Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
DOCUMENT

C -- 632-354 Relocate ICU - Attachment

Notice Date
7/29/2014
 
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
VA24314I1045
 
Response Due
8/12/2014
 
Archive Date
10/11/2014
 
Point of Contact
Joseph Ercole
 
Small Business Set-Aside
Total Small Business
 
Description
ARCHITECT-ENGINEER SERVICES VA NOTICE OF SYNOPSIS/PRE-SOLICITATION SET ASIDE FOR SMALL BUSINESS - ARCHITECT AND ENGINEER SERVICES PROJECT NAICS: 541310 SMALL BUSINESS SIZE STANDARD: $7 Million dollars. PROJECT TITLE: Relocate Intensive Care Unit at VAMC Northport NY. This published posting through FedBizOpps/FBO in accord with FAR 5.204 and FBO is the only posting of this project. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR SMALL BUSINESS SET ASIDE FOR ARCHITECT-ENGINEERING SERVICES ("A/E"), TO RELOCATE INTENSIVE CARE UNIT AT VA MEDICAL CENTER NORTHPORT, NY. The U.S. Department of Veterans Affairs, VA Medical Center, Northport, NY is seeking qualification statements from Small Business Architect/Engineering (A/E) firms, NAICS 541310, located within the general geographic location of VA Medical Center Northport, NY 11768, within a one hundred (150) mile radius of VA Medical Center Northport, NY 11768, to provide professional design services for Relocate Intensive Care Unit at the VAMC Northport NY. Interested Small Business (SB) shall submit Qualification Statements (SF-330) and may submit Supplemental Data (Resumes, Vita/Vitae, References) in response to this Synopsis/Pre-Solicitation. This A/E work at the VAMC Northport NY shall be done in accordance with the guidelines of the most current VA Design Requirements and Criteria and VA Federal Specifications Standards Specifications available online at http://www.cfm.va.gov/TIL/. Firms with MEP services in-house and capability to provide full-service mechanical, architectural, civil, structural, electrical, fire protection, and cost estimating capability are encouraged to submit their SF 330 for consideration. VAMC Northport seeks qualified SB A/E firms with substantial past experience in infrastructure design at healthcare facilities. Firms may be asked to propose innovative and creative approaches to designing and building this Relocate Intensive Care Unit in keeping with current scientific technology, VA requirements, and trends as may be applicable to the mission of the VA. THIS SYNOPOSIS/PRE-SOLICITATION IS POSTED ON FedBizOpps/FBO WITH A DEADLINE RESPONSE DATE OF AUGUST 12, 2014 11:59PM ET. RESPONDERS TO THIS PROJECT'S PREVIOUS SOURCES SOUGHT NOTICE #VA243-14-I-1045 MAY RESPOND TO THIS SYNOPSIS/PRE-SOLICITATION WITH REQUIRED ITEMS (AHEAD HEREIN SEE REQUIREMENTS TO BE CONSIDERED) AS STATED HEREIN THIS SYNOPSIS/PRE-SOLICITATION, HOWEVER IF SF330 WAS RECEIVED BY CONTRACTING OFFICER JOSEPH ERCOLE IN RESPONSE TO SOURCES SOUGHT NOTICE #VA243-14-I-1045, THEN THE SAME SF330 IS NOT REQUIRED TO BE RE-SUBMITTED AND SB MAY REQUEST IN WRITING THAT THE VA UTILIZE THEIR PREVIOUSLY SUBMITTED SF330 FROM SOURCES SOUGHT NOTICE ALONG WITH ANY SUPPLEMENTAL DATA (i.e. Resumes, References, Information, etc.). SB responders to the project Sources Sought Notice (FBO ##VA243-14-I-1045) that made a submission (SF330, Supplemental Data) may request in writing by this Combined Synopsis/Solicitation deadline date (August 12, 2014 11:59 PM ET) to the Contracting Officer, Joseph Ercole, that the VA utilize their previously submitted SF330 and any Supplemental Data from response to Sources Sought Notice, for response to this announcement OR may submit a new response (SF330, Supplemental Data), all of which shall be considered by the agency. Supplemental Data, resumes, and references are not required, but will be accepted if included with SF330 submission; see below "Requirements to be Considered" for required item submission. All SB responders to this Combined Synopsis/Solicitation, must ensure existence or update their Online Representations and Certifications Application (ORCA) at: https://orca.bpn.gov/ The Federal Acquisition Regulations (FAR) require the use of On-Line Representations and Certifications Application (ORCA) in Federal solicitations as part of the proposal submission process. Offerors are required to complete the ORCA on-line via website http://orca.bpn.gov. Refer to FAR 52.204-8 Annual Representations and Certifications (Feb 2009). 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 provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 632-354, Relocate Intensive Care Unit at Northport VA Medical Center, 79 Middleville Rd., Northport, NY 11768. This procurement is restricted to Small Business (SB). Proximity of the AE firm to the facility is factored as part of the evaluation criteria. 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 $5,000,000.00 and $10,000,000.00. This is a 100% Small Business Set Aside. The anticipated award date of the proposed A-E Contract is on or before September 1, 2014. Potential contractors must be registered in SAM (www.sam.gov) and for Service Disable Veteran Owned Small Business (SDVOSB) or Veteran Owned Samll Business (VOSB) certified in Vet Biz (www.vetbiz.gov) at time of submission of their qualifications in order to be considered for an award. Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e. SB, WOSB, SDVOSB, VOSB, 8(a), etc). LOCATION This Project will relocate the intensive care unit at the Northport VA medical Center, 79 Middleville Rd. Northport, NY 11768 SCOPE OF SERVICE REQUIRED PROJECT NO. 632-354, RELOCATE INTENSIVE CARE UNIT. This Project will relocate and modernize the Intensive Care Unit at Bldg. No. 200 at the Northport VA Medical Center, 79 Middleville Road, Northport, NY 11768. The Project includes construction of approximately 10,650 square feet of new space to be added to the main hospital building. Technical disciplines include but are not limited to site development, architectural, fire protection, interior design, structural, plumbing, sanitary, HVAC, electrical, equipment, asbestos abatement, space planning, critical path method, and estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). I. SCHEMATICS General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B. II. DESIGN DEVELOPMENT DOCUMENTS General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B. Services under this phase shall include, but not be limited to the following: (1) Site Design; (2) Architectural Design including facility floor and roof plans, sections, elevations, preliminary selection of building systems and materials, development of dimensions, net program areas, gross areas and facility volumes; (3) Structural Design including materials and structural systems; (4) Mechanical and Electrical Design including heating, ventilating, air conditioning, refrigeration, plumbing, fire protection, and electrical design with economic and energy analyses and all critical systems; (5) Space Planning; (6) Cost Estimate(s); (7) Energy Impact Studies; (8) Phasing Plans for Construction including making recommendations concerning construction contract arrangements and scheduling that will be advantageous to VA in terms of cost and timing; and (9) Presentations and Review Submissions. III. CONSTRUCTION DOCUMENTS General Scope. Based upon the approved Schematics and Design Development Documents, equipment layouts, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of the Project and as further described in Supplement B. Services under this phase shall include: (1) Site Design Documents setting forth in detail the site construction requirements; (2) Architectural Design Documents setting forth in detail the architectural construction requirements including complete floor and roof plans, elevations, sections, details, schedules, material and color selection, discipline coordination and fire safety systems and controls; (3) Structural Design Documents setting forth in detail the structural construction requirements including all structural plans, elevations, sections, details, schedules, and calculations sizing all columns, beams, slabs and coordinating the work with all other design disciplines; (4) Mechanical Design Documents setting forth in detail the mechanical construction requirements including all mechanical plans, elevations, sections, details, and schedules for heating, ventilating, air conditioning, refrigeration, plumbing, and fire protection; (5) Electrical Design Documents setting forth in detail the electrical construction requirements including all electrical plans, elevations, sections, details, diagrams and schedules showing transformers, vaults, electrical and telephone closets, power distribution systems, auxiliary power systems, switchgear, generator, lighting fixtures, switching power outlets, and signal system; (6) Cost Estimate(s) setting forth in detail quantities of materials, labor, profit, overhead, insurance, taxes, etc.; (7) Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents; and (8) Presentations and Review Submissions. (b) Project Phasing (CPM). The A/E shall assist the Contracting Officer in coordinating the development of a CPM (Critical Path Method) network for the construction of the Project. The CPM network shall provide a phasing schedule which will promote a proper and efficient organization and sequence of construction. The A/E shall, when directed by the Contracting Officer, serve as an advisor to the Contracting Officer on all phasing matters. Construction Documents shall be packaged for bidding and construction in accordance with the CPM network. IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS The A/E shall arrange for and oversee the performance of topographic surveys, test borings, test pits, soil tests, subsurface exploration and other such investigations as he determines are required for the proper design of the Project. V. PROJECT FIRE PROTECTION ENGINEER The A/E shall retain the services of a fire protection engineer (FPE). The FPE shall have qualifications as further described in Supplement B. The FPE shall remain on the A/E's project staff throughout Project design and construction. The FPE must be directly involved in the design of fire protection systems or in responsible charge of: the design of fire protection features; review of fire protection equipment submittals and shop drawings; and participation in preliminary inspection and final testing of fire protection systems. The FPE shall provide to the A/E all services as further described in Supplement B. VI. PROJECT INDUSTRIAL HYGIENIST The A/E shall retain the services of an industrial hygienist (IH). The A/E or the IH have the option of preparing the asbestos drawings. The IH consultant shall have qualifications as further described in Supplement B. The IH consultant shall provide to the A/E all services as further described in Supplement B. The services include all A/E IH services associated with asbestos for the Schematics, Design Development and the Construction Documents stages of the VA design process and the Construction Period Services of the Project. The A/E shall be responsible for providing all design documents for the Project. The IH consultant shall coordinate with the A/E to ensure that fully coordinated drawings are provided for all asbestos abatement and related restoration work. VII. BID ALTERNATES Throughout the design phases, the A/E shall identify alternatives for a minimum of 20 percent of construction costs that can be taken as potential bid deducts in the event construction bids received are higher than anticipated. The alternates shall be designed so that, if required to award the bid within the approved total project cost, the Project remains a stand-alone project and can be activated according to its intended function upon completion. VIII. SERVICES DURING BIDDING PERIOD The A/E shall provide all services required for advertising for and securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer. The A/E shall provide representatives of the following professional registered disciplines for each conference: Architectural Design, Structural Design, Mechanical Design, and Electrical Design. IX. SERVICES DURING THE CONSTRUCTION PERIOD The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project. X. POST-CONSTRUCTION SERVICES For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. XI. LOCATION The A/E's proximity to the facility is factored into the evaluation and considered. XII. POST-CONSTRUCTION SERVICES For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness. XIII. CONTRACT SECURITY This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance COST RANGE Estimated Construction Cost Range: Between $5,000,000 and $10,000,000. 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 and start and end dates for the construction are as follows: The A/E shall perform the work required by this contract within the limits of the following schedule. He/she shall provide professional architects and engineers as directed by the Contracting Officer who are familiar with the work to attend the Design Reviews on the following dates: Submit authorization request for site survey and/or subsurface exploration not later than 09-15-2014 Deliver First Schematic Review material to Contracting Officer not later than [50% complete] 12-26-2014 Review First Schematic Review material with Contracting Officer on [50% complete] 01-23-2015 Deliver Second Schematic Review material to Contracting Officer not later than [100% complete] 02-13-2015 Review Second Schematic Review material with Contracting Officer on [100% complete] 03-06-2015 Deliver First Review (DD) material to Contracting Officer not later than [25% complete] 04-17-2015 Review First Review (DD) material with Contracting Officer on [25% complete] 05-15-2015 Deliver Second Review (DD) material to Contracting Officer not later than [35% complete] 06-05-2015 Review Second Review (DD) material with Contracting Officer on [35% complete] 06-26-2015 Deliver Third Review (CD) material to Contracting Officer not later than [50% complete] 08-21-2015 Review Third Review (CD) material with Contracting Officer on [50% complete] 09-18-2015 Deliver Fourth Review (CD) material to Contracting Officer not later than [100% complete] 10-09-2015 Review Fourth Review (CD) material with Contracting Officer on [100% complete] 10-30-2015 Deliver Final Bid Documents to Contracting Officer not later than 11-20-2015 Bid Opening Date (Estimated) 07-19-2016 Construction Contract Award (Estimated) 08-16-2016 Construction Completion (Estimated) 10-17-2018 The Contracting Officer may schedule an additional Design Review(s) should he/she determine that such review(s) is required for satisfactory completion of the Contract Drawings and Specifications. The A/E will be reimbursed for the additional trip(s) in accordance with Clause SP-9 unless the additional Design review(s) was requested by him or caused by actions for which he/she is responsible. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor as per the evaluation factors listed in this announcement, and in terms of its (1) Professional qualifications and disciplines of staff proposed for the satisfactory performance of required services; (2) Examples of specialized experience and technical competence in various disciplines required for specific project; (3) Capacity to accomplish the work in the required time; (4) Past experience and performance on government contracts; and (5) Proximity of firm or working office providing professional services to the facility. SELECTION CRITERIA DESCRIPTIONS The selection criteria descriptions (1 through 9) are provided below. (1)PROFESSIONAL QUALIFICATIONS NECESSARY FOR SATISFACTORY PERFORMANCE OF REQUIRED SERVICES. Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record (Mechanical, Electrical, and Fire Protection Engineer). In addition, provide resumes of other relevant team members or frequent subcontractor such as: Architect, Civil, Structural Engineers, Cost Estimator, and team members who will perform technical tasks under this contract including their record of working together. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of three (3) specific completed projects that best illustrate the individual team members experience relevant to this contract scope; (2)SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Specialized experience and technical competence in health care facilities (to include joint ventures), including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials." (3)CAPACITY This factor evaluates ability of the AE Structural firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The general workload and staffing capacity of the design office will be evaluated. i.List current projects with a design fee of greater than $20,000 being designed in the firms' office. ii.Indicate the firms' present workload and the availability iii.of the project team (including sub-consultants) for the specified contract performance period; iv.describe experience in successfully delivering projects per v.performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates; (4)PAST PERFORMANCE VISN3 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). vi.Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. vii.Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall so state when addressing the selection criteria Documentation supplied should detail firms' ability to work with government entities and design standards or similar relevant experience with other entities. i.Provide a copy of all performance evaluations (A/E) issued for government contracts (as applicable). For non-Federal contracts, provide facility owner documentation of the firms' performance issued on that contract. If known documentation exists, so state. ii.Provide accessible owner points of contact: name, title address, telephone number, e-mail, and fax number and provide copies of awards and letters of appreciation/commendation as desired. Past Performance Questionnaires (Attachment 1 to this Source Sought): i.Respondents shall complete Section A (General Information) of the Past Performance questionnaire and provide it to VISN3 representative as part of the SF 330 submittal package. ii.Respondents shall submit the Past Performance Questionnaire Sections B through D and the Cover Letter to each past performance Contracting Officer (or customer contact equivalent) and Project Manager (or customer contact equivalent) for a minimum of three (3) identified in its SF 330 Section F, "Example Projects Which Best Illustrate Proposed Team's Qualifications For This Contract". Sections B through D of the questionnaire shall be completed ONLY by the contract customer. iii.The contract customer shall complete sections B through D of the Past Performance Questionnaire and shall submit it directly to VISN3 by the SF 330 submittal package due date identified in the Sources Sought iv.Past Performance Questionnaire sections B through D will not be accepted from Respondents. Questionnaire sections B through D must come directly from the Respondent's contract customer. The Respondent bears the burden of providing relevant and timely references with accurate and current telephone numbers and addresses. The Respondent is responsible for ensuring that the questionnaires issued by them are completed by the contract customer and submitted directly by the contract customer to VISN3 at the address listed in section E.1 of this Sources Sought, no later than the SF 330 submittal package due date designated in this Sources Sought (Ref. Sources Sought section F.2). E-mailed Past Performance Questionnaire Sections B through D will be accepted from the contract customer. If the contract customer chooses to email the past performance questionnaire sections B through D, they SHOULD NOT send the hardcopy via mail. Respondents are notified that VISN3 may use any additional sources of information (such as, but not limited to the Architect-Engineer Contract Administration Support System (ACASS) or the Army Corp of Engineers' central database of past performance) available to it regarding the Respondent's relevant experience and past performance and consider the information thus obtained as part of this evaluation. (5)LOCATION viii.The A/E Firm proximity to the James J. Peters VA Medical Center, Bronx, NY 10468 is an evaluation criteria. ix.This distance is determined according to http://maps.google.com/ x.This factor evaluates the distance the AE firm's design office or offices lies from the location of work. Please provide the address (es) and distance of your closest office to the address listed below. (6)Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. (8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (9)ACCEPTABILITY UNDER OTHER APPROPRIATE EVALUATION CRITERIA A/E SELECTION CRITERIA LIST Project Name: Relocate Intensive Care Unit Project No. 632-354 RequiredCriteriaWeighting XProfessional qualifications and disciplines of staff proposed for the satisfactory performance of required services. 15% XSpecialized 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 materials15% XCapacity to Accomplish the work in the required time10 % XPast performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules15% XLocation 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 project10% XReputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness10% XRecord of significant claims against the firm because of improper or incomplete architectural and engineering services10% XSpecific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team15% `Total100.0% -END-
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314I1045/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-14-I-1045 ICU Attachment 2.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532678&FileName=VA243-14-I-1045-004.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532678&FileName=VA243-14-I-1045-004.pdf

 
File Name: VA243-14-I-1045 ICU Attachment 1 pdf.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532679&FileName=VA243-14-I-1045-005.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532679&FileName=VA243-14-I-1045-005.pdf

 
File Name: VA243-14-I-1045 LEED VA 2.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532681&FileName=VA243-14-I-1045-006.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532681&FileName=VA243-14-I-1045-006.pdf

 
File Name: VA243-14-I-1045 LEED - VA .pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532682&FileName=VA243-14-I-1045-007.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1532682&FileName=VA243-14-I-1045-007.pdf

 
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: VAMC Northport
Zip Code: 11768
 
Record
SN03441223-W 20140731/140729234841-b8a0f81ca67094286c18373fc6adc93f (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.