Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 13, 2025 SAM #8508
SOLICITATION NOTICE

C -- Replace Fire Pump AE 565-25-152

Notice Date
3/11/2025 4:52:27 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24625R0027
 
Response Due
4/17/2025 8:00:00 AM
 
Archive Date
07/25/2025
 
Point of Contact
Elaine Belber, Contract Specialist, Phone: Email is preferred method of contact.
 
E-Mail Address
Elaine.Belber@va.gov
(Elaine.Belber@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. 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. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. At the time the Request for Proposal is issued, all offerors shall adhere to VAAR 852.219-75� VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. (JAN 2023) (DEVIATION) GENERAL INFORMATION: The Department of Veterans Affairs, Fayetteville Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) 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 #565-25-152, Replace Fire Pump located at 2300 Ramsey Street, Fayetteville, North Carolina 28301. The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at https://veterans.certify.sba.gov/ at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73. The Fayetteville VA Medical Center is a working facility and phasing plans for minimizing downtime, and provisions for continuation of service during outages is critical to this project. Point of Contact: Elaine Belber, Contract Specialist Email: Elaine.Belber@va.gov PROJECT INFORMATION: Project No. 565-25-152 Project Title: Replace Fire Pump (AE) Fayetteville VA Medical Center 2300 Ramsey Street Fayetteville, NC 28301 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or around August 29, 2025. The NAICS code for the anticipated Construction project is projected to be 237110 and magnitude of construction is predicted to be between $1,000,000 and $2,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. This will require performing site investigations using 3D Scanning, Revit/BIM, and supporting information. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: I. GENERAL INTENT: Provide professional engineering services to perform planning, investigations, surveys, reports, consultations, site visits, design work, preparation of contract drawings and specifications, preparation of construction cost estimates, construction schedule and provision of construction period services as necessary for all demolition, modification, construction, inspection, testing and certification for all construction components for project 565-25-152, Replace Fire Pump. The construction budget is between $1,000,000 and $2,000,000. The intent of this project is to work under review authority of the VAMC Staff to design and prepare a set of complete construction documents for all architectural, structural, civil, mechanical, plumbing, electrical, life safety and other applicable components of this project. II. SCOPE OF WORK: This project will engage an Architectural Engineering (AE) firm to provide a Memorandum of Agreement, Contract Drawings (Concept Drawings already completed, see attachments), Functional Layouts, Specifications, Construction Cost Estimates, Template Construction Schedule, draft submittal register, Engineering Calculations, and subsequent Construction Period Services. The Design team is responsible for coordinating with the Contracting Officer s Representative (COR) and appropriate VA personnel to determine a plan for the new building(s). The AE firm shall hire a third-party Commissioning Agent (CxA) to be involved from project kickoff through Final Design and throughout construction. AE to coordinate for the CxA to develop the commissioning plan and be involved throughout the design and construction. DEMOLITION/SITE WORK: Demolition of utilities as needed. Clearing vegetation and grading as required. Removal of existing and abandoned utilities in the space is required. NEW WORK: This project will replace the existing main building fire pump to meet current capacity and code requirements. The fire pump is currently in Mechanical Room no. B78, located in Building No. 1, Basement Floor, A-Wing. The new fire pump and the ancillary equipment is to be located in Building no.56, which is in the vicinity of Room no. B78 and would be more accessible for VA maintenance staff. The Concept phase of the contract will involve the A/E Designer first meeting with VA staff to include Facilities Management Services to go over basic plans and expectations for the replacement of the fire pump. The Concept phase of the contract will involve the A/E Designer providing two to four (maximum of four) separate concept plans for the area. The concept design will take into consideration all impacts to surrounding areas. Once the concept design is selected, construction documents for all architectural, civil, mechanical, plumbing, electrical, and other applicable components will be required. Energy reviews will be conducted at the 65% design review stage by a VA Energy Engineer. Fire/Life Safety Code Review will be conducted at the 65% design review stage by a VA contracted firm. All provided findings must be addressed to the satisfaction of the VA COR. The new area shall meet all VA standards. III. MATERIALS PROVIDED TO AE AFTER AWARD: PLANS: Facility record drawings and AutoCAD files are available for the AE s use. NOTE: Not all record drawings exist in AutoCAD format. Additionally, it is emphasized that the accuracy of facility record or as-built drawings will need to be completely field verified by the AE. SPECIFICATIONS, STANDARDS, ETC: The project design shall be completed in accordance with this AE scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The AE shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.cfm.va.gov/til/index.asp). Station level modified specifications for certain specification sections will be provided by the VA after the notice to proceed as been issued. These documents and all national, state and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes: Master Construction Specifications (PG-18-1) Design and Construction Procedures (PG-18-3) Standard Details and CAD Standards (PG-18-4) Equipment Guide List (PG-18-5) Space Planning Criteria, and VA-Space & Equipment Planning System (PG-18-9) Design Manuals (PG-18-10) Design Guides (PG-18-12) Barrier Free Design Guide (PG-18-13) Room Finishes, Door, and Hardware Schedules (PG-18-14) Minimum Requirements for A/E Submissions (PG-18-15) Environmental Planning Guidance (PG-18-17) National Electric Code Life Safety Codes Government-furnished Record Drawings (AE to field verify conditions) National Fire Protection Underwriters Laboratory Cultural Resource Management Procedures, Handbook 7545 (H-7547) Cultural Resource Management, Directive 7545 (D-7545) Cultural Resource Management Checklist (Section 106) IV. DESIGN REQUIREMENTS: It is a recommendation that the A/E Designer visit and inspect the project site prior to providing their A/E proposal for this project design. GENERAL: These descriptions are to give a general scope and scale of efforts required and do not necessarily cover all VA design guide requirements. The project shall be designed with viable deductive alternates equal to or greater than 10 percent of the construction funding limitation to ensure construction award within program budget limitations. The number of deductive alternates shall be between three and five (or as approved by the VA Contracting Officer). Construction Cost Estimate: Construction cost estimate shall be organized using the fifty (50) division format developed by the Construction Specifications Institute (C.S.I.). The cost estimate shall include various categories of work involved, quantities, and unit cost. The estimate shall also be based on the anticipated start date for construction, plus an inflation allowance for the Fayetteville, NC area for the anticipated time of bidding. This must meet current VA cost estimate guidelines and is subject to VA COR final approval/acceptance at each submission. Each submission must reflect all current bid deducts. Construction Schedule outlining all major projects tasks and phases with estimated durations for each. This shall include notice to proceed date, submittal process, mobilization, major tasks and/or discipline work events, phasing, significant inspections/commissioning events, closeout, turn-over and de-mobilization. Provide an excel type project schedule chart outlining a generic construction schedule for this project. Final schedule to be approved by VA COR. Meeting Agendas and Minutes: The AE shall provide an agenda for every meeting and take minutes of all meetings, conferences, site visits, etc. A copy of the agenda and minutes for each meeting or site visit shall be provided to the VA COR for acceptance. The VA COR must approve all formats and content. Contract Drawings: Provide fully developed Contract Drawings in Revit BIM to the minimum level of detail (LOD) 300 (in a current Revit version accessible by the VA) and provide Revit Drawings and PDF drawings electronically and in hard copy. Hard copy drawings shall be plotted at 1/8"" or 1/4"" scale, minimum. A larger, more appropriate scale shall be used for sections and details. The final contract drawings (as-builts) shall be black ink on E size (30"" x 42"") paper. (See also CAD requirements of Sections V and VIII.). Specifications: Provide fully developed and edited specifications in a MICROSOFT WORD format accessible by the VA. Specifications shall be printed on 8 ½"" x 11"" bond paper, font type Times New Roman, 12 pt. Construction Statement of Work: Provide fully developed executive summary of the construction work required in MICROSOFT WORD format accessible by the VA. The SOW shall be printed on 8 ½"" x 11"" bond paper, font type Times New Roman, 12 pt. Submittal Register: Provide a submittal register in an approved formatted excel spreadsheet with all A&E/Designer of Record (DOR) required submittals per final plans and specifications for this project. This is intended to be provided to a construction contractor to use and complete with the expectation that the A&E has reviewed and considers complete with maybe minor omissions needing addressed by a GC. V. REVIEW REQUIREMENTS AND TIME FRAMES CONCEPT DESIGN REVIEW One full size Arch E plotted drawing set for each concept plus electronic PDF format copies of everything required. This shall be all two to four concepts and must include a construction cost estimate per concept. Estimate is understood to be a rough ballpark only for each major discipline with allowable escalations. Each should depict an area layout with ancillary features as described in the scope for outside areas. Design checklist review with VA COR to cover concept submittal and verify all follow on submittal stages and requirements for Design Development and Construction Drawing package submittals. 35% REVIEW: Schematic Contract Drawings, and Specification Sections Two (2) Arch E and one (1) half size printed copies of work completed to date. Indicate work remaining to be done and/or information yet to be incorporated. One electronic copy of proposed specification sections to date. Indicate work remaining to be done and/or information yet to be incorporated. Email AUTOCAD drawings, and specification sections. 65% REVIEW: Design Development DD-1 Provide 65% level of efforts for all disciplines required. One (1) Arch E (30 x42 ) copy of work completed to date. One electronic copy of proposed specification sections to date. These shall have been updated to reflect this project and its requirements. Index shall show which VA specifications are included and which VA specifications are not (lined through) for ease of review and ensuring all required specifications are included to move forward. Provide electronically transferred copy of any VA Design Comments with A&E responses, drawings, specifications, construction cost estimate and any other draft documents ready for review at this level. 95% REVIEW: Design Development DD-2 This shall represent a complete design with little or no remaining issues or missing data. This submittal should have all required number of drawings to clearly indicate to bidders all requirements. One (1) Arch E (30 x42 ) copy. One electronic copy of proposed specification sections to date. Index shall show which VA specifications are included and which VA specifications are not (lined through) for ease of review and ensuring all required specifications are included to move forward. Provide electronically transferred copy of the 65% VA Design Comments with A&E responses, drawings, specifications, construction cost estimate, template construction schedule and all required documents for a complete design package. This submission shall include 3D renderings of interior and exterior significant features and views of this future building. One or more of these will be intended to be used by the construction contractor for construction signs. FINAL SUBMISSION: Construction Documents (CD): All drawings and documents shall indicate Issued For Construction. VA COR shall review electronic copies prior to giving approval to print/plot this package as a final check for significant errors. One (1) Arch E (30 x42 ) and one (2) half size Xerox copies of final drawings. One (1) printed out set of final indexed and bound specifications double sided One (1) printed copy of the final description of work including base bid and all deduct alternates. One (1) printed copy of the construction cost estimate with bid deducts broken out or readily identifiable and separable from base bid work. One (1) printed copy of the submittal register. One (1) printed copy of the template construction schedule. One (1) printed copy of all design review comments and A&E responses for the entire process. Electronically transferred to VA PDF, Word and Revit/CADD copies of all documents and files. All shall be in a combined copy as well as separated by sheet or book. VI. SCHEDULE Concept Design Submission 21 calendar days from NTP VA Concept Design Review 14 calendar days from Concept Design Submission 35% Schematic Design Submission 28 calendar days from Concept Design Review VA 35% Schematic Design Review 14 calendar days from 35% Design Submission 65% Design Development Submission 28 calendar days from 35% Design Review VA 65% Design Development Review 14 calendar days from 65% Design Submission 95% Design Development Submission 28 calendar days from 65% Design Review VA 95% Design Development Review 14 calendar days from 95% Design Submission 100% Final Design Submission 14 calendar days from 95% Design Review Total calendar days from Notice to Proceed to 100% Final Design Submission: 175 days. Procurement timeframe: 180 days from the time Engineering submits package to contracting. During this timeframe, designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process. Construction period services: 365 calendar days from construction award date Total contract period: 720 calendar days VII. CONSTRUCTION SERVICES (starts once construction notice to proceed is issued) PRECONSTRUCTION MEETING: Participate and facilitate this meeting in conjunction with the Contracting Officer, COR and contractor. Topics shall include standard contract requirements, facility specific requirements, safety discussion, design and specifications review, schedule review, Quality Assurance/Quality Control processes, submittal and RFI process, changes process. BIWEEKLY SITE INSPECTIONS: Designer shall meet biweekly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. Designer to plan on 4 site visits to inspect the work and progress (these are in addition to the pre-con, pre-final and final inspections). CONSTRUCTION CHANGE ORDERS: Designer shall prepare the Statement of Work and Cost estimates (returned within 7 calendar days) as needed. SUBMITTTAL REVIEW AND LOGS: Designer shall prepare and maintain a log of submittals and RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 10 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. WEEKLY PROGRESS MEETINGS: Designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Again, minutes of this meeting shall be issued within 3 working days of the meeting. PROJECT ADMISTRATION: Designer shall utilize a web-based project tracking/administration software during construction period services. Software will track inspections reports, construction change orders, submittals, RFIs, RFPs, progress meeting reports, and any other applicable documents. Application shall be accessible by construction contractor, VA COR, and VA CO. Recommended applications: Submittal Exchange, Procore, or equal. PROJECT CLOSEOUT: Designer shall receive notice of intent for Pre-Final and Final inspections from the contractor. The contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following both the pre-final and the final inspections, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 working days to complete the punch list and notify the designer for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Release of Claims for Design Project: Prior to the final payment under this design contract or prior to settlement upon termination of the design contract, and as a condition precedent thereto, the AE shall execute and deliver to the Contracting Officer a release of all claims against the Government arising under or by virtue of this contract, other than such claims, if any, as may be specifically excepted by the AE from the operation of the release in stated amounts to be set forth therein. PROJECT DOCUMENTATION: Designer shall coordinate with the contractor to gather record copies of submittals, as-built documents, mechanical test and balance reports, maintenance manuals, coordinate owner training sessions, and provide the same to the owner. Upon completion of construction and incorporation of all revisions required to complete the record drawings, the following items shall be submitted: 1 set of original reproducible as-built plans (30 X 42 ) plus an electronic copy in REVIT/CAD and PDF formats. 1 set of all O&M manuals in binders and indexed plus the electronic versions in Excel or Word and pdf for all. 1 set of all other project documents in binders and indexed plus the electronic versions in Excel or Word and PDF for all. VIII. CAD REQUIREMENTS: DRAWINGS: See also final design submission requirements. Full size two-dimensional drawings electronically submitted. The completed drawing files shall be fully operational in REVIT/CAD; a PDF copy will additionally be provided. DELIVERY FORMAT: Media and archive procedure for transfer of all drawing files to the office of Engineering Project Section shall be via a shared site that can transfer these files and accessible from a VA/U.S. Government computer. NAMING CONVENTIONS: Files will be unique and use a maximum of 8 alphanumeric characters (or as approved by the VA COR), the file name and extension will be separated by a period. The file layer structure will follow the VA approved standard ""CAD LAYER GUIDELINES"" Recommended Designations for Architecture, Engineering, and Facility Management Computer-Aided Design as prepared by The Task Force on CAD Layer Guidelines. IX. ATTACHMENTS: Facility Site Plan (including Building nos. 1 and 56) Mechanical Room B78 Floor Plan (Bldg. 1, Basement Floor) NOTE: There are a total of 15 days for A/E site visits for design and construction period services. (End Statement of Work) A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Specialized Experience and Technical Competence in the type of work required, including, where appropriate, experience in electrical and plumbing work. Specialized experience and technical competence in the design and construction period services for a complete design to replace a fire pump or types of similar projects. Experience with operating a fire pump. Coordination of disciplines/subcontractors Other specialized experience includes experience in critical path scheduling, fire protection, construction infection control protocols, energy conservation, transition, and sustainable design practices. Submissions shall include no more or less than three (3) recent and relevant government and private experience projects similar in size, scope and complexity, and experience with the types of projects above. Relevant is defined as those task requirements identified in the Statement of Work. Recent is de-fined as services provided within the past 5 (five) years. Familiarity with VA Design Guides/Manuals and Master Specifications Professional Qualifications necessary for satisfactory performance of required services showing recent experience with projects in a medical facility and similar projects with the same complexity as the project above. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in disciplines required for this project, but not limited to. Project Management Architectural Structural Plumbing Electrical Mechanical Cost Estimation Experience in Construction Period Services (CPS) Professional field inspections during construction Review of construction documents Support in answering requests for information during the construction period Support of construction contract changes to include drafting statement and work and cost estimates. Attendance at weekly conference calls Providing minutes of meetings between the AE, VA, and contractors Pre-final inspection site visits Production of as-built documentation Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance. Past performance as it relates to cost control, quality of work, and compliance with performance schedules. Submit Past Performance Evaluations for each project provided under Criterion 1, ""Specialized Experience and Technical Competence."" The following evaluations are acceptable: Contractor Performance Assessment Report System (CPARS), or Past Performance questionnaire (PPQ) evaluation (if no CPARS data is available. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. Capacity to accomplish the work in the required time. Ability to meet the schedule of the overall project. Provide the available capacity of required disciplines by providing current project workload including sub-consultants, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. List current projects with a design fee of greater than $200,000 being designed. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. Volume of VA contract awards in the last 12 months. The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors. Knowledge of Locality. Specific knowledge of certain local conditions or project site features Specific knowledge of working with and local construction methods or local laws and regulations Specific knowledge of climatic conditions If evaluations of SF330 s result in the same rating, proximity to the facility will be used as a tiebreaker. The distance will be determined according to http://maps.google.com/. For firms that have multiple/regional offices, the location of the primary project team will be used to calculate the distance and should be provided in the SF330 Submission requirements:� Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Each resume shall include a minimum of two (2) specific completed projects through construction. Firm shall provide a table of a minimum of 3 comparable projects comparing their estimate with the bid/award amount during construction. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and ""NM"" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Specialized Experience and Technical Competence in the type of work required, including, where appropriate, experience in electrical and plumbing work. Submissions shall include no more or less than three (3) recent and relevant government and private experience projects similar insize, scope and complexity, and experience with the types of projects above. Professional Qualifications necessary for satisfactory performance of required services showing recent experience with projects in a medical facility and similar projects with the same complexity as the project above. Experience in Construction Period Services (CPS). Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance. Capacity to accomplish the work in the required time. The extent to which potential contractors identify and commit to the use of service-disabled veteran-owned small businesses, veteran-owned small businesses, and other types of small businesses as subcontractors Knowledge of Locality PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS: 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to the Contract Specialist, Elaine Belber, via email at Elaine.Belber@va.gov no later than 11:00 A.M. Eastern Daylight Time on Thursday, April 17, 2025. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submiss...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db048c38a65046adb2dd8a67aa7c8ef1/view)
 
Place of Performance
Address: Fayetteville VA Medical Center 2300 Ramsey Street, Fayetteville, NC 28301, USA
Zip Code: 28301
Country: USA
 
Record
SN07367602-F 20250313/250311230039 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.