Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2014 FBO #4593
DOCUMENT

C -- Project: 526-14-124 AE Comprehensive Study of Domestic Water System - Attachment

Notice Date
6/20/2014
 
Notice Type
Attachment
 
NAICS
541310 — Architectural Services
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24314R1168
 
Response Due
7/21/2014
 
Archive Date
10/28/2014
 
Point of Contact
John Redmond
 
E-Mail Address
Contract Specialist
(john.redmond2@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to a comprehensive field study that will identify the entire domestic hot and cold water distribution system and identify all "dead legs" in the domestic water distribution system and all related areas for Project 526-14-124 Comprehensive Study of Domestic Water System in Buildings 100, 101, 105, 106, 107, 110, 113, 114, 118, 119, 16, and all connecting corridors at the James J. Peters Bronx VAMC Campus. This is small business procurement. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541310 and small business size standard of $7 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. This is 100% small business procurement. The anticipated award date of the proposed A-E Contract is on or before September 30, 2014. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Small Business set aside, you are verifying your company meets the status requirements of a VOSB concern as established by 38 CFR Part 74. NOTE - Offerors are referred to VAAR Clause 852.219-11(c)(1): "Services (except construction) at least 50 percent of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns". In order to assure compliance with this clause, all firms submitting a SF 330 for this Sources Sought Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc). LOCATION The Comprehensive Study of Domestic Water System in Buildings 100, 101, 105, 106, 107, 110, 113, 114, 118, 119, 16, and all connecting corridors is located at the James J Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468. SCOPE OF SERVICE REQUIRED Objectives This project will require the A/E to perform a comprehensive field study that will identify the entire domestic hot and cold water distribution system and identify all "dead legs" in the domestic water distribution system in Buildings 100, 101, 105, 106, 107, 110, 113, 114, 118, 119, 16, and all connecting corridors at the James J. Peters Bronx VAMC Campus. "Dead legs" are commonly described as piping with low or infrequent flow in the domestic water system. It is essential to ensure the domestic hot water is always circulating to minimize dead legs in pipe systems which may contribute to the breeding of Legionella. The study will also produce a full set of as-built plumbing drawings depicting the existing layout of the entire domestic water systems of Buildings 100, 101, 105, 106, 107, 110, 113, 114, 118, 119, 16, and all connecting corridors at the James J. Peters Bronx VAMC campus. These as-built drawings are necessary since the VA's current record drawings have inaccuracies, omissions, etc. that render them inadequate as a reliable source for planning plumbing outages, designing plumbing modifications, etc. Period of Performance Phasing is high priority in order to reduce impact to the medical center and meet the required completion date of two hundred and forty (240) calendar days from issuance of Notice to Proceed (NTP). VA has identified which areas of the hospital shall be done in evenings, weekends, and during the normal business hours. The A/E is required to develop a phasing plan that meets the requirements for all tasks identified in this scope for completion time of two hundred and forty (240) calendar days from issuance of Notice to Proceed (NTP). This phasing plan shall be utilized throughout the duration of the project to ensure successful completion by the completion date. The COR will coordinate with the medical center and the A/E to ensure these areas are cleared for the A/E to perform the study prior to work commencing in each area. The A/E shall provide File Transfer Protocol (FTP) system for use throughout the duration of project. Site shall be in place within 10 days after contract award. Site shall remain open until final construction contract is complete. This site is intended for the A/E and VA use. Site shall be compatible to access and open AutoCAD 2012, all Microsoft Office 2010 programs (Word, Excel, Project), and pdf files. Place of Performance / Place of Delivery Task #1: Develop As-Built Drawings The A/E shall develop marked-up working drawings that reflect as-built locations, descriptions, details etc. of all components of the domestic water distribution systems. These working drawings, once reviewed and annotated by the VA, shall be used by the A/E to generate final as-built drawings of the domestic water distribution systems. At 60% and 95% submission of the as-built drawings, the A/E shall provide three (3) sets of hard copies and two (2) sets in digital format (one in Autocad 2012 version and one in PDF format). At 100% submission of as-built drawings, the A/E shall provide one (1) original hard copy on mylar (signed and stamped by a Licensed Professional Engineer) to be signed by the VA Chief Engineer and one digital copy in Autocad 2012 version. The A/E shall then take the mylar set signed by the VA Chief Engineer and provide three (3) sets of hard copies on bond paper, one (1) electronic copy in.PDF format, and return the original signed mylars to the VA. The A/E's as-built drawings shall depict all components of the domestic water distribution system, including, but not limited to, pipes, valves, devices, fixtures and equipment (e.g., ice machines). Quality of drawings (degree of accuracy, line thicknesses, fonts, details, colors, nomenclature, symbols, etc.) shall match that of the VA's current record drawings. The existing drawings will be available only for review purposes at the site visit. Once award is made, the VA will upload an electronic version of these drawings to the FTP site. To produce the marked-up working drawings, the A/E shall conduct site surveys of the existing domestic water plumbing systems. Once the A/E completes the site survey for each floor of Buildings 100, 101, 105, 106, 107, 110, 113, 114, 118, 119, 16, and the connecting corridors, the A/E shall submit two (2) sets of full-size (D size) printed working drawings annotated with all changes identified during the survey to the COR for review prior to the A/E continuing to the next scheduled area. The COR will conduct a joint review of the working drawings with the A/E and each party will annotate one (1) set each of the drawings with all comments generated by the COR. After completion of the review, the COR will retain one (1) set of the annotated drawings and return one (1) set of the annotated drawings to the A/E. Once the COR has returned one (1) set of annotated drawings to the A/E, the A/E shall proceed to the next floor or building to continue with site surveys. The A/E shall use its set of annotated drawings to produce the final as-built drawings in AutoCAD. The A/E shall have access to the VA's existing architectural and/or plumbing record drawings for the James J. Peters Bronx VAMC campus. See Attachment B. The VA's existing record drawings have inaccuracies, omissions, etc. that render them inadequate as a baseline for developing accurate as-built drawings. The VA's existing drawings shall be used by the A/E as a reference only to identify general plumbing locations during site surveys. Task #2: Identify Dead Legs The VA will provide to the A/E existing architectural and/or plumbing record drawings for the James J. Peters Bronx VAMC campus. The VA's current record drawings have inaccuracies, omissions, etc. that render them inadequate as a baseline for developing a complete dead leg inventory. Random examples of these drawings will be available only for review purposes at the site visit. The A/E shall use these record drawings as a general reference for developing its own detailed as-built drawings that indicate all field conditions relative to the identification of dead legs and the location of all components of the domestic water distribution systems. The A/E shall maintain an electronic spreadsheet of all dead legs identified. The A/E shall provide daily to the COR the updated electronic spreadsheet. This spreadsheet shall be hand delivered to the COR and an electronic copy posted on the A/E's FTP site. The A/E shall tag the wall or ceiling where the dead leg is located with a tag reading "DL". This tag shall not deface the wall or ceiling after VA removal. This tag will be used by the VA to identify the dead legs that the VA will remove at a later date. The A/E shall clearly define the length of the dead leg on this tag and indicate date of inspection. If a dead leg is not accessible, (run vertically or horizontally in drywall, masonry, etc.), then the A/E shall mark this section of pipe on its working drawings. The A/E shall indicate on the drawings the length of this pipe. The A/E shall clearly indicate on its working drawings where the dead legs are located. The A/E shall indicate lengths of the dead legs on its working drawings. The A/E shall maintain an electronic spreadsheet that clearly defines dead leg locations. The electronic spreadsheet shall have the following columns: 1.Campus 2.Building Number 3.Floor Number 4.Room Number 5.Dead Leg Location in Room 6.Is Dead Leg Accessible without demolition of Surface (Yes or No) 7.Length of Dead Leg Pipe 8.Dead Leg Type (described above) 9.Date of Inspection 10.Indicate drawing number of reference working drawing number where dead leg is indicated. 11.Length and Location of Un-insulated Hot Water Pipe. The A/E's electronic spreadsheet shall have a summary row for totals of each dead leg type. The A/E shall indicate on its working drawings where this dead leg intersects at the main distribution line. The A/E shall clearly mark this on its working drawings. The A/E shall provide a comprehensive estimate for removal of each dead leg type. The A/E shall verify all domestic water distribution lines have insulation. If there are sections of distribution lines that do not have insulation, the A/E shall clearly mark those on its working drawings. The A/E shall measure length of pipe without insulation and add that to the electronic spreadsheet. The A/E shall provide a comprehensive estimate for installing pipe insulation on each section of pipe found to have missing insulation. Task #3: Develop Inventory of Plumbing Fixtures JJP Bronx VA currently does not have an inventory of plumbing fixtures. The A/E shall develop and submit a Plumbing Fixture Inventory spreadsheet along with the field survey drawings, to assist in generating the final as-built drawings. The A/E shall meet with each Department to survey the frequency of use for each fixture with that department's area. This frequency of use shall be indicated on spreadsheet. An infrequently used plumbing fixture is a fixture where the hot water line or cold water line is run less than once each day. A frequently used plumbing fixture is a fixture where both the hot water line and cold water line are run at least once each day. The spreadsheet shall include the following ¦ 1.Building Number 2.Floor Number 3.Room Number 4.Fixture Type 5.Location within the Room 6.Fixture ID Number 7.Fixture Manufacturer 8.Fixture Model 9.Fixture Model Number 10. Frequency of Use 11. Faucet Type (sensor, foot pedal, knob or wrist blade operated, other) Task #4: Develop Valve Schedule JJP Bronx VA currently does not have a valve schedule. During the site inspections, the A/E shall verify the existing valve locations and prepare a valve schedule that reflects actual existing conditions. The A/E's valve schedule shall be incorporated into the final as-built drawings. The A/E shall also prepare an electronic spreadsheet for the valve schedule. The spreadsheet shall have the following columns: 1.Building Number 2.Floor Number 3.Room Number 4.Location within the Room 5.Hot Water System 6.Valve Tag Number 7.Valve Type 8.Valve Manufacturer 9.Valve Model Number 10.Valve Size (inch) 11.Valve Pressure/Temperature Rating (psig/Def F) 12.Area Served The A/E shall provide the following hard copies of as-built drawings: a.Four (4) sets E size. Sets to be bound. b.Four (4) sets ½ size. Sets to be bound. c.Electronic AutoCAD 2012 uploaded to A/E's FTP Site d.PDF copy, uploaded to A/E's FTP site. Set shall include all final mark- ups from A/E's working drawings. Task #5 Phasing Plan and Work Schedule 1.The A/E's phasing plan shall be delivered to COR within 10 days of receipt and signature of the contract. The VA will review the phasing plan to determine if all parameters have been met by the A/E. VA shall provide comments to the A/E within 5 days of receipt of schedule. If all parameters have not been met, then the A/E shall revise the schedule in 3 days and resubmit to the VA for final approval. i.All non-patient care area surveys shall be performed during normal business hours which are Monday - Friday from 7:00 AM - 4:30 PM. 1.All public restrooms shall not be shut down in one phase. The schedule must allow for leaving at least one female accessible restroom and one male accessible restroom per floor. 2.Public Restrooms on 1st Floors shall be done in evenings or weekends. 3.Public Restrooms in Outpatient Clinics shall be done on evenings or weekends. 4.Building 100, including the dead leg survey and valve chart, shall be surveyed first. Both the working drawings and the final as-built drawings for Building 100 shall be submitted first. ii.All patient care area surveys shall be performed as follows. 1.All Corridors for all buildings (including Connecting Corridors) a.Work shall be performed Mon-Fri 7:00AM - 4:30PM. 2.Building 100: a.Patient Bed Rooms i.Work shall be performed Mon-Fri 7:00AM - 4:30PM. ii.Only one room shall be given to A/E at a time. b.Step Down Unit (SDU) i.The A/E shall do (2) rooms at a time. ii.Work shall be performed Mon-Fri 7:00AM - 4:30PM. c.Operating Room i.Entire area shall be worked on evenings and weekends. ii.In the event of an emergency surgery, the VA will cancel the work being performed and the A/E may perform work the following evening or weekend. d.Ambulatory Surgery Unit i.Entire area shall be worked evenings and weekends. e.Cardiology (Cath Lab, EP Lab, Echo Lab) - i.Entire area shall be worked on evenings and weekends. f.CCU i.VA will turn over (1) room at one time. ii.Work hours Mon-Fri 7:00AM - 4:30PM. g.MICU and SICU i.Work shall be performed Mon-Fri 7:00AM - 4:30PM ii.The A/E shall be given (1) room at a time. Work shall be performed Mon - Fri 7:30 AM - 4:30 PM. h.ICU i.Work shall be done (1) room at one time. ii.Work shall be performed Mon-Fri 7:00AM - 4:30PM. i.Outpatient Clinics - Work shall be performed 7:00 AM - 3:30 PM. Includes ¦ i.Radiation Therapy ii.Primary Care iii.Radiology, iv.Eye Clinic v.Urology vi.Clinic vii.Nuclear Medicine j.Dialysis and Renal i.Entire area shall be worked on evenings and weekends. k.Physical Med & Rehabilitation i.Entire area shall be worked evenings and weekends. l.Lab i.Work shall be performed Mon-Fri 7:00AM - 4:30PM. m.Food Nutrition and Canteen i.Work shall be performed Mon-Fri 7:00AM - 4:30PM. n.Emergency Department (ED) i.Work shall be performed Mon-Fri 7:00AM - 4:30PM. o.Research Areas i.Work shall be performed Mon-Fri 7:00AM - 4:30PM. 3.Building 101 Energy Center a. Bidder to work during the day Mon-Fri 7AM - 3:30PM. 4.Building 105 Research Building a. Work shall be performed Mon-Fri 7:00AM - 4:30PM. 5.Building 106 CLC a. Bidder to work during the day Mon-Fri 7AM - 3:30PM. 6.Building 107 Chapel a. Bidder to work during the day Mon-Fri 7AM - 3:30PM. 7.Building 110 Therapeutic Pool a.Bidder to work during the day Mon-Fri 7AM - 3:30PM 8.Building 113 Transportation & Grounds a.Bidder to work during the day Mon-Fri 7AM - 3:30PM. 9.Building 114 MRI Building a.Bidder to work during the day Mon-Fri 7AM - 3:30PM. 10.Building 118 Linear Accelerator a.Bidder to work during the day Mon-Fri 7AM - 3:30PM. 11.Building 119 Administrative Offices a.Bidder to work during the day Mon-Fri 7AM - 3:30PM. 12.Building 16 Administrative Offices/Quarters a.Bidder to work during the day Mon-Fri 7AM - 3:30PM. Task #6 Performance Monitoring The COR and A/E shall meet daily to review progress and to monitor the schedule and ensure work is in compliance with specifications. Any and all deficiencies shall be corrected immediately unless unforeseen circumstances dictate otherwise. All deficiencies shall be tracked and reported. Upon the A/E making corrections to deficient work, the COR will sign off on all corrections. The deficiencies shall not be a reason for the project work schedule to be delayed. The A/E shall work evenings or weekends to correct deficiencies if necessary. The A/E shall request and be granted approval from the COR to work off hours to correct deficiencies. Security The A/E shall coordinate all work with COR prior to any field work. The A/E will not be authorized to work in any area without approval from COR. Prior to commencement of any work, all field employees of the A/E and subcontractors shall take the following training: Privacy and Information Security Training and Rules of Behavior. This training is available on the on-line Talent Management System (TMS) https://www.tms.va.gov/learning/user/login.jsp. All certificates of completed training shall be submitted prior to an employee's commencement of work. The AE personnel who take photos must inform the COTR, at least 48 hours ahead to time, of such intentions. Safety Codes / Certification / Licensing The AE firm shall comply with all codes as described above, as well as codes customarily applied in VA construction jobs such as NFPA fire code, OSHA, VA Design Guides, etc. Labs used by the AE firm for water testing shall be licensed as required by the governing agencies, and their certifications and licenses shall be included in the engineering reports. Travel No travel as a result of this project is anticipated. Special Material Requirements No special materials are anticipated for this contract. Any Other Requirements unique to the solicitation. This contract will include, as required, testing, sampling, and investigative work for determination of the existence of PCB's within the building and its components including but not limited to caulk and lighting ballasts. Include all findings and methodologies, in the final demolition design, for the proper handling, removal and documentation of all PCB containing materials found within the projects parameters in accordance to local, state and federal codes and regulations. COST RANGE Estimated Construction Cost Range: Between $2,000,000 and $5,000,000. TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design is as follows: Renovate for Comprehensive Study of Domestic Water System (526-14-124) Deliver 65% As-Built Drawings to Contracting Officer not later than 120 Days after Award. Review 65% As-Built Drawings with Contracting Officer on 130 Days after Award. Deliver 90% As-Built Drawings to Contracting Officer not later than 180 Days after Award. Review 90% As-Built Drawings with Contracting Officer on 190 Days after Award. Deliver 100% As-Built Drawings to Contracting Officer not later than 230 Days after Award. Review 100% As-Built Drawings with Contracting Officer on 240 Days after Award. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and (6) Acceptability under other appropriate evaluation criteria. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions are provided below. I - TEAM PROPOSED FOR THIS PROJECT Background of the personnel A. Project Manager B. Other key personnel C. Consultants II - PROPOSED MANAGEMENT PLAN Team organization A. Design Phase B. Construction Phase III- PREVIOUS EXPERIENCE OF PROPOSED TEAM Project Experience IV - LOCATION AND FACILITIES OF WORKING OFFICES A. Prime firm B. Consultants V - PROPOSED DESIGN APPROACH FOR THIS PROJECT A. Proposed design philosophy B. Anticipated problems and potential solutions VI - PROJECT CONTROL A. Techniques planned to control the schedule and costs B. Personnel responsible for schedule and cost control VII - ESTIMATING EFFECTIVENESS Ten most recently bid projects VIII - SUSTAINABLE DESIGN Team design philosophy and method of implementing IX- MISCELLANEOUS EXPERIENCE & CAPABILITIES A. Interior Design B. CADD & Other Computer Applications C. Value Engineering & Life Cycle Cost Analyses D. Environmental Assessment E. Energy Conservation & New Energy Resources F. CPM & Fast Track Construction G. Specialized Experience H. Alternate Delivery Method - CMc, D/B, etc.. X - AWARDS A. Awards received for design excellence XI - INSURANCE AND LITIGATION A. Type and amount of liability insurance carried B. Litigation involvement over the last 5 years & its outcome SUBMISSION REQUIREMENTS Small Business firms are required to submit Three (3) hard copies of the SF 330 (which can be downloaded from www.gsa.gov/forms) and one (1) Compact Disc (CD) which contains digital copies of the SF 330. All packages shall be submitted no later than 3:00 PM, EST on July 21, 2014, including Past Performance Questionnaires (attachment 1). February 21, 2014 shall be the deadline for all questions. All submittals must be sent to the attention of John Redmond (10N3NCO), James J. Peters VA Medical Center, 130 West Kingsbridge Road, Room 9B-62, Bronx, NY 10468-3904. The submission must include an insert detailing the following information: 1.Dun & Bradstreet Number; 2.Tax ID Number; 3.The e-mail address and phone number of the Primary Point of Contact and; 4.A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (John.Redmond2@va.gov), telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. THE GOVERNMENT WILL NOT PAY NOR REIMBURSE ANY COSTS ASSOCIATED WITH RESPONDING TO THIS REQUEST. THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. See next page for Past Performance Questionnaire. ATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm's Section F of the SF330, which will best illustrate proposed team's qualifications for this contract. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM:[Insert Company Official Name, Title, and Company Name] SUBJECT:Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to Bronx VA Medical Center's request for SF 330, Architect-Engineer Qualifications for the "Renovate Dialysis". This Request for SF 330's requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to Bronx VA Medical Center relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by directly to the VISN 3/Network Contracting Office (NCO) Contracting Officer. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail. John P Redmond Contract Specialist VISN 3 Networking Contracting Office (10N3/NCO) James J. Peters VA Medical Center 130 West Kingsbridge Road Room 9B-62 Bronx, New York 10468 Email: john.redmond2@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 3 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: __________________________ Address: __________________________ Email address: ________________________ __________________________ Point of Contact: ______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: __________________________________________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms' Responsibilities:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ______________________ Contract Period of Performance: _______________________ The A-E Firm performed as the Prime Contractor Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314R1168/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-14-R-1168 VA243-14-R-1168.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1444178&FileName=VA243-14-R-1168-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1444178&FileName=VA243-14-R-1168-000.docx

 
File Name: VA243-14-R-1168 P12-Supplement B FINAL - 526-14-124.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1444179&FileName=VA243-14-R-1168-001.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1444179&FileName=VA243-14-R-1168-001.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
Zip Code: 10468-3904
 
Record
SN03401817-W 20140622/140620235309-36cd17ddb83558582399e181adcfc595 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.