DOCUMENT
C -- A/E PROJECT Revitalization of Engineering and Facility Support Buildings - Attachment
- Notice Date
- 11/25/2014
- Notice Type
- Attachment
- NAICS
- 541310
— Architectural Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24915R0132
- Response Due
- 12/5/2014
- Archive Date
- 3/14/2015
- Point of Contact
- Teresa Helm
- 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 626A4-15-104 - "A/E Design for Exterior Revitalization of Engineering and Support Buildings at the Nashville VA Medical Center in Nashville, Tennessee. 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. Interested firms should submit their current SF 330 to Teresa.Helm2@va.gov. The SF 330s are due on December 5, 2014 at 2:00pm Central Time. Contractor visits and phone calls to the facility to discuss this announcement are not permitted. The Nashville VA Medical Center is seeking professional architect/engineering firms to provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for the Revitalization of Engineering and Support Buildings at the historic York VAMC of the VA Tennessee Valley Healthcare System, 3400 Lebanon Pike, Murfreesboro, TN 37129. The awarded A/E 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 work. The awarded A/E firm is responsible for ensuring that the specifications and drawings supplied fully represent all of the work described in the Request for Proposal (RFP). The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A/E to minimize impact of the construction. The NAICS code for this project is 541310. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, type in 330 in the "Find A Form" block and click on search. THE MAGNITUDE OF THIS DESIGN PROJECT IS BETWEEN $100,000 AND $250,000. 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 area of consideration for this project is a 350 mile driving radius from prime contractor main office or satellite office to the Nashville VAMC in Nashville Tennessee 37212. Determination of mileage eligibility will be based on www.mapquest.com. Firms responding to this announcement by submitting an SF330 will be considered for Contracting Officer initial eligibility evaluation. Following the Technical Evaluation Board evaluation of the SF330s, a solicitation for a price proposal will be sent to the highest technically qualified contractor to provide the type of services required. Department Of Veterans Affairs TVHS, Murfreesboro Campus Requirements for A/E Services Project 626A4-15-104 Exterior Revitalization, Engineering and Facility Support Buildings I.GENERAL SCOPE OF WORK: The A/E shall provide all necessary architectural and engineering services as required to prepare complete contract drawings, specifications, technical reports, and cost estimates, including services throughout construction for "Exterior Revitalization, Engineering and Facility Support Buildings" at the historic York VAMC of the VA Tennessee Valley Healthcare System, 3400 Lebanon Pike, Murfreesboro TN 37129. This project will completely restore the exteriors of Buildings 12, 13, 14, 15 and 29 with limited work on the exterior of Building 8, 9 and 16. The work shall match previous exterior revitalization projects at the York Campus and includes, architectural, industrial hygiene, civil, structural, lightning protection. II. STATEMENT OF PROJECT OBJECTIVES: It is the intent of the Department of Veterans Affairs to have the A/E fully survey, investigate, and document the existing space and utility systems in order to gain the knowledge and insight necessary to prepare quality, accurate documents. The design shall restore and preserve the historical integrity of the Alvin C. York campus. All features (masonry, stonework, gutters, downspouts, etc.) shall be historically accurate and shall be consistent with the facility/campus. At the conclusion of the project, the buildings shall appear to be "like new" and shall be clean, protected and structurally sound. The Alvin C. York campus is on the historical registry. Revitalization shall stop water infiltration. The design shall incorporate a complete building and systems approach. Spot repairs and patches to address water infiltration are not acceptable. Project design shall properly address and dispose of hazardous materials. Lead is present in earlier layers of paint which in some areas is cracking and flaking. Asbestos has been identified in the roof flashing mastic on previous restoration projects. Project will design to correct Facility Condition Assessment (FCA) Codes. III. VA DESIGN CONCEPT: The VA design concept has identified specific items of work to be included in the design process. The A/E shall independently analyze conditions and develop a unique, optimized design to achieve project objectives and may not be limited to the work items identified by the VA. The specific work items to be included in the design are as follows: A.Replace slate roofs with faux slate on Buildings 12, 13, 14, 15 and 29. Faux slate roofing shall be InSpire Tiles Class A, Item 191704, color 704 pewter grey to match existing historic presence of buildings and existing work. Replace rotten or deteriorated sheathing. Corrects FCA codes 57507, 61191, 195432, 56881 and 61220. B.Replace penthouse windows in Bldg. 8 and 9. C.Replace windows and exterior wood doors on Buildings 12 and 14. Corrects FCA codes 60991and 195434. D.Repair exterior metal handrails, includes spot welding and section replacement. Paint to match. E.Design for the removal of all abandoned utilities and unnecessary roof and exterior wall appurtenances, such as roof/wall vents, fans or stacks, abandoned conduits, etc. F.Design for the removal of the defunct truck scale. G.All exposed brick faces of Buildings 12, 13, 14, 15, 16 and 29, shall be cleaned and sealed. The A/E shall design an entire cleaning/sealing process that will not impair the natural breathing characteristics of the treated surfaces. H.Tuck-point deteriorating mortar joints and reseal expansion joints of Buildings 12, 13, 14, 15, 16 and 29. I.Replace all metal gutters, downspouts and scuppers on buildings 12, 13, 14, 15, and 29. Gutter, downspouts and scuppers shall be fabricated from 16 oz. copper and match existing profile. Corrects FCA codes 115007, 115010, 115013 and 195428. J.Evaluate for the repair or replacement of wood soffits and eaves. Assume existing wood soffits and eaves contain lead based paint. Removed areas shall be replaced and painted in kind to match existing. K.Design system to prevent water infiltration into the below grade spaces of Building 29. L.Abate lead paint and asbestos containing material on building exterior, including metal attachments /accessories such as handrails, metal supports, flashing mastic, etc. M.Product selection shall be done as part of the design and should include test areas to determine/ verify product suitability (stone patch/restoration, gutter restoration, brick cleaning and sealing products/methodology, historical preservation, color matches, durability, etc.). IV. STATEMENT OF A/E TASKS: A.The A/E shall furnish all services for a complete design development documents, construction documents, and construction period services as specified in this Statement of Work. 1. Necessary site survey work and evaluation such as verifying existing conditions and verifying record drawings shall be accomplished in conjunction with preparation of Design Development. A/E shall furnish documentation and drawings of these findings, and address deficiencies in the design process. 2. The complete site survey work shall include a thorough investigation of existing conditions to accurately document and convey space dimensions for measured drawings, all utilities for affected areas, and utilities that traverse through affected areas, typical construction type and variations, and finishes. This information provides the necessary base drawings for the Schematic Development phase of Design Development. 3. Hazardous material survey (asbestos, lead, etc.) shall identify approximate quantities, type, and location for complete abatement. Examples of sampling include, but are not limited to; mastic, flashing mastic, paint, insulating materials, paint, etc. B.The A/E shall provide cost estimation, project scheduling and phasing, bid period and construction period services as further described in the contract. C. A/E shall develop and execute a Quality Assurance (QA) plan that demonstrates the team and method of review for the project plans and specifications. The QA plan shall be submitted to the COR along with the project schedule and shall describe each QA task that will be taken during the development of the various design submission packages and the name of the Contractor member responsible for QA. Upon its completion each task shall be initialed and dated by the responsible Contractor member. A 100% completed QA plan shall be submitted with the final construction document submission package. D.The A/E shall provide bid document preparation in quantities as specified in the contract. VA shall manage the shipping and handling to prospective bidders. E.The A/E shall provide design and construction period services. Changes in personnel from those who are proposed must be approved in writing by the Contracting Officer. The registered individuals who will stamp the completed documents shall accomplish engineering design work. F.A/E will coordinate with leading industry equipment manufacturers/vendor(s) to insure proper layout and support of equipment according to manufacturer's requirements. However; design drawings and specs shall be generic to promote fair and open competition. G.Energy efficiency and cost savings shall be considered in all design decisions throughout the entire Revitalization Project. Design to applicable sections of the TVHS Energy Requirements and Design Guide for specific energy guidance. H.Current facility planning has determined this project design magnitude to be between $100,000.00 and $250,000.00. V. BASIS FOR DESIGN: A.Department of Veterans Affairs standards may be obtained from the Internet at http://www.cfm.va.gov/TIL/. Also see VA Design Manuals at http://www.cfm.va.gov/til/dManual.asp B.Design shall maintain building envelopes to prevent moisture infiltration and possible mold growth. C.Compliance with the Physical Security design manuals for VA Facilities. http://www.cfm.va.gov/til/spclRqmts.asp#PHS D.Comply with ADA, ABA and the VA PG-18-13 Barrier Free Design Guide. http://www.cfm.va.gov/til/dGuide/dgBarrFree.pdf E.Comply with VA TIL, PG-18-3, Design and Construction Procedures F.Comply with VA TIL, PG-18-15, AE Design Submissions and Review. http://www.cfm.va.gov/til/aeDesSubReq.asp G.Comply with TVHS Energy Requirements and Design Guide (revision September 2014, attached). H.Insure proper life safety and VA accessibility requirements. Code Analysis will be clearly defined on the Index Sheet of the Construction Documents. I.The awardee shall design within the construction budget provided at the time of contract award. The A/E design and estimate shall identify 20 percent of the total construction budget as viable deductive construction alternates by areas of work and/or phases. This will require individual estimates by clearly defined easily deductible areas or work. J.Comply with current applicable state, local, and federal building codes and standards as well as codes/standards from other recognized authoritative bodies. This includes, but is not limited to, Associated Air Balance Council (AABC), American Concrete Institute (ACI), Acoustical and Insulating Materials Association (AIMA), American National Standards Institute (ANSI), American Society of Heating, Refrigeration, and Air-Conditioning Engineers (ASHRAE), American Society of Mechanical Engineers (ASME), American Society for Testing and Materials (ASTM), Gypsum Association (GA), International Building Code (IBC), National Electric Code (NEC), National Fire Protection Association (NFPA), National Environmental Balancing Bureau (NEBB), National Standard Plumbing Code (NSPC), Occupational Safety and Health Administration (OSHA), Sheet Metal and Air Conditioning Contractors' National Association (SMACNA), Electronic Industry Alliance/ Telecommunications Industry Association (EIA/TIA), American Disabilities Act (ADA), American Barriers Act (ABA) and other applicable codes. VI. DETAILED SUBMISSION REQUIREMENTS: Program Guide PG-18-15, establishes the guidelines for the A/E submissions. Design shall be performed and submitted in accordance with VA A/E Submission Instructions for Minor and NRM Construction Program. Refer to (http://www.cfm.va.gov/til/aeDesSubReq.asp). These guidelines indicate a minimum level for submission compliance, which may not be adequate for certain, types of design. In some instances in which critical decisions need to be made, sufficient and relevant information has to be provided timely in order for the design to progress to meet certain milestone dates. The level of applicability of the program guide depends upon the scope of work and the exclusions, which are herein specified. Questions in regards to the applicability of specific requirements shall be resolved with the COR prior to any submission deadline. Where "days" are stated, this refers to "calendar" not "work" days. A.At each submission, all drawings and support material shall be dated and appropriately labeled above the title block: Work ElementCopiesDuration Design Kick-off Meeting1 Day Schematic 221 Days Gov't Review7 Days Design Development 1221 Days Gov't Review7 Days Design Development 2221 days Government Review7 days Construction Document 1214 Days Gov't Review5 Days Construction Document 2214 Days Government Review5 days Final Documents27 days B. VA submission review comments may be verbal, noted directly on review sets, or written list. The A/E shall be responsible for compiling and addressing review comments. A/E shall produce and distribute meeting notes or minutes for VA review immediately after each submission review meeting. C.For each submission, furnish electronic files in the latest version of Microsoft Office and Microsoft Word and/or AutoCAD 2013 and 2 hardcopies of all drawings and specifications. Submit one half size hard copy of A/E DD and CD submittals for energy review. D. The 100% construction documents submission will include 2 full set of construction documents including all disciplines/packages and will be sealed and signed by the Architects and Engineers of Record. E. The final construction documents will incorporate all VA supplied comments from the earlier submission package reviews and will comply with the resultant contract requirements. F. If the final construction documents are not complete, the A/E must resubmit the package in its entirety. G.Construction Specifications - Project specifications shall include specifications for all products, materials, equipment, methods and systems shown on the construction drawings in accordance with standard professional practice and the resulting contract. The specification submitted for review shall include: The name of the manufacturer, the product name, model number, or other identification as appropriate to clearly identify the product that will be used in the construction of the project. H.Final bid documents shall be reproduced as part of the contract. Two (2) full sets and two (2) half set of the Construction Bid Documents are to be delivered to the COR. Electronic files of the Construction Bid Documents will be provided to the COR and Contracting Officer. I.The required stamp of the licensed architect or engineer of record will be considered as certification of compliance with the contract requirements. J.Total time to accomplish this project design shall be 130 calendar days from the issuance of the Notice to Proceed. Each submission will require maximum 7 calendar days for VA review. A/E shall prepare a submission schedule based upon the submission table above so that the timeframes are met. VII. CONSTRUCTION PERIOD SERVICE REQUIREMENTS: A.Review of Submittals: A/E shall review all material submittals, shop drawings, test reports (as applicable), etc. Reviews shall be completed and submittals returned to the COR within 7 days of the A/E's receipt of the submittal. B.Review Analysis of Requests for Information, Change Orders, and Costs: A/E shall provide a response within 7 days when contacted by the COR to review and provide analysis of construction contractor requests for information, change orders, and resulting cost adjustments. C. The A/E, when requested, shall assist the Contracting Officer and COR to interpret the construction documents and shall: (1) recommend any action(s) deemed suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents. D.Site Visits: A/E shall provide 48 site visits (1 designer/engineer for 3 hours) during the construction period when requested by the COR, in addition to the pre-bid conference and final inspections. A site visit "unit" is defined as a visit to the site by one individual for 3 hours when requested by the Contracting Officer or COR. Multiple "units" may be required when more than one individual or an extended time period is required to inspect the work. The COR has the prerogative to determine the professional discipline(s) required for each site visit. The A/E shall notify the COR of their presence on site before any work is performed in order to document the number of individuals who are making the site visit. The A/E shall observe the construction, advise the COR of any deviations or deficiencies, and recommend appropriate corrective actions. E."Record Drawings" Requirement: A/E shall revise the solicitation documents if necessary and provide a complete set of all drawings showing actual, completed construction and reflecting any changes incorporated in the work on hard (bond) copy and on electronic media. Electronic media drawings shall be in AutoCAD 2013 and always electronically stamped by registered Architect or Engineer. Final electronic media specifications shall be in Microsoft Word 2010 Format and PDF format. VIII. MATERIALS TO BE FURNISHED TO THE A/E BY VA: If available the following items will be furnished to the A/E after selection: A.Prints and available electronic media of the station, site plan, and building elevations. The accuracy of drawings is not guaranteed and shall be used for general information only. Actual conditions shall be field verified by the A/E. B.Vulnerability Assessment, York Campus. IX.GEOGRAPHICAL LOCALITY The A/E shall have an office or satellite office geographically located within 350 miles of the Alvin C. York Campus in Murfreesboro, Tennessee 37129. Determination of mileage eligibility will be based on www.mapquest.com. X. ATTACHMENTS Drawings are for reference only; survey is required to verify accuracy due to changes that have been made over the years. A.Attachment 1: TVHS Energy Conservation Project Requirements and Design Guide Sept. 2014. B.Attachment 2: Composite Site and Building Elevation Drawings. EVALUATION FACTORS: Note: Failure to address all evaluation factors in sufficient detail may result in a lower rating. 1. Professional qualifications necessary for satisfactory performance of required service. The education, training, registration, certifications overall, relevant experience, and longevity with the firm of the key management and technical personnel should be provided. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel. Provide brief resumes of proposed team members who will specifically serve on this project team. Each resume shall include a minimum of three (3) specific completed projects that best illustrated the team members experience relevant to this projects scope. Also include years of experience in position and roles each member on this project. The lead designer in each discipline must be registered. 2. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in architectural, industrial hygiene, demolition, lead abatement, structural, mechanical lightning protection, electrical power and systems designs. Contractor should also have specialized experience in Interim Life Saving Measure (ILSM), and ICRA is beneficial. Provide a detailed narrative of up to 5 (maximum) relevant projects completed within the last 5 years that best illustrate overall team experience relevant to this projects scope. 3. Capacity to accomplish the work in the required time. Projects similar or greater in scope, size and magnitude is beneficial. The full potential value of any current A/E contracts that a firm has been awarded will be evaluated. For the Prime and each proposed consultant to be assigned to the team, list the larger current projects being designed in the firms' office. Indicate the firms' present workload and the availability of the project team (including sub-consultants) for the specified contract performance period. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates. 4. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Information will be obtained through the CPARS Government Past Performance Information System. Contractors are required to provide three past performance questionnaires directly to the Contracting Officer. The contractor must provide the entire past performance questionnaire to each of its assessors. An individual assessor knowledgeable of the contractor's quality of supplies and services rendered is requested to verify, complete the questionnaire, and submit to the Contract Specialist at Teresa.Helm2@va.gov. If evaluating more than one contract for the same contractor, use a separate questionnaire for each contract being evaluated. 5. Location in general geographical area of the projects and knowledge of the locality of the project; provided, that application of the criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Contractor must have an office within 350 miles of Nashville, Tennessee. Examples of knowledge of the locality include knowledge of geological features, climatic conditions or local construction methods that are unusual or unique. 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. The SF 330 shall contain a signed and dated statement by the president of the firm affirming that there are no records of significant claims 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. Include any sub-contractors that are proposed. Interested firms should submit their current SF330 to Teresa.Helm2@va.gov. The SF330s are due on Friday, December 5, 2014 at 2:00 PM Central Time. Use the following instructions for submitting your SF330. Requirement for Electronic Submission Unless paper offers are specifically authorized in an individual solicitation, all responses to solicitations must be submitted electronically as described below. Responses submitted in a paper form are unacceptable and will be returned. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to noncompliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers 1.Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (purpose: contracting can open the PDF version and engineering can open AutoCAD files) 2.Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. 3.Other electronic format. If you wish to submit an offer using another format other than described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. 4.Please note that we can no longer accept.zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. a.Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation or Offer depending on the solicitation type. b.Size: Maximum size of the e-mail message shall not exceed five (5) megabytes. Only one email is permitted unless otherwise stated in this paragraph or in writing by a Contracting Officer. The offer will be date and time stamped by the Microsoft Email system and will be the official record of receipt for the submission. Security Issues, Late Bids, Unreadable Offers 1.Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. 2.Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. 3.To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as "unreadable" pursuant to FAR Parts 14.406 and FAR 15.207(c ). 4.The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. 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 VERIFIED 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/NaVAMC/VAMCCO80220/VA24915R0132/listing.html)
- Document(s)
- Attachment
- File Name: VA249-15-R-0132 VA249-15-R-0132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1745504&FileName=VA249-15-R-0132-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1745504&FileName=VA249-15-R-0132-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-15-R-0132 VA249-15-R-0132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1745504&FileName=VA249-15-R-0132-000.docx)
- Place of Performance
- Address: Alvin C. York VAMC;3400 Lebanon Pike;Murfreesboro, Tennessee
- Zip Code: 37129
- Zip Code: 37129
- Record
- SN03581511-W 20141127/141125234253-5c4ba4c376a1109b487938a3b05fb90a (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 |