DOCUMENT
C -- Request for SF 330 A/E Qualification Package Project 578-15-007 Legionella Suppression IDIQ - Attachment
- Notice Date
- 1/13/2017
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;GLAC-Southern Tier Construction Team;3001 Green Bay Road;Building 1 Room 329;North Chicago, IL
- Solicitation Number
- VA69D17N0030
- Archive Date
- 2/12/2017
- Point of Contact
- Carmella L. Speer
- Small Business Set-Aside
- N/A
- Description
- 1. CONTRACT INFORMATION: Architecture and Engineering (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 implement in Federal Acquisition Regulation (FAR) 36.6. All submissions will be evaluated in accordance with the evaluation criteria. The three firms deemed most highly rated after initial source selection will be chosen for interviews. 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. The NAICS Code for this acquisition is 541310 and 541330. The applicable Small Business Size Standard is 541310 = $7.5 million and 541330 is $15 million. The area of consideration is RESTRICTED to a 250-mile radius of the Edward J. Hines Jr. Veterans Affairs Hospital located at 5000 South 5th Street, Hines, Illinois in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. Note: The 250-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above Veterans Affairs Hospital address (shortest driving distance option). 2. Contract Award Procedure: The proposed A/E services will be obtained by a Negotiated Firm-Fixed Price Contract using FAR Part 15. Interested parties shall ensure current Licensing and have a current registration in the System for Award Management database at https://www.sam.gov/portal and the Vendor Information Pages database at https://www.vip.vetbiz.gov/ as well as have submitted the current cycle VETS-100 Report per the requirements located at http://www.dol/gov/vets/contractor/main.htm. Failure of a proposed Service Disabled Veteran Owned Small Business to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. 3. SDVOSB Requirements: 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. 4. Nature of Work: Provide professional Architectural/Engineering Design Services and oversee construction of selected projects to implement water treatment and controls upon the existing water distribution system to monitor and mitigation of legionella exposure. 5. Design Costs: All offerors are advised that in accordance with VAAR 836.606-73(a) the total cost of the architect or engineer services contracted for must not exceed 6 percent of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design within Funding Limitations will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated A/E firm selected to complete the design. 6. Selection Criteria: The selection criteria for this acquisition will be in accordance with FAR 36.602-1 and VAAR 836.602-1. All evaluation factors are weighted equally. (1) Professional qualifications necessary for satisfactory performance of required services; (a) Team proposed (b) Proposed management plan (c) Project Control (d) Estimating effectiveness (2) Specialized experience and technical competence in the type of required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials; (a) Previous experience of proposed team (b) Proposed design approach (c) Sustainable design (d) Safety in design (e) Capacity to accomplish the work in the required time (f) Specialized experience with healthcare related designs in a hospital setting (3) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (4) 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; (a) Primary or satellite office within 250 mile radius of the facility. (5) Reputation and standing of the firm and its key officers with respect to professional performance, general management, and cooperativeness. (6) Record of significant claims against the firm because of improper or incomplete architectural and engineering services; and (7) Acceptability under other appropriate evaluation criteria. 7. Definitions and Ratings for Evaluation Factors: Each firm s SF 330 submission will be evaluated on its content only. One of the following ratings will be assigned to each factor. RATING DEFINITION Exceptional Contains one or more considerable strengths which yield significant benefit. Weaknesses, if any, are of small impact. There are no significant weaknesses and there are no deficiencies. Good Contains one or more strengths which yield some benefit. Weaknesses are of small impact. There are no significant weaknesses and there are no deficiencies. Satisfactory Meets all of the requirements stated in the Request for SF 330. Firm offers no significant benefits beyond the stated requirements, but has no significant weaknesses and no deficiencies. Marginal Firm has shortcomings that raise questions about whether some of the requirements can be met, or has one or more significant weaknesses, but no deficiencies. Unsatisfactory Fails to meet most of the requirements of the Request for SF 330. Firm has significant weaknesses and one or more deficiencies. 8. Submittal Requirement: This project is a 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). All original Standard Form (SF) 330 packages shall be submitted to: Department of Veterans Affairs Great Lakes Acquisition Center ATTN: Carmella L. Speer (VA69D-17-N-0030) Building 1, Room 329 North Chicago, IL 60064-2226 (a) All SF 330 submissions shall be clearly marked with the subject line displaying the Solicitation Number VA69D-17-N-0030. The SF 330 form may be downloaded from www.gsa.gov/forms. Completed SF 330 s shall include the primary firms, subcontractor firms, and any consultants expected to be used on the project. (b) Firms that meet the requirements listed in this announcement are invited to submit four (4) copies of the completed SF 330 including Parts I and II as described herein and one (1) CD-ROM of the SF 330 submittal as a single pdf file, to the above address no later than 3:00 P.M. (CST) on FEBRUARY 13, 2017. FAX AND/OR E-MAIL SUBMISSIONS WILL NOT BE ACCEPTED. Late proposal rules found in FAR 15.208 will be followed for late submittals. (c) Interested firms shall address each of the seven (7) Selection Criteria in their SF 330 s and additional documents/submittals. 9. THIS IS NOT A REQUEST FOR PROPOSAL. THERE ARE NO SOLICITATION DOCUMENTS AVAILABLE. This is a request for SF 330 s Architecture and Engineering Qualifications packages only. Any requests for a solicitation will not receive a response. This requirement is subject to Availability of Funds. 10. Project Information: A/E IDIQ for Legionella Suppression Design. Work shall be provided for a single 3-year period with the option to extend for two (2) additional 1-year periods. a. Background: Department of Veterans Affairs, Veterans Health Administration (VHA) issued Directive 1061 on August 13, 2014. This Directive addresses the prevention of healthcare associated Legionella Disease and Scald Injury from potable water distribution systems in VHA-owned buildings in which patients, residents, or visitors stay overnight. In order to comply with the Legionella Directive, Edward J Hines Jr. Veterans Affairs Hospital is required to implement water treatment and controls upon the existing water distribution system. The new system will include measures to monitor temperature, PH and oxidant levels in each building s potable water distribution systems(s) and scald prevention. The majority of the utility systems are in need of replacement. Repairs have been implemented to extend the use beyond their useful life. Similarly, spaces for care and administration struggle to meet the changing needs and requirements implemented within the VA systems. Lastly, medical advancements and shifting directives challenge the environment of care throughout the campus. Recent water testing reports have resulted in positive results for Legionella. b. Requirements: The awarded A/E will adhere to all codes, standards, guidelines and design requirements found in the VA s Technical Information Library (TIL), including but not limited to the Design and Construction Procedures (PG-18-3), Standard Details & CAD Standards (PG-18-4), Design Manuals (PG-18-10), Design Guides (PG-18-12) and Minimum Requirements for AE Submissions (PG-18-15). c. Scope: The A/E firm shall provide professional services necessary for: Preparation of construction plans (drawings), cost estimates and specifications for the installation of water systems monitors for temperature, PH and Oxidant levels in the hot and cold potable water distribution systems. Continuous monitoring of incoming water quality entering building(s). The evaluation and construction plans and specifications for three (3) options for water treatment modalities: OPTION A: Copper Treatment OPTION B: Chlorine Dioxide Treatment OPTION C: A/E Recommendation Drawings, specifications and cost estimates shall include all facets of work and trades necessary to facilitate award of a construction contract. Construction period services, to include site visits during construction, are part of the scope. The above A/E scope constitutes a basic outline of work and in no way outlines all of the details for the design of this project. It is recommended that a detailed inspection of the premises be initiated to determine the needs and conditions for the design and plans for this project. Copies of the most recent as-built drawings will be available for A/E use. However, A/E shall verify their validity before start the design. Utilities within the area and identified on existing drawings are not to be interpreted as the exact location, or as the only existing site conditions. The A/E shall collaborate with the VA s designated Utilities Commission Authority in the Design Phase and through the Construction Phase. The A/E shall be solely responsible for the management and professional design, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the contract to deliver the following: A/E shall identify deficiencies in the current system and analyze the existing water system to design an improved system. Final plans shall include profiles, plan views, water main elevations at a maximum of 50 ft. intervals, valve locations, tapping details and any other details deemed necessary for the project success. A schedule to completion and status updates shall be provided throughout the project. An updated, detailed Construction Cost Estimate shall be provided for each option. Project must include deductive bid alternates equal to approximately 20% of the total project cost. Contractor shall complete the design package to include plans, mechanical, views, details, sections, elevations, shop drawings, working drawings, edited specifications, site visits, construction estimate and all related information as required by the contract. Construction Supervision will be conducted by VA Engineering Service at Edward J Hines Jr Veterans Affairs Hospital. A/E shall provide Construction Administration Services for the preparation and review of submittals, RFI s, to attend meetings, final acceptance project inspection and preparation of punch list and verification of punch list items corrections. The A/E may be required to furnish multi-discipline architectural/engineering services for reports, planning and programming studies, investigations, site selection, design concepts, tentative design, working drawings and specifications, review of shop drawings, samples, equipment, data and other related documents. Although primarily architectural in nature, projects may also have components that fall under additional disciplines including but not limited to: Accessibility Acoustical Design Civil Engineering Commissioning Construction Administrative Services Control Systems Cost Estimation Electrical Energy Environmental Design/Hazardous Material Fire Alarm and Suppression Furniture and Equipment Historic Preservation Infection Control Interior Design Mechanical Landscape Design Lighting Phasing of Construction/Schedule Development Plumbing Rendering and 3D Modeling Reports (of a specific nature as outlined in a Task Order) Security Signage and Wayfinding Specifications Structural Telecom (Phone and Data) Additional requirements include but not limited to the following: The A/E is responsible to survey of existing above and underground conditions, including buildings, structures, utilities, and systems. The A/E firm must analyze and verify utility systems and structure as necessary as part of their Task Order proposal. All technical correspondence is to be mailed or emailed to the COR or CS. All contract correspondence is to be mailed or emailed to the Contracting Officer and copied to the COR and CS. A preliminary and final construction cost estimate is required. BIM: Building Information Modeling is a requirement to coordinate the work of multiple trades and engineering disciplines. Submittal Registry: A submittal registry shall be included with any design package delivered that includes a request for submittal review. Phasing: All designs for construction projects shall include phasing of the construction work. If the construction work is to occur in one single phase it shall be indicated as such. Projects requiring phasing shall include a moves coordination plan with any phasing plan developed. The A/E firm shall review the contractor close-out submissions for thoroughness and conformance with the contract document requirements. The A/E firm shall also review field-marked as-built drawings for conformance with final installations. The A/E firm shall utilize these as-built drawings and specifications from the contractor and generate as recorded drawings and specifications. CAD and PDF drawings of all documents shall be turned over to EHVAH at the conclusion of the Task Order or when requested by EHVAH. MS Word, MS Excel, MS Project, and PDF files of all documents shall be turned over to EHVAH at the conclusion of the Task Order or when requested by EHVAH. Building Standardized Systems and Equipment Designs will take into account the following manufactures and suppliers that will be indicated on the drawings and specifications as Building Standard or Approved Equal. Door Hardware: EHVAH uses "Schlage Everest 7-pin Small Format Interchangeable Core for lock cores. Our restricted keyway is "B145". The contractor can purchase these cores through Ewert Wholesale Hardware, 1-800-451-0200. Contractor shall provide temporary/disposable plastic construction cores to fill the lock cylinder/core and allow lock function until the permanent lock cores is later installed by VA Locksmith. All automatic door operators shall be 'Kean-Monroe'. Ensure that the required 2-year warranty is part of the specifications. KM warranty is only one year, however, Automatic Door Inc. has warranted items for Hines VA Hospital for two years, per the VA Master Spec. The specification needs to read as two years because we do not know who we will have as a sub-contractor to the general contractor. Ensure the VA is named as the warranty holder and not the contractor. Alarm Lock T3 door locking hardware where cipher/keypad entry is required. Von Duprin panic hardware. LCN door closers. Electric: All electrical conduits shall be a minimum of 3/4" diameter. Conduit shall be color-coded as follows: Silver voice/data. Orange South side normal power. Black North side normal power. Blue Critical power. White Card Readers. Purple Emergency power. Green Nurse call. Yellow 227-volt lighting. Red Fire alarm. Fire Alarm and Suppression: A Simplex system is required. HVAC: Tridium Open Platform controls. Plumbing: Chicago Faucet for sink faucets. Sloan flush valve systems for toilets. Elkay EZ H2O for drinking fountains. Telecom: Hilti wire penetrations through all fire and smoke rated partitions. d. Tasks and Responsibilities: This project is procure an IDIQ contract obligating a multi-disciplined, A/E to provide design services and oversee construction of selected projects at the Edward J Hines Jr. Veterans Affairs Hospital to provide the necessary requirements to implement water treatment and controls upon the existing water distribution system to monitor and mitigation of legionella exposure. All work will be accomplished via the issuance of Task Orders. Task Orders: Under this contract, the A/E may be required to furnish multi-discipline architectural and engineering services for reports, planning and programming studies, investigations, site selection, design concepts, tentative design, working drawings and specifications, review of shop drawings, samples, equipment, data and other related documents. A Task Order will be developed for each individual work request. Task Orders will vary in size, duration, and dollar amounts. The place of performance is the Edward J Hines Jr. VA Hospital, Hines, IL unless otherwise stated in the Task Order Task Orders under this contract may be mutually signed by the A/E and the Contracting Officer at any time within the contract period, provided that the total contract amount and the maximum contract amount for one project are not exceeded. The actual performance of the work may extend beyond the contract period. For any one project, a Task Order will be issued not to exceed $500,000 and the total cumulative contract amount for Task Orders under this contract shall not exceed a maximum of $4,999,284. Task Order Procedure: As the need for services covered by the contract may arise, the Government will issue to the A/E a draft Task Order with all necessary documentation or project requirements under cover of a written Request for Proposal to perform the required services. Should A/E require a site visit for confirmation of the Scope of Work, the A/E shall notify the CO and contact the appropriate COR to schedule this visit. The A/E shall promptly submit a proposal which includes a detailed cost or pricing breakdown on contractor s letterhead. When an agreement has been reached on services to be performed, fee, and time for completion, the parties shall execute a Task Order to this contract which reflect all terms agreed upon. If an agreement cannot be reached, neither party will be under any obligation to the other, with respect to the services covered by the particular draft Task Order. No work shall be performed on an individual Task Order until the Contracting Officer has signed the Task Order. Work by the A/E shall commence only upon receipt of the Notice to Proceed letter from the CO. Submissions: Each Task Order will establish a schedule for submission. Failure by the A/E to diligently prosecute his work to successfully meet the required delivery dates will be sufficient grounds for the Contracting Officer to terminate this contract. Key Personnel: The A/E shall employ the required professional personnel to perform the services required under this contract. No substitution will be made without the advance written approval of the Contracting Officer. The A/E shall provide an explanation of the necessity for the change. No increase in salary rates will be allowed when personnel substitution is authorized. Salary Rates, Overhead, and Profit: Direct salary rates shall be the rates established at date of award of the base contract. Direct salary rates shall be broken down by base salary rate and overhead. Profit for the types of projects proposed for the life of the contract can be anticipated and made as a single percentage. The purpose for having predetermined the salary rates, overhead rates, and profit is to limit Task Order negotiations. Government Needs: The Government is under no obligation to issue Task Orders in connection with this contract, unless the Government subsequently determines a special need for the services of the A/E. At its own discretion, the Government may perform the services or similar services itself, or employ others separately to perform them. Repetitive Failure to Agree: If, in the opinion of the Contracting Officer, the A/E has unreasonably failed to agree during negotiations on a number of Task Orders, the Government may terminate this contract, subject to the satisfactory completion of all previously executed Task Orders. d. Deliverables: The A/E is to provide two (2) paper copies of working drawings and specifications and estimates at each review. The A/E is to provide electronic (PDF) copies of working drawings and specifications and estimates at each review. The final original drawings and specifications will be turned over to the EHVAH at the completion of 100% drawings and specifications. Submit two (2) CD-ROM Contract Documents of all drawings (CAD and PDF) and specifications and reports (MS Word and PDF) of approved final design, two (2) sets of final reports, calculations and final cost estimates. Also submit two (2) hard copies of contract documents and one set of 30 x 42 drawings also two (2) half size sets of drawings. The A/E is to stamp drawings and specifications as to which review phase in applicable (25%, 50% and 95%). Prior to the completion of the 100% design set, drawing must be stamped NOT FOR CONSTRUCTION. e. Timeline: Typical design times allotted will be as indicated below. However, the actual design times will be negotiated with each individual project depending on the complexity of the project. DESIGN PHASE DESIGN SCHEDULE 1: Start preliminary drawings At award 2: Provide Schematic Design working drawings and specifications 4 weeks after award 3: Provide 25% Design Development by VA Hospital 10 weeks after award 4: Provide 50% CD design working drawings and specifications 13 weeks after award 5: Provide 95% CD design drawings and specifications 17 weeks after award 6: Provide 100% design drawings and specifications 20 weeks after award f. Place of Performance: Department of Veterans Affairs Edward J Hines, Jr. Veterans Affairs Hospital 5000 South 5th Avenue Hines, IL 60141-5000 **NOTE: Pre-bid and Kickoff meeting locations will be disclosed by the Contracting Officer, and coordinated with the COR. g. Period of Performance: This is a master contract obligating the A/E to provide the supplemental input of multi-discipline by Task Order for projects being coordinated primarily in-house by Government staff personnel. The period of performance will be outlined in the individual Task Order. h. Delivery Schedule. Items to be delivered throughout the period of performance and at completion of the contract will be determined for each individual Task Order. 11. Attachments: Executive Order 13148 VHA Directive 1061 dated August 13 2014 Hines VA Campus Site Plan Hines Water Safety Assessment Report Plumbing Specs for A Copper-Silver Ionization System Biological Controls Using Non-Chemical Treatment devices Report Interim Life Safety Measures-Infection Control Risk Assessment
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D17N0030/listing.html)
- Document(s)
- Attachment
- File Name: VA69D-17-N-0030 VA69D-17-N-0030.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210857&FileName=VA69D-17-N-0030-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210857&FileName=VA69D-17-N-0030-000.docx
- File Name: VA69D-17-N-0030 S02 Executive Order 13148.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210858&FileName=VA69D-17-N-0030-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210858&FileName=VA69D-17-N-0030-001.pdf
- File Name: VA69D-17-N-0030 S02 VHA Directive 1061 dated August 13 2014.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210859&FileName=VA69D-17-N-0030-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210859&FileName=VA69D-17-N-0030-002.pdf
- File Name: VA69D-17-N-0030 S02 Hines VA Campus Site Plan.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210860&FileName=VA69D-17-N-0030-003.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210860&FileName=VA69D-17-N-0030-003.pdf
- File Name: VA69D-17-N-0030 S02 Hines Water Safety Assessment Report.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210861&FileName=VA69D-17-N-0030-004.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210861&FileName=VA69D-17-N-0030-004.pdf
- File Name: VA69D-17-N-0030 S02 Plumbing Specs for a copper-silver ionization system.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210862&FileName=VA69D-17-N-0030-005.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210862&FileName=VA69D-17-N-0030-005.pdf
- File Name: VA69D-17-N-0030 S02 Biological Controls Using Non-Chemical Treatment devices Report.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210863&FileName=VA69D-17-N-0030-006.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210863&FileName=VA69D-17-N-0030-006.pdf
- File Name: VA69D-17-N-0030 S02 InterimLifeSafetyMeasures-InfectionControlRiskAssessment.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210864&FileName=VA69D-17-N-0030-007.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210864&FileName=VA69D-17-N-0030-007.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA69D-17-N-0030 VA69D-17-N-0030.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3210857&FileName=VA69D-17-N-0030-000.docx)
- Record
- SN04371235-W 20170115/170113233903-4327c5e62307f53286e2c0f89af3e236 (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 |