Specifically, MC&FP performs the following functions: – Provides a program delivery system for outreach to the military community (service members and their families, military leadership, civilian leadership, and supporting civilian organizations) which includes online resources, tools, communication and educational products to inform and assist the military community in connecting to appropriate support programs. – Provides policy and program oversight to ensure that military community quality of life programs are designed and executed to support the needs of the Defense mission. – Provides for family support policies and programs in such areas as family center support, child care, youth programs, family advocacy, special needs, relocation, and support during mobilization and deployment (including casualty affairs). – Establishes program policy for mission sustaining and basic community programs for Morale, Welfare and Recreation, Voluntary and Post-Secondary Education and coordinate services of non-profit agencies such as the Red Cross, Armed Services YMCA and the USO. – Engages and educates state policymakers, non-profit associations, concerned business interests, and other state leaders about the needs of military members and their families. – Coordinates DoD oversight of the Armed Forces Retirement Home Board. The contractor shall provide high level professional executive services that support the business operations for Assistant Secretary of Defense (ASD), MC&FP and ancillary DoD Agencies. Specifically the contractor shall provide management support, revisions and analysis, facilitation services support for high level forums and working groups, support policy meetings and provide logistical support in promotion of military members and family support programs. Contractor will employ current industry standards for the same while ensuring documentation preservation, specialized administration, and operational support. Performance Work Statement Military Community and Family Policy Administrative – Business Operations Support Services The Deputy Assistant Secretary of Defense for Military Community and Family Policy (MC&FP) continually seeks to provide cost effective, proficient and resourceful programs to address the needs of the military community. DoD programs primarily focus on proactively addressing matters that are particularly important to invigorate and support the military community. These various policy driven programs are specifically designed to empower the military community to thrive in a very dynamic and vigorous environment. Support for these programs has been challenging and it is important for MC&FP to keep up with industry standards while commissioning best practices, lessons learned, and economical and efficient implementation of services. Support for these programs and services are critical to developing the foundation of services members and their families. This requires detailed program management, project control and professional administration necessary to manage multiple types of programs for diversified government staff. This support will aid in processing requirements that impact processes, cost, quality and timely execution of necessary business operations. The application of expertise within processes that support management metrics will support achievement of program objectives. Period of Performance is from the date of award with one base year and four option years. The listed period of performance is estimated. Attachments: RFQ HDQMWR21Q0078 PPQ HDQMWR21Q0078

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 10/15/2021

Related Attachments:

Read more

Veteran Canteen Service Janitor

Summary: This is a non-personal services contract to provide janitorial services for Veteran Canteen Service (VCS) 2002 Holcombe Blvd. Houston TX. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. Contractor shall train their employees in appropriate cleaning and disinfection procedures following Centers for Disease Control and Prevention (CDC) Guidance and apply those standards to the cleaning of all areas under this contract. The contractor shall provide all personnel, supplies (in accordance with the regulations and instructions in this Performance Work Statement [PWS]), supervision, tools, materials, equipment, transportation and other items and non-personal services necessary to provide custodial services in accordance with this PWS. The contractor shall perform to the standards in the contract as well as all local, state and federal regulations. The Contractor shall provide Microfiber Mop Systems, Floor Carpet Cleaning equipment, other Floor and Housekeeping Equipment. The contractor shall clean and monitor all areas identified in section 1.6.1. The PWS is based off the Memorandum of Understanding (MOU) Sanitation and Maintenance Agreement for VCS and Michael E. DeBakey VA Medical Center.

Vehicle: PSS

RFP release date: 9/15/2021

Proposal due date: 9/22/2021

Related Attachments:

Read more
PHP Code Snippets Powered By : XYZScripts.com