J061--HVAC Maintenance

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: New Hampshire
Type of Government: Federal
FSC Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
NAICS Category:
  • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
Posted Date: Mar 21, 2023
Due Date: Mar 28, 2023
Solicitation No: 36C24123Q0463
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
J061--HVAC Maintenance
Active
Contract Opportunity
Notice ID
36C24123Q0463
Related Notice
36C24123Q0463
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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 21, 2023 07:17 am EDT
  • Original Date Offers Due: Mar 28, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J061 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238220 - Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance:
    Manchester VAMC Manchester , NH 03104
    USA
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 36C24123Q0463 and the solicitation is issued as a request for quotation (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01.
(iv) This requirement is being issued as a SDVOSB. The associated NAICS code is 238220 Plumbing, Heating, and Air Conditioning Contractors and small business size standard is $19 Million.
(v) The Government intends to award a firm-fixed price award for a HVAC and Medical Air Vacuum Systemsat the Manchester VAMC. Please see the attached Performance Work Statement for full requirement details. Please complete the Price Schedule below and submit with the quote submission.
(vi) The Contractor shall provide all resources necessary to provide HVAC and Medical Air Vacuum Systems IAW the attached Performance Work Statement. Please see the attached PWS for full requirement details.
(vii) The Place of Performance is Manchester, New Hampshire as described per the Performance Work Statement.

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

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items Nov 2021
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders May 2022

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-6, 52.219-28, 52.219-32, 52.219-6, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33

GRAY MARKET ITEMS (APR 2020)

(a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities.

(b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.

(End of clause)

Submission of Quotes:
(1) Quotes shall be received on or before the date and time specified in Section (xv) of this solicitation. Note: Offers received after the due date and time shall not be considered.
(2) Offerors shall submit their quotes electronically via email to Contract Specialist, Tnauri.Woodbridge@va.gov.
(3) Questions: Questions shall be submitted to the Contracting Officer in writing via e-mail. Oral questions are not acceptable due to the possibility of misunderstanding or misinterpretation. The cut-off date and time for receipt of questions is 28- Mar- 2023 at 12:00 PM EST. Questions received after this date and time may not be answered. Questions shall be answered in a formal amendment to the solicitation so all interested parties can see the answers.
(4) Quote Format: The submission should be clearly indexed and logically assembled in order of the evaluation criteria below. All pages of the quote shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer.
Evaluation Process:
Award shall be made to the best value, 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.
Offeror quotes shall be evaluated under FAR Part 13.106-2(b) -- Evaluation of Quotations or Offers. Therefore, the Government is not obligated to determine a competitive range, conduct discussions with all contractors, solicit final revised quotes, and use other techniques associated with FAR Part 15.
The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation shall be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Â
Price (Follow these instructions):
Offeror shall complete Attachment 1 - Price Schedule, with offerors proposed contract line item prices inserted in appropriate spaces.Â
Past Performance:
Offeror shall utilize Attachment 2 Past Performance Worksheet to provide at least one (1) but no more than (3) references of work, similar in scope and size with the requirement detailed in the Statement of Work. References may be checked by the Contracting Officer to ensure your company is capable of performing the Statement of Work. The Government also reserves the right to obtain information for use in the evaluation of past performance from any and all sources.
Technical: The offeror s quote shall be evaluated to determine if the organization has the experience and capabilities to provide the requested services IAW the Statement of Work in a timely efficient manner.Â
Contractor shall demonstrate their corporate experience and approach to meet all requirements stated in the Statement of Work.
Contractor shall demonstrate that their technicians meet the qualification standards stated in the Statement of Work.
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
SAM: Interested parties shall be registered in System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. Interested parties not registered in SAM in sufficient time to meet the VA s requirement will be ineligible to receive a government contract. This determination will be at the discretion of the Contracting Officer.
VISTA: The VA utilizes VISTA to issue a purchase order and liquidate invoices. Failure to register in VISTA may result in exclusion from the issuance of a VA contract. This determination will be at the discretion of the Contracting Officer. Interested parties with no prior VA contracts can request a Form 10091 at any time.
Subcontracting Commitments - Monitoring and Compliance
This solicitation includes VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, and VAAR 852.215-71, Evaluation Factor Commitments. Accordingly, any contract resulting from this solicitation will include these clauses. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) to assist in assessing contractor compliance with the subcontracting commitments incorporated into the 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 CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. 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 CO to assess the contractor compliance with the subcontracting commitments.
(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 28 Mar 2023 by 12:00 PM EST. RFQ responses must be submitted via email to: Tnauri.Woodbridge@va.gov. Hand deliveries shall not be accepted.
(xvi) The POC of this solicitation is Tnauri.Woodbridge@va.gov.

ATTACHMENT 1
PRICE SCHEDULE
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
HVAC and Medical Air Vacuum Systems
__________________
__________________


GRAND TOTAL
__________________








ATTACHMENT 2
PAST PERFORMANCE WORKSHEET
1. Name of Contracting Activity, Government Agency, Commercial Firm or other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date of Contract Award:
5. Beginning Date of Contract:
6. Completion Date of Contract:
7. Contract Value:
8. Type of Contract:
9a. Technical Point of Contact:
9b. Contracting Point of Contact:
Name:
Name:
Title:
Title:
Address:
Address:
Telephone:
Telephone:
Email:
Email:
10. Place of Performance:
11. Description of Work (Use a continuation sheet if necessary):
12. List any commendations or awards received:
13. List of Major Subcontractors

ATTACHMENT 3
PERFORMANCE WORK STATEMENT
INTRODUCTION
The VA Medical Center in Manchester is seeking a qualified contractor to perform comprehensive preventative maintenance and repair services for heating, ventilating and air conditioning (HVAC), compressed air, and medical air/vacuum systems at our campus. Service performance will be for the VAMC- Manchester at 718 Smyth Road, Manchester, NH 03104.

BACKGROUND
The VA equipment for heating, ventilating, air conditioning, (HVAC), compressed air, and medical air/vacuum is required preventative maintenance (PM) on a periodic basis through the year. The Facility Service, Maintenance Department, acquires assistance in keeping up with required PMs on the equipment to ensure proper operations and prevent failure points on the equipment. Our current Maintenance staff is shorthanded to ensure proper PMs are being completed as well as responding to maintenance calls, performing regular duties, and handling the increase work order requests. A service contract would be needed to ensure the proper and timely of the required PM s on the HVAC equipment/systems. The service contract will be include a Base Period and Four (4) Option Years.
SCOPE
Item 1 Preventative Maintenance (PM)
The contractor shall provide all personnel, equipment, tools vehicles, materials, supervision, and other items and services necessary to perform preventative maintenance, testing and repair tasks functions for the equipment described in the SOW.

Contractor shall perform preventative maintenance (PM) for all equipment including ancillary components associated with the functioning of these devices. PM shall be performed in a manner designed to optimize the reliability, efficiency and lifespan of the equipment serviced.

The contractor shall adhere to all individual manufacturer s requirements and instructions for the particulars of scheduled maintenance of the systems/equipment. All contractor personnel and subcontractors that perform scheduled maintenance shall be qualified by the systems/equipment manufacturer where necessary to preserve any warranties on the systems/equipment. The contractor shall provide a written monthly schedule to the Contracting Officer Representatives (COR) for the facility, listing the specific equipment to be serviced during the upcoming period and outlining the individual PM tasks to be completed, including any after-hours service.

The contractor shall obtain, provide and install all parts, materials, and supplies necessary to perform PM. Contractor shall use parts supplied by the original equipment manufacturer (OEM) or authorized equal (as stipulated by the manufacturer) when replacing all parts, components, and/or devices for the covered systems. Should the contractor encounter a part in need of replacement, and the direct replacement is no longer available due to obsolescence, the contractor shall replace that part with a new equivalent part. The contractor shall notify the VA when such replacements/modernization occurs.
The contractor shall provide labor, material, and equipment necessary to perform start up and routine maintenance services to include but not be limited to the following, at the appropriate intervals. The vendor shall perform all manufacturer recommended routine maintenance on the following equipment/systems.

Scheduled Maintenance of Chillers.
Scheduled Maintenance of Air Handlers units.
Scheduled Maintenance of Condensers.
Scheduled Maintenance of Boilers.
Scheduled Maintenance of Circulating and Heating Pumps.
Scheduled Maintenance of Air Compressors.
Scheduled Maintenance of Fan Coil & Return Fan Units.
Scheduled Maintenance of Medical Air/Vacuum System.
Scheduled Maintenance of Fume Exhaust Systems.

The vendor shall perform all manufacturer recommended routine maintenance, whether or not included in the list below:

Change all filters per manufacturer s recommendations.
Check all electrical wiring and connections; tighten as required.
Check all motor starter contactor surfaces for wear.
Lubricate electrical motor and fan bearings, if applicable.
Check all belts for wear and tensioning, if applicable.
Check all mounting hardware, tighten as needed.
Check and calibrate controls.
Check condition of evaporator coils; clean at intervals recommended by manufacturer or more frequently as needed.
Check and clean condensate drains, drain line and pans.
Check refrigerant charge, repair leaks and add charge as needed.
Take refrigerant and oil samples and send for manufacturer s recommend analysis of contaminants (annually).
Verify all critical flow rates of refrigerant and cooling loops.
Furnish and replace oil filter and purge drier (as needed per manufacturer s maintenance schedule).
Verify proper operation of controls.
Check chilled water setpoint and verify performance.
Inspect and verify operation of vane arms.
Check refrigerant levels and perform refrigerant leak tests.
Check oil levels and change oil as needed.
Perform chemical cleaning of condenser coils (annually or as per manufacturer s guidance).
Verify operation of oil sump heaters.
Verify full capacity of chilled water system.
Test operation of all flow proving devices.
Verify panel operation, amperage, and voltage.
Verify proper operation of all slide and solenoid valves.
Check high condenser pressure and low refrigerant temp sensors.
Review operating procedures with site personnel.
Perform burner test and calibration.
Check and service engine coolant heat exchangers.
Check solution pump and purge operation.
All other PM tasks as per manufacturer s recommendations.

The scope consists of routine preventative maintenance service and needed repairs to the equipment and associated components as well as certain specified testing and balancing services. The Contractor is required to inspect and service all equipment in accordance with all manufacturer's recommendations, prevailing industry standards and codes.

Personnel Qualifications

Before assigning employees to start work under the terms of this contract, the Contractor shall ensure that they have the required qualifications and, if applicable, possess the required current and valid professional certifications and licenses in compliance with federal, state, and local environmental requirements and laws. Personnel operating motor vehicles shall have a valid state driver s license and abide by all NH VAMC Healthcare System traffic laws, i.e. hands-free cell phone use while driving, and parking requirements. As part of the quotation, the Contractor shall submit information on the qualifications or certifications for employees and sub-contractors proposed to work on the services of this contract. Journeyman tradespersons shall be licensed for their respective trades in accordance with Federal requirements. Note: All HVAC trades personnel working with refrigerants shall have universal Environmental Protection Agency (EPA) certification. Contractor will ensure all certificates, licenses and permits are kept current and valid. All license and certification renewals shall be submitted to the COR annually or as requested.

The COR shall track Contractor compliance with any manufacturers and contract warranties and shall maintain on-site records of equipment bearing warranties. The contractor shall provide fully completed worksheets to the COR with sufficient detail concerning each completed task. The contractor will annotate equipment records showing warranted items and warranty expiration dates on all equipment. The contractor shall provide supporting documentation for any warranty claims to the on-site COR. The Government will provide the contractor with all existing warranty documentation at the start of the task order. The contractor shall maintain and inspect all infrastructure systems under warranty, without voiding the warranty.

An equipment inventory is incorporated into this Site-Specific statement of work. The contractor is responsible for all required routine maintenance of the equipment included in the inventory and as described herein, necessary to ensure proper function of the equipment in accordance with manufacturer s guidelines, applicable standards and codes. Any unscheduled maintenance/repair work shall be performed when authorized by the Contracting Officer CO or COR, in accordance with Government-approved technical instructions and facility priorities. NOTE: unscheduled maintenance does not include routine maintenance.

The CO and COR shall notify and work with the contractor on any additional equipment added or changes to the equipment list for PMs and frequency. The contract will then be modified to address the updated costing to the service agreement. Also, the CO and COR shall notify and work with the contractor to remove the equipment item from coverage because it can no longer be economically maintained or has been removed/replaced from the property. The contract will then be modified to address the updated costing to the service agreement.

Item 2 HVAC System Testing and Balancing (TAB)
The contractor shall perform annual HVAC testing and balancing of the Pharmacy, Same Day Surgery, and Sterile Processing Service at the VAMC- Manchester. The work shall be conducted in accordance with VHA Specification 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC and Chapter 39, "Testing, Adjusting and Balancing" of 2019 ASHRAE Handbook, "HVAC Applications", hereby incorporated by reference.
The work shall include, but not be limited to the following:
Planning systematic testing and balancing procedures.
Design Review Report.
Systems Inspection report.
Duct Air Leakage test report.
Systems Readiness Report
Balancing air and water distribution systems; adjustment of total system to provide design performance; and testing performance of equipment and automatic controls.
Vibration and sound measurements.
Recording and reporting results.
Document critical paths of flow on reports. The contractor shall be provided mechanical drawings for the air handing units and areas being tested.
Report shall include supply airflow rates, air exchange rates, exhaust airflow rates and room pressure relation to adjacent space. Airflow rates will be measured for each register.
Contractor shall perform TAB work during off hours including weekends in specialty areas, such as Operating Rooms, to avoid interfering with the Medical Center s normal operations.
In sterile areas, the contractor will be required to wear sterile clothing and follow the facility policy regarding infection control.
The contractor shall be provided mechanical drawings for the air handing units and areas being tested.

Item 3 Equipment Inventory
The contractor shall perform an inventory listing of the VAMC- Manchester Medical Center equipment list for heating, ventilating and air conditioning (HVAC), compressed air, and Medical air/vacuum systems. The equipment list shall include equipment item/category, model, serial number, photographs, and location if accessible. The contractor shall provide a detailed written report on the completion of the specified area of the Building and/or Building floor/wing. The work shall be divide between the base and option years of the service contract, which based upon the agreeance of the contractor and COR. The COR will review the list. The contracting officer will settle disputes between equipment list and the COR validation.
Item 4 Emergency Services (Labor)
The contractor shall provide on call services to include labor costs. The vendor will be able to respond to fix issues within four (4) hours. The contractor shall respond within 4 hours for all emergency call backs on the equipment section listed in the above performance work statement. The equipment sections are as follows.
Chillers.
Air Handlers units.
Condensers.
Boilers.
Circulating and Heating Pumps.
Air Compressors.
Fan Coil & Return Fan Units.
Medical Air/Vacuum System.
Fume Exhaust Systems.

The contractor shall provide service labor, materials, and parts necessary to support as needed and emergency calls for repairs and replacements. The contractor shall supply minor parts and materials ($200 per equipment item per year), then a list of repairs required as a result of the inspection will be provided with a cost proposal for the repair within 24 hours to the COR.

Item 5 Materials and Parts
The contractor shall supply parts and materials (>$200 per equipment item per year) as needed for necessary upgrades, replacement, and repairs. These costs will be included on the service agreement for anticipating parts and materials for potential repairs and replacements. The equipment sections are as follows:
Chillers.
Air Handlers units.
Condensers.
Boilers.
Circulating and Heating Pumps.
Air Compressors.
Fan Coil & Return Fan Units.
Medical Air/Vacuum System.
Fume Exhaust Systems.

Repairs shall be completed within 24 hours after the need for repair has been identified by the contractor or by the COR. All repairs shall be in accordance with the equipment manufacturer s requirements and\or applicable laws, regulations, codes, etc. The Contractor shall furnish all supplies, materials, and equipment to perform regularly scheduled service, emergent service, and repairs. All parts and materials shall be of the original manufacturer s design and specification, or equal thereto. An extension may be granted at the discretion of the COR on a case by case basis. Each request for an extension must include and explanation for the delay, and estimated time of completion, and evidence to clearly show that the contractor has made every effort to repair the system as timely as possible.

PERFORMANCE REQUIREMENTS
All work shall be completed such that the integrity of the systems is maintained. All work shall be done in accordance with OSHA, EPA regulations, NFPA codes, with particular attention to NFPA 85, VA codes, Federal, State, and local regulations throughout the course of this service contract.
The Contractor shall submit technician certification/licensure prior to work start. Copies of these are also to be submitted with the completed checklists.

The contractor shall submit all necessary safety plans to include, but not limited to; equipment specific Lock-Out Tag Out procedures, Electrical Safety, plan and SDS for any chemicals used to the COR for approval prior to working at the Medical Center.

The contractor shall schedule all site visits, to include emergencies, with the COR.

The contractor shall furnish authentic parts from the equipment manufacturer. The determination of when to replace parts is at the recommendation of the technician, with the COR s concurrence. Additional service charges may be incurred to install parts during scheduled inspections or callbacks as specified in this agreement.

The contractor shall operate on the premises during the hours of 0700 and 1630, unless otherwise authorized by the COR.

The contractor shall respond within 4 hours for all emergency call backs.

Work sites shall be left in the same manner of cleanliness and order in which they were found. Vendor will provide their own waste disposal, if any.

All vendor technicians performing work on site must report to Facility Service in Building 6 to the contractor badge check in/out room to sign in on the contractor log and get a Contractor badge. Badges must be returned, and log signed out prior to departing the premises. Vendor shall then coordinate with the COR prior to performing their work.

Personnel must wear the proper personal protective equipment (PPE) at all times to include a surgical mask. Work done under this project must comply with infection control requirements.

The contractor shall receive all deliveries of materials, equipment, tools, or other goods off of station, and bring them to the job site. The Manchester VA shall not accept deliveries for project purposes.

Special care will be taken to secure tools and construction equipment.

Material Safety Data Sheets (MSDS s) must be submitted to the COR for approval for all hazardous materials before they are brought to the work site.

Two weeks prior notice is required for all work that involves shutting down any of the systems. Work requiring a shutdown may be required to be performed outside of normal working hours.

End of day cleanup of the work area(s) is mandatory, and all trash shall be bagged and properly disposed of offsite.

Contractor vehicles, including those of their employees, are to be parked in the lower level of Lot D.

All travel costs associated with performance of this contract are the responsibility of the Contractor and are provided at no additional cost to the government as part of this contract. Travel costs are defined but not limited to time and vehicle costs for personnel in travel to and from job site for all duties outlined in this specification, normal shipping charges on any parts or materials covered by this contract, costs associated with the normal shipping of parts or equipment out for repair that are covered under this contract, etc.

DELIVERABLES
Contractor shall coordinate with the COR to provide a complete calendar year schedule for scheduled maintenance tasks at the commencement of the contract.
Contractor shall provide a prioritized phone support contact list at the commencement of the contract.
Submittal of proposed equipment and materials to be used on site for review and approval by the COR.
Submittal of Contractor safety plan and lock\out tag\out plan.
Submittal of Safety Data Sheets (SDS) shall be provided by the contactor for all chemicals proposed to be brought to the medical center. Chemicals must be approved before they can be located on property.

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 8, 2023[Sources Sought (Original)] J061--HVAC Maintenance

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Description Bid # Attachments Addendum Closing Date Closing Time Status/Bid Results Contact Commodity

State Government of New Hampshire

Bid Due: 5/06/2024

Description Bid # Attachments Addendum Closing Date Closing Time Status/Bid Results Contact Commodity

State Government of New Hampshire

Bid Due: 5/09/2024

BID/PROPOSAL DEADLINE ADDITIONAL INSTRUCTIONS PRE-BID MEETING ADDENDA BID SUMMARY Bid/Proposal: RFP # 42-24

City of Portsmouth

Bid Due: 4/24/2024

Description Bid # Attachments Addendum Closing Date Closing Time Status/Bid Results Contact Commodity

State Government of New Hampshire

Bid Due: 5/09/2024