Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2013 FBO #4388
DOCUMENT

C -- Energy Audit Corrections Phase 1 - Attachment

Notice Date
11/27/2013
 
Notice Type
Attachment
 
NAICS
541330 — Engineering 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
VA25914R0084
 
Response Due
12/18/2013
 
Archive Date
3/27/2014
 
Point of Contact
Emil E. Abraham
 
E-Mail Address
2-7055<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
DESCRIPTION: This is a Combined Synopsis Solicitation Notice for the following services under project number 666-15-110 - Energy Audit Corrections Phase 1, VA Medical Center, 1898 Fort Road, Sheridan, WY 82801. This will be a SERVICE DISABLED VETERAN OWNED BUSINESS SET-ASIDE. This is an 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 541330- Engineering Services and the size standard is $14.0 million. SCOPE OF WORK ENERGY AUDIT CORRECTIONS PHASE 1 PROJECT #666-15-110 I.ARCHITECT - ENGINEER SCOPE OF WORK - GENERAL: a.The Architect-Engineer (A/E) to provide services for investigation, preparation of working drawings, construction documents, construction period services, and cost estimates for the Energy Audit Corrections Phase 1 project at the VA Medical Center located at 1898 Fort Road, Sheridan, WY 82801. b.The design 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, etc.). II.Work includes, but is not limited to electrical, mechanical, and architectural design and construction for steam trap survey and maintenance, insulating steam systems, LED street lights, LED exit lights, occupancy sensors, interior lighting upgrades and replacing old windows: a.The steam trap survey shall be done first so the maintenance phase can be in progress during the rest of the design work. b.Design and construction for steam trap survey maintenance i.Collect station wide information about every steam trap to include but not limited to: 1.Tag number-if untagged install tag 2.Steam Pressure 3.Location 4.Elevation 5.Manufacturer and Model Number 6.Connection Size 7.Pressure both in and out 8.Application 9.Equipment 10.Piping 11.Trap condition 12.Other comments- ie specific problems like water hammer, leaks ect. ii.The previous report from 2009 will be provided by the VA electronically in PDF/Word/Excel format. All tag numbers should be kept the same if possible if possible. iii.Temporary red tag installed so the traps needing replaced can be easily identified in the maintenance phase. iv.Each trap is to be tested to determine its operating condition using ultrasonic listening device, infra-red heat measurements, and visual inspection where possible. v.All personnel testing the steam traps shall be certified steam trap survey technicians Level II or higher and shall have a minimum of 2 years field training or certification to level II or equal to Armstrong, UE systems or other equivalent testing authority. vi.A report shall be furnished within 5 days of completion of the survey. This report will be used as the basis of the identification and replacement of the identified failed traps. The executive summary of the report shall include an estimate of the monetary costs associated with the overall steam losses caused by defective traps, a list of the defective traps prioritized by their associated costs, and a detailed breakdown of the defective traps by application, manufacturer, and trap type. The data presented in the body of the report shall include all of the items listed above in i) for each steam trap, in addition to each trap's overall condition, the quantity and monetary cost of the steam losses associated with each defective trap, a recommended replacement for all defective traps including manufacturer / model number, and comments noting general steam system issues. vii.After review of the report by the COR the maintenance phase shall begin. viii.All work shall be accomplished in accordance with the most current edition of the following criteria: 1.VA PG-18-1, Master Construction Specifications 2.VA PG-18-3, VA Design and Construction Procedures 3.National Fire Protection Association Codes (NFPA) 4.International Building Code (IBC) 5.OSHA Standards 6.All other applicable industry codes and VA requirements ref http://vaww.va.gov/facmgt/standard/spec_idx.asp ix.Infection/dust control: 1.Reference Infection Control Risk Assessment Matrix of Precautions for Construction & Renovation provided below. Inspection Activity to remove ceiling tiles to view walls above the ceiling is generally a TYPE A activity. Sealing of penetrations requiring only Fire caulking is generally a TYPE A activity. 2.Cutting of sheetrock and sanding is TYPE B up to TYPE C for larger patches using the IC Matrix below, determine the level of infection control precautions required. Refer to specification 01010 for required infection control precautions by CLASS. Coordinate with VA COR and IC personnel. x.Quality control 1.Contractor shall note on daily logs the areas of work for each day. 2.Contractor shall complete Inspection Log Spreadsheet and report the locations and conditions of steam traps to be submitted with final report. xi.Hours of work 1.Schedule work in advance with COR. All work shall be completed during normal business hours Monday thru Friday 7:30 am - 4:00 pm with the following exceptions: New Year's Day - 1 January Martin Luther King Day - 3rd Monday in January Washington's Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 July Labor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 November Thanksgiving Day - 4th Thursday in November Christmas Day - 25 December 2.At anytime the hospital experiences an emergency requiring evacuation of buildings, all construction will halt until an all clear is given by the VA representative in charge of the project. xii.Submittals: 1.The Contractor shall submit the following quantities of review materials: (3) Three hard copies of project schedules, (1) one electronic copy Microsoft project. (5) Five hard copy sets of completed trap survey data, (1) electronic copy Microsoft word. xiii.A third party shall be hired to install all needed traps. xiv.Approximately 400 traps on site and approximately 15% will need replaced. c.Insulating steam systems i.Survey all station buildings including the quarters for replacement or installation of insulation on steam/hot water pipe, fittings, and identification markings including custom thermal insulation blankets for larger valves for the stations steam lines and condensate lines. ii.Design the installation of the insulation and identification markings. iii.Plans shall have buildings 31,4,5,6,7,8,971,71N,64,61,1,24 as the primary job and the rest of the buildings as bid alternates. d.LED street lights i.Design the replacement of poled street light heads with Prolific DBR LED heads or equivalent. ii.Evaluate for the design the pole arm and system wiring for their compatibility with the new light head and correct anything found through this design without replacing the pole. iii.Approximately 96 light pole heads on station. e.LED exit lights i.Survey buildings 1-9, 71,71N, 23, 24, 41, 61, 64 and 86 for lighted exit signs to be replaced or where there is a new one needed. ii.Design the replacement/installation of LED Exit lighting. iii.LED exit lights must be compatible with our current utilities. iv.Approximately 190 known exit lights in these buildings. f.Occupancy sensors i.Survey buildings 1-9, 71,71N, 23, 24, 41, 61, 64 and 86 for area which need occupancy sensors installed, upgraded or replaced. ii.Design installation of automatic high output dual technology sensors wall switch and ceiling type, incorporating both IR and motion functions of the sensor in all administration buildings (Bldgs 3,4,5and 9) and administration areas of other buildings (Bldgs 6,7,8,71,71N, 86, 61, 64). iii.All sensors must meet the following as a minimum: 1.Ultrasonic and passive infrared wall and ceiling sensors 2.Continuous self adapting future 3.LED walk test indicator 4.Quick install connector 5.Memory for sensor settings 6.Fits standard single-gang box 7.Impact resistant lenses 8.Photocell with super saver mode 9.Dual operating modes - Automatic and manual 10.Title 24 compliant operation 11.All hardware, wiring, disconnects, conduit etc. 12.Be UL listed class 2, IP66 rated, 60Hz line over a voltage range form 95 volts to 280 volts. 13.Electrical ratings 120VAC:800w incandescent, 1000w fluorescent, 14.277VAC: 1800w fluorescent 15.These sensors require neutral wire. Depending on the location this may have to be added. iv.Approximately 150 in the administration buildings, no survey has been done in the other buildings. g.Interior lighting upgrades i.Survey all buildings including the quarter for T12 light fixtures to be replaced with T8 or better fixtures ii.Design the replacement/installation of the lighting fixtures. iii.Approximately 175 fixtures. h.Window Replacement i.Survey location and architectural details of all single pane windows in basements in all buildings but the quarters. ii.Design the replacement window to meet all VA energy mandates iii.SHPO will need to be involved and informed of the design to meet the Memorandum of Understanding we have with them to preserve the architecture of the site. i.Produce documents including construction drawings and specifications, construction schedules, and cost estimates for construction. Limited Construction Observation as required by the VAMC j.Provide As-Built Record drawings of As-Constructed conditions in the AutoCAD format currently used by the Sheridan VA Engineering Department. III.This is a new project to provide an upgrade to the facility to help meet energy conservation mandates. Designs and recommendations should consider the use of existing building systems, and shall be in line with existing systems in use on site. IV.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. a.The VA construction budget is $800,000.00. b.The VA will provide the A/E with the following: i.One line prints of as-build utilities plans, and building floor plans that 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 the site. There may be instances where the prints are wrong, and if need be shall be site verified by the AE. ii.VA Standards and VA Master Specifications in electronic format (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. V.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. 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. VI.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 a set of 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. VII.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 a set of 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 VIII.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 a complete set plans 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. IX.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. 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. X.CONTRACT DOCUMENT DEVELOPMENT a.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 advertized 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. 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. XI.CONSTRUCTION PERIOD SERVICES: a.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. XII.DESIRED DESIGN SCHEDULE: a.Start of Design: 2/3/2014 Deliver 1st review: 4/7/2014 Return of 1st review: 4/18/2014 Deliver 2nd review: 5/30/2014 Return of 2nd review: 6/13/2014 Deliver 3rd review: 7/28/2014 Return of 3rd review: 8/8/2014 Deliver 4th review: 9/17/2014 Return of 4th review: 9/27/2014 b.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. XIII.DRAWINGS: a.All drawings shall be prepared in latest version of AutoCAD using the VHA National CAD Standard Application Guide. 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. XIV.Specifications: a.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. XV.SP 2: FEE FOR A/E SERVICES a.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: i.Minor Investigative Services$___________ ii.Site Visits, and any additional As-Builts$___________ iii.3rd Party Fire Review$___________ iv.3rd Party Consultants, if needed$___________ v.This Design Package must be completed by September 27, 2014. b.Provide itemized list/ schedule of values for each specific task being billed for. i.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. ii.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 iii.Site visits and as-builts: This part of the contract shall include all construction period services. XVI.INFORMATION SECURITY a.This work shall be done in compliance with the VA Information Security Handbook 6500.6 found in PDF format in the list found at http://www.va.gov/vapubs/search_action.cfm?dType=2 b.VA Information Security Handbook 6500.6 Appendix B, C and D must be acknowledged before work can begin GENERAL Coordinate all work through the COR. 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 $800,000 to $1,000,000. 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 541330, Engineering 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 2:00 PM Mountain Standard Time (MST) December 11, 2013 to Emil Abraham at emil.abraham@va.gov. Interested firms should submit one (1) copy of their current SF 330, Part I & Part II no later than 2:00 PM Mountain Standard Time (MST) December 18, 2013 to Emil Abraham at emil.abraham@va.gov. The emailed file shall not exceed 5MB in total. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: 1)Professional qualifications necessary for satisfactory performance of required services. (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. (3) Capacity to accomplish the work in the required time. (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. (5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. (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) Project Implementation Plan. Provide implementation plan with any anticipated problems and potential solutions. (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. (10) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. 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. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contractand until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914R0084/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-14-R-0084 VA259-14-R-0084.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1106181&FileName=VA259-14-R-0084-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1106181&FileName=VA259-14-R-0084-000.docx

 
File Name: VA259-14-R-0084 Combined Synopsys Solicitation 666-15-110 Energy Audit Corrections Phase I.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1106182&FileName=VA259-14-R-0084-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1106182&FileName=VA259-14-R-0084-001.docx

 
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: VA Medical Center;1898 Fort Road;Sheridan, WY
Zip Code: 82801
 
Record
SN03242656-W 20131129/131127234452-a90b83eecf052603efac58387942dbf3 (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.