DOCUMENT
C -- 666 Legionella Corrections Phase 1 - Attachment
- Notice Date
- 11/18/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25915R0074
- Response Due
- 12/2/2014
- Archive Date
- 3/2/2015
- Point of Contact
- Tracy Lynn Jackson
- E-Mail Address
-
jackson2@va.gov<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- DESCRIPTION: This is a Pre-Solicitation Notice for the following services under project number 666-16-103- Legionella Corrections, Phase I, Sheridan, WY, VA Medical Center (VAMC), at 1898 Fort Rd., Sheridan, WY 82801. This will be a Service Disabled Veteran Owned Business Set-aside. This is an Architectural/Engineering Design and Construction Period Services Project. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. The NAICS code for this project is 541310- Architectural Services. SCOPE OF WORK Legionella Corrections Phase 1 PROJECT NUMBER 666-16-103 I)GENERAL: 1)The A/E shall provide the design for new HVAC systems, and the removal of the existing cooling systems in buildings 7 and 24. A/E shall also provide the design for power supply to buildings 1, 2, 23, and 24 at the Sheridan Veterans Affairs Medical Center (VAMC) located at 1898 Fort Road, Sheridan, WY 82801. a)Building 7 - Provide a design for the removal of the evaporative cooling makeup air units and brackets. Provide a design for the installation of a new air handling system, including, as a basis of design, but not limited to ductwork, air handler, variable air volume boxes with reheat coils, chiller, connection to existing station wide chilled water loop, piping, controls and all other equipment needed for a complete HVAC system. This system will need to replace the system for the ½ the second floor (approx. 5,000 SF) and ½ the first floor of the building (approx. 8,000 SF). This includes a food handling area so food safety, contamination prevention, infection control and operational phasing plans will be designed. b)Building 24 - Provide a design for the removal of all evaporative cooling units and brackets. Provide a design for a new transformer or transformers and all underground power lines to the sectionalizer as required. A/E shall provide a study to determine the best method of distribution of power. This existing transformer feeds buildings 1, 2, 23 and 24. Transformer/s feeding buildings 1, 23, and 24 shall be sized for future HVAC loads. A/E shall design a new air handling system, including, as a basis of design, but not limited to ductwork, air handler, variable air volume boxes with reheat coils, chiller, connection to existing station wide chilled water loop, piping, controls and all other equipment needed for a complete air HVAC system. This will be for the whole building (5,800 SF) c)Work shall be phased to minimize system down time. Works takes place in buildings providing hospital functions, and are vital to serving patients. 2)All electrical, architectural, civil, landscaping, and mechanical work needed for these systems shall be provided by the A/E. 3)The installation must, as a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA) Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC) building codes and standards and VA Information Security Handbook 6500.6 etc.). 4)As part of the design the following list shall be considered: a)All electrical work will be terminated by the contractor. The design must be clear who and what is supplied for the termination of equipment. b)Any penetrations through any fire barriers whether a floor or wall it will be done in this contract to meet VA standards and National Fire Protection Association (NFPA). c)The installed system and its components shall be tested and commissioned. This will be included in the design and construction documents. d)Construction project is to be completed within 270-calendar days from date of notice to proceed. e)The amount of design must be adjusted to fit the budget of the project. Additive bid alternates with a cumulative total of 20% of estimated construction must be part of the design so that the project can be procured within the VA construction budget. The construction budget is estimated in the range of one million to one and one half million dollars. f)Sheridan VAMC has an agreement with the Wyoming State Historical Preservation Office (SHPO) and has a Preservation Committee. The concepts of this agreement shall be maintained by the A/E in the design. The location of the HVAC equipment will be approved by the COR and A/E and then presented to the Wyoming State Historical Preservation Committee for review for approval. g)An effort shall be made to implement new technologies in Heating Ventilation and Air Conditioning (HVAC) systems to improve patient comfort and facilitate energy usage reductions. The system will be compatible with the existing systems including station wide chilled water and existing control systems. Provide a Life Cycle Cost analysis per ASHRAE Standard 189.1 and section X of this document. Provide supporting documentation to show the minimum energy efficiency target is met by the equipment selected for the project, prior to approval for design by the COR. h)Provide testing, adjusting, balancing, and commissioning on all new equipment and systems. Testing, Adjusting, and Balancing shall meet National Environmental Balancing Bureau (NEBB) standards. Commissioning shall be provided by the HVAC and TAB contractor, and witnessed by the COR to verify function of new systems. A/E shall provide a list of functions to verify. i)All finishes will be designed, coordinated with the VA, and provided in a finish schedule on the plans. j)The control system will be compatible with the existing control systems on station. k)All testing and balancing parameters will be provided. l)Design documents will show the red lines will be submitted by the contractor to the A/E and put into the AutoCAD drawings and submitted within 30 days of the completion of the construction project. m)All existing utilities which are designed to be relocated or modified shall have direction to the contractor on the new location and modifications. n)Building 7 includes the food/nutrition and support areas. This area will have special HVAC needs and infection control measures. These requirements shall be addressed in the design. o)Third party fire and life safety study for the new systems will be required by the A/E. 5)Investigative services: a)A report on 8 1/2"x11" paper (bound) and an electric Portable Document Format (PDF) version will be submitted. It will give the pro and cons of the project. It shall include preliminary cost estimate and any results from preliminary testing and investigations. The results and sketches from this report should be used to develop the design. b)Interview and work with VAMC staff to determine how the current system is working and what needs there are from the VA FMS staff. c)In person inspections will be needed before the design starts due to limited space and the area needing phasing designed. The A/E will want to understand the workings of the area to facilitate a smoother design. d)The A/E will need to do a visual investigation of the above ceiling, attic and areas to get a clearer understanding of the building. The VA drawings are older and may or may not show all utilities and structural components. e)Schedule 3 trips for this at minimum. f)A/E to provide a hazardous materials survey in each area impacted by the project. This survey shall inspect, sample, and test specific areas suspected to contain hazardous materials. Construction documents shall instruct the contractor in addressing the issues. 6)Meeting and Submittal reviews: a)The A/E will combine the kickoff meeting with the first investigative trip. b)The A/E will be on site for the 30%, 50% and 95% reviews. A/E shall provide a site visit with the 100% documents to verify fit of new equipment and ductwork routing. c)The A/E will take minutes for all phone calls, meetings and decisions then distribute for review by the members within 5 business days and then finalize the minutes within 5 more business days. Electronic and emailed minutes are acceptable. 7)To be provided by the VA to the designer: a)One line prints of as-build utilities plans and building floor plans are available at the VA Engineering Office in AutoCAD or PDF format. The accuracy of these prints is a close approximation of what exists on site. There may be instances where the prints are wrong, therefore the contractor shall be responsible for field verification of all project requirements and measurements. b)VA Standards and VA Master Specifications in electronic format Microsoft Word © (MS WORD) are available on the VA web site. http://www.cfm.va.gov/til/. Add document footer to these specifications showing the project, the section number, and the page number. The A/E must go through and fill in all blanks and make sure they match the drawings. c)Existing hazardous material survey reports for each building. II)A/E SUBMISSION OF MATERIAL FOR PRELIMINARY, 30%, 50%, 95%, 100% REVIEWS: a)The A/E shall prepare all construction documents. There will be four submissions consisting of reports, drawings, specifications, phasing plans, and cost estimates. Submission Requirements for each submission: Four (4) copies of specifications, Three (3) copies of estimates, Four (4) copies of ½ size drawing sets and Two (2) copies of full size drawings sets. The A/E is to affix the appropriate discipline certification stamp on only the final 100% drawings. Stamps are preferred to be Wyoming. Drawings to be clearly marked identify which review is being submitted and date printed. b)All drawings shall be sized 22" x 34", with 1/8" minimum text size, on VA format border plus an electronic version in PDF and AutoCAD 10. Revit will not be accepted. c)In each submission the A/E shall incorporate the material specified in the prior submission, revised according to the comments made by the V A at the prior review. Submissions shall include a written document showing action taken for each review comment made by the COR with relevant VA Design Manual references. 1)FIRST REVIEW SUBMISSION/PRELIMINARY DESIGN (30% REVIEW): a)Specifications: (i)Submit list of VA specification to be included in final submission. List all A/E originated specification and brief description. b)Plans: (i)Submit 1 set of ½ size plans of all disciplines that are 30% complete and show a list of details, schedules, and large scale plans to be completed in later submissions. (ii)Show general notes of existing conditions, basic details and upgrades to be made. Include other scheduled information and information required at the 30% review stage. 2)SECOND REVIEW SUBMISSION/PRELIMINARY DESIGN (50% REVIEW): a)Specifications: (i)Submit list of VA specification to be included in final submission. List all A/E originated specification and brief description. Add document footer to these specifications showing the project, the section number, and the page number. b)Plans: (i)Submit 1 set of ½ size and full size plans of all disciplines that are 50% complete and show a list of details, schedules, and large scale plans to be completed in later submissions. (ii)Show general notes of existing conditions, basic details and upgrades to be made. Include other scheduled information and information required at the 50% review stage. (iii)50% Cost Estimate. Cost estimate shall be detailed enough to determine project budget and scope of work. c)All of the above will be submitted electronically in PDF and the editable versions (word, excel, AutoCAD 10, etc.) on a disc. 3)THIRD REVIEW SUBMISSION (95% REVIEW): a)Specifications: (i)Submit VA Master Specification Sections edited to suit the project requirements and, also, any sections originated by the A/E. Add document footer to these specifications showing the project, the section number, and the page number. (ii)Submit edited specifications that are 95% complete. (iii)When the drawings and specifications are near completion, the A/E shall furnish the VA with a brief description of work for inclusion in the Invitation for Bids. The VA will prepare the Invitation for Bids, the Bid Form and the Division 00 - Procurement and Contracting Requirements section and will forward original copy to the A/E for reproduction, and binding in the project specifications. (iv)Submit a list of all the submittals that the Contractor will be required to provide. b)Plans: (i)Submit 1 complete set ½ size plans, 2 sets of full and list of details, schedules, and large scale plans. The working drawings must be 95% complete. (ii)Show general notes show and other schedule information that are typically submitted at the 95% review stage. c)Cost Estimate: (i)This submission shall include everything required by the Preliminary Submission. For this submission, a complete quantity survey estimate is required. No lump sums or square footage estimates will be permitted without explanation. Adjust scope of design so that the design stays within the budget based on this estimate. d)Construction Schedule: (i)Provide schedule broke out by discipline and area of work. e)Provide building heat load calculations with input files in Trane Trace 700 or equivalent format, and output reports in PDF format on DVD. f)All of the above will be submitted electronically in PDF and the editable versions (word, excel, AutoCAD 10, etc.) on a disc. 4)FOURTH & FINAL REVIEW SUBMISSION (100% REVIEW): a)General: (i)Contract drawings and specifications and all related documents shall be completed, fully coordinated, and ready for reproduction for bidding and construction purposes at this review. (ii)The A/E shall deliver the original working drawings to the Contracting Officer for signature after review and approval of the review material. The working drawings shall bear the seal of the Registered Architect and Professional Engineers responsible for the design. (iii)Prior to reproduction for issue for construction bids, the A/E shall make any changes to the working drawings, calculations, and specifications identified as necessary during the Preliminary Review. b)Calculations: (i)Provide VA written report of completed computations and engineering data including basis of design, heating and cooling load calculations including input data and comparative systems narratives. Provide a separate volume for each report with an index, numbered pages, and bound with removable metal fastenings or other approved method. c)Specifications: (i)Submit VA Master Specification Sections completely edited and in final form ready for bid except for sections provided by the VA. Add document footer to these specifications showing the project, the section number, and the page number. (ii)Submit an updated list of all the submittals that the Contractor will be required to provide. d)Plans: (i)Submit completed plans with elevations, details, and schedules etc., ready for bid. 1 ½ size and 2 full size e)Cost Estimate: (i)This submission shall include everything required by the Preliminary Submission. For this submission, a complete quantity survey estimate is required. No lump sums or square footage estimates will be permitted without explanation. Adjust scope of design so that the design stays within the budget based on this estimate. f)Construction Schedule: (i)Provide schedule broken out by discipline and area of work. g)All of the above will be submitted electronically in PDF and the editable versions (word, excel, AutoCAD ect) on a disc. III)CONTRACT DOCUMENT DEVELOPMENT 1)Contract Document Development to include but not limited to, full set of VA specifications, on CD-disc (Microsoft Word) and hard copy. Provide the Contracting Officer a full set of electronic bid documents that can be advertised on Fed Biz Ops. Drawings must be legible when print in half size (11"x17"). Specifications and drawings will be cross-referenced. Drawings will be provided using the latest version of AutoCAD, using the VHA National CAD Standard Application Guide, Submit in both hard copy (size 22" x 34"), and in electronic format. Revit will not be accepted. All related word processing files shall be submitted on MS WORD format, Times New Roman, Font 11. Upon issuance of the contract the A-E will provide 10 sets of complete construction documents to the contractor. IV)CONSTRUCTION PERIOD SERVICES: 1)Site visits and as-builts: To include but not limited, review and recommendation to VA on all shop drawings and submittals; 4 site visits and final as-built drawings produced from the contractor red-lined project set. The A-E will have ten (10) days to review and comment on submittals from the general and subcontractors once construction phase begins. V)DESIRED DESIGN SCHEDULE: 1)Start of Design: 5 weeks after notice of award, contract length-6 months. 2)Cost Estimates: Cost estimates shall be provided in the format shown on VA Form 10-6238 or approved substitute. All estimates shall consider the location of work and other factors, which would tend to increase cost over similar project. Preliminary estimates may be "lump sums" or magnitude estimates. Final estimates shall be detailed and complete with unit prices to include labor and materials. VI)DRAWINGS: 1)All drawings shall be prepared in latest version of AutoCAD using the VHA National CAD Standard Application Guide, Revit will not be accepted. Use 22"x34" paper with minimum 1/8" text. Size and text will allow printing of readable half size drawings on 11"x17" paper. Drawings will consist of a title sheet followed by the applicable architectural/engineering order of drawings. A/E shall provide a separate file for each drawing. Multiple drawings as individual paper spaces in a single DWG file are not acceptable. VII)Specifications: 1)Master VA construction specifications shall be used. These specifications will be edited to apply solely to the content of the project. Specifications will be clearly typed on 8-1/2" X 11", white bond paper suitable for reproduction and must be available in MS WORD FORMAT, TIMES NEW ROMAN, FONT 11. A/E is responsible for assembling all specification sections into one document in the word format indicated herein. Add document footer to these specifications showing the project, the section number, and the page number. VIII)SP 2: FEE FOR A/E SERVICES 1)Fee: In consideration of the performance of the services under this contract, the A/E shall be paid for the various parts of the work in the amounts as follows: a)Major Investigative Services$___________ b)Site Visits, and any additional As-Builts$___________ c)3rd Party Fire and Life Safety Review$___________ d)3rd Party Consultants, if needed$___________ e)This Design Package must be completed by September 1, 2015. 2)Provide itemized list/ schedule of values for each specific task being billed for. a)Full Compensation: Payments shall be made as described herein. Said payments shall constitute full compensation for all expenditures that may be made by the A/E and expenses incurred in the execution of these services, except as otherwise provided herein. b)Contract Drawings and Specifications: This part of the contract shall include all services required for preparation of Contract Drawings and Specifications through the award of the construction contract. Provide a complete set of Contract Drawings and Specification in PDF that can be printed by bidders from Fed Biz Ops that is legible on 11"x17" paper and that will be at the correct scale when printed on 22"x 34" paper in a pdf format. Provide a complete editable AutoCAD electronic set to the VA, Revit will not be accepted. c)Site visits and as-builts: This part of the contract shall include all construction period services. IX)INFORMATION SECURITY 1)This work shall be done in compliance with the VA Information Security Handbook 6500.6 found in PDF format in the list found at (a)http://www.va.gov/vapubs/search_action.cfm?dType=2 2)VA Information Security Handbook 6500.6 Appendix B be acknowledged before work can begin. X)1-7LIFE CYCLE COST ANALYSIS (LCCA). Life cycle cost effectiveness as defined in 10 CFR 433.2, applies to this entire document unless otherwise stated. All Life Cycle Cost Analyses(LCCA)performed must be prepared in accordance with10 CFRPart436, Subpart A and NIST Handbook135 "Life-Cycle Costing Manual for the Federal Energy Management Program". LCCA must be prepared using the Building Life Cycle Costing (BLCC) program, available from the National Institute of Standards and Technology(http://www.nist.gov/el/buildeconomic.cfm). A link to BLCC can also be found at the Department of Energy's building energy tools web site http://www1.eere.energy.gov/femp/information/download_blcc.html.When needed, use weather data obtained from the ASHRAE Handbook of Fundamentals. Any building-level LCCA must be calculated using a maximum of a 40-year building life and equipment lives based on accepted industry averages or as determined by the Contracting Officers Representative (COR). Individual components or systems life expectancies must be reflected by inclusion of appropriate replacement and salvage values at the appropriate year of the analysis. LCCA's comparing individual component or system alternatives must use the estimated life of the mutually exclusive alternative having the longest life, not to exceed 40 years from the beginning of beneficial use or the lowest common multiple of the expected lives of the alternatives. Include the appropriate replacement and salvage values for each of the other alternatives. A number of tools comparing energy system alternatives and evaluating specific conservation measures may be of benefit in performing energy conservation calculations. Additional information can be found at: http://apps1.eere.energy.gov/buildings/tools_directory/. All analysis must be performed based on the actual conditions expected over the life of the facility including anticipated occupancies, scheduled hours of operation and process loads. Realistic energy usage and efficiencies, maintenance cost and repairs and renovations must be included. All costs or savings associated with the utilization of recovered energy, solar heat, solar photovoltaic energy and other renewable or waste heat applications must be included. Any alternative funding such as rebates from utility companies should be appropriately credited in the LCCA. END OF SCOPE OF WORK GENERAL Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. The AE firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A&E and Contractors to allow for regular tracking of schedules and work by the VAMC. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. All work must be designed within a construction cost range of $1,500,000 to $2,000,000. The AE will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the AE to minimize impact of the construction. The AE will provide documents at each submission as indicated in the statement of work. The NAICS code for this project is 541310, Architectural Services. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/Portal/gsa/ep/formslibrary.do, type in 330 in the "Find A Form" block and click on search. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330. A SITE VISIT WILL TAKE PLACE DURING NEGOTIATIONS. Written Questions should be submitted no later than 5:00 PM Mountain Standard Time (MST) November 21, 2014 to tracy.jackson2@va.gov. Interested firms should submit one (1) copy of their current SF 330, Part I & Part II no later than 5:00 PM Mountain Standard Time (MST) December 2, 2014 to tracy.jackson2@va.gov. The emailed file shall not exceed 4MB in total. Part I of the SF330 shall not exceed 35 pages. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The criteria are listed in descending order of importance. (1) Professional qualifications necessary for satisfactory performance of required services; including a Registered Architect from the State of Wyoming. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in HVAC system installation including low and medium pressure ductwork, chilled water and heating water piping systems, and variable air volume distribution. (3) Capacity to accomplish the work in the required time; Provide a detailed progress schedule in a time scaled bar graph format. The horizontal axis shall be scaled for time beginning with the Notice to Proceed and concluding with contract completion. All schedule items shall show start and completion dates for each specific task, including submittal process, mobilization, demolition method and sequencing, procurement and installation of equipment, electrical, controls, provisions for safety and dust containment, test and balance, and final inspection. Ensure the construction time is per the days indicated in the SOW. Days indicated in the SOW are calendar days, not work days. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; Offeror shall submitted ACASS ratings from projects of similar size, scope and complexity. In the event an offeror does not have ACASS, have the attached PPQ completed and submit with SF330 (see S02-Attach PPQ). (5) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. (6)Energy Conservation/Sustainable Design Experience and Credentials. List all design members who have LEED AP credentials. List examples of projects designed with minimum LEED silver certification for projects with similar size and scope. (7) 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 (8) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. (9) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veteran Affairs Center for Veterans Enterprise (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control sufficient to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veteran Affairs Center for Veterans Enterprises at the time of submission of proposal. Failure to be both VERIRIED by CVE and VISIBLE on VetBiz at the time of proposal submission will result in the offeror's proposal being deemed non-responsive. All offerors are urged to contact the CVE and submit the aforementioned required documents to obtain CVE verification of their SDVOSB status if they have not already done so. VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, "Service-disabled veteran-owned small business concern": (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses); (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) "Service-disabled veteran" means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern. (c) Agreement. A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for: (1) Services (except construction), at least 50 percent of the cost 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; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern's employees or the employees of other eligible service-disabled veteran-owned small business concerns. (d) A joint venture may be considered a service-disabled veteran owned small business concern if- (1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations: That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation. (4) The joint venture meets the requirements of 13 CFR 125.15(b). (e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915R0074/listing.html)
- Document(s)
- Attachment
- File Name: VA259-15-R-0074 VA259-15-R-0074.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731701&FileName=VA259-15-R-0074-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731701&FileName=VA259-15-R-0074-000.docx
- File Name: VA259-15-R-0074 S02_5 Plans.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731702&FileName=VA259-15-R-0074-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731702&FileName=VA259-15-R-0074-001.pdf
- File Name: VA259-15-R-0074 S02_BLDG7_0.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731703&FileName=VA259-15-R-0074-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731703&FileName=VA259-15-R-0074-002.pdf
- File Name: VA259-15-R-0074 S02_BLDG7_1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731704&FileName=VA259-15-R-0074-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731704&FileName=VA259-15-R-0074-003.pdf
- File Name: VA259-15-R-0074 S02_BLDG7_2.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731705&FileName=VA259-15-R-0074-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731705&FileName=VA259-15-R-0074-004.pdf
- File Name: VA259-15-R-0074 S02_BLDG24_0.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731706&FileName=VA259-15-R-0074-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731706&FileName=VA259-15-R-0074-005.pdf
- File Name: VA259-15-R-0074 S02-BLDG24_1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731707&FileName=VA259-15-R-0074-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731707&FileName=VA259-15-R-0074-006.pdf
- File Name: VA259-15-R-0074 S02-Attach 1_ PPQ_Legionella Corrections, Phase 1.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731708&FileName=VA259-15-R-0074-007.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731708&FileName=VA259-15-R-0074-007.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-15-R-0074 VA259-15-R-0074.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1731701&FileName=VA259-15-R-0074-000.docx)
- Place of Performance
- Address: Department of Veteran Affairs;Sheridan, WY VAMC;1898 Fort Rd;Sheridan, WY
- Zip Code: 82801
- Zip Code: 82801
- Record
- SN03576452-W 20141120/141118235129-cc8b131400e82587c79a981750a968b9 (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 |