Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
DOCUMENT

C -- 630A4-10-414 REPLACE WATER TUBE BOILER - Attachment

Notice Date
5/4/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24217N0546
 
Response Due
6/7/2017
 
Archive Date
9/14/2017
 
Point of Contact
Vladimir Stoyanov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 630A4-10-414 (REPLACE WATER TUBE BOILER) at the VA New York Harbor Healthcare System, Brooklyn Campus. This procurement is restricted to Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) firms. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $15 Million. The magnitude of Construction is between $5,000,000 and $10,000,000. This is a 100% Service-Disabled-Veteran-Owned-Small-Business Set-Aside. The anticipated award date of the proposed A-E Contract is on or before September 30, 2017. Potential contractors must be registered in SAM (www.sam.gov ) and visible/certified in Vet Biz (www.vetbiz.gov) at the time of submission of their qualifications in order to be considered for an award. As a prospective offeror or bidder for this Service-Disabled-Veteran-Owned-Small-Business (SDVOSB) set-aside, you are verifying your company meets the status requirements of an SDVOSB concern as established by 38 CFR Part 74. LOCATION This project is to provide design services for 630A4-10-414 (REPLACE WATER TUBE BOILER) at the VA New York Harbor Healthcare System, Brooklyn Campus, 800 Poly Place, Brooklyn, NY 11209. GENERAL SCOPE PROJECT NO. 630A4-10-414 (REPLACE WATER TUBE BOILER), Provide design services to develop drawings and specifications that address the replacement of Boiler at the VA New York Harbor Healthcare System, Brooklyn Campus, as listed on the document SOW. The A/E will provide preliminary, 35%, 65%, 95%, and 100% design submissions. The A/E will also provide submittal reviews, construction period services, site visits and inspections. The A/E will meet with VA staff to establish a scope of the project. The A/E will review existing drawings and make recommendations for modifications as needed. The project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). The A/E services will include various phases of design starting with a site survey and design analysis and following through with working drawings and construction specifications. A cost estimate shall be required for each design review milestone. The A/E shall provide the VA with a list of all submittals required of the construction contractor. Extra efforts are required towards project phasing in order to provide a minimum interruption to the Medical Centers normal activity. The A/E shall address the need for special protective construction (Pre-construction risk assessments) and methods of work to assure the continued operation of the medical center. To include addressing asbestos, lead base paint and environmental controls as regulated by local, county, state, federal and Department of Veterans Affairs regulations. The A/E shall develop an appropriate phasing and coordination plan for the construction of the project so as to continue the normal operation of the medical center and assure the safety of patients, visitors, and employees during all construction. As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on AutoCAD 2016.VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitatively based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 20% less than the approved construction budget, based on the A/E's final cost estimate. SPECIFIC SCOPE Provide all necessary labor and material for A/E services to design the Replace Water Tube Boiler project at the New York Harbor Healthcare System-Brooklyn Campus. Develop construction documents, construction period services, and site trips. Specific Requirements: The A/E shall provide construction documents and specifications to replace the existing water tube boiler #3 located in the Boiler Plant in Building #4. The project design includes any temporary boiler that may be required during construction. The A/E shall perform a thorough study of the existing Boiler Plant operations to determine the best type, size, and capacity of a new boiler to be installed. The A/E shall review the different boiler options available and provide a narrative of the positives and negatives for each boiler. The A/E shall provide a life cycle cost analysis to determine the most cost effective boiler for the facility. The design includes modifying the existing piping, valves, regulator, pumps, stack, mechanical & electrical connections, concrete pads, controls panel and building management system as required for the installation of the new boiler. The project design includes installing new electrical, mechanical, structural, and associated piping, valves, regulator, economizer, stack, controls and insulation for the new boiler. The A/E shall work with the medical center natural gas provider to determine the requirements of the new natural gas service for the new boiler. The project design includes connecting the new boiler to the existing Building Management head end control system in the boiler plant. The project design shall include upgrading the existing BMS controls system to the latest software version. The project design includes replacing the existing deaerator tank and associated piping, valves and controls, condensate surge tank and associated piping, valves and controls, condensate surge pumps and building #4 steam condensate pumps. The new pumps shall be equipped with variable speed drives. The project design includes any temporary tanks that would be required during construction. The project design includes replacing the coils on the fresh air fan serving the boiler plant. The project design includes replacing the chart recorders for Boilers #1, 2, 3 and 4. The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing boiler plant to determine the quantities of asbestos-containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. All work shall conform to VA criteria and regulation. The project design shall comply with VA HVAC Design Standards & Criteria, VA Steam Heating, Hot Water and Outside Distribution Design Manual, VA Sustainability Design Guide, ASHRAE 90.1 and all applicable NFPA codes. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. The A/E shall provide construction period services to include submittal review; shall also provide a response to RFI, site/visits/inspections and prepare As-Built drawings from contractor markup. The Architect/Engineer shall provide calculations comparing the energy consumption of the existing water tube boiler to the new proposed boiler and determine the energy and cost savings for the medical center of the new boiler compared to the existing water tube boiler. All energy saving calculations and Life Cycle Cost Analysis shall be included as part of the design package for all phases. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. The Architect/Engineer shall provide calculations comparing the energy consumption of the existing water tube boiler to the new proposed boiler and determine the energy and cost savings for the medical center of the new boiler compared to the existing water tube boiler. All energy saving calculations and Life Cycle Cost Analysis shall be included as part of the design package for all phases. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan, and the interim life safety measures plan. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C. All local utility coordination and compliance for interconnection agreement(s) and utility incentives shall be included in the design. This shall include any preparation, coordination, and application for any interconnection fees and any rebates from New York State and/or the natural gas utility provider. Also, identify the costs of these interconnection fees if applicable and possible, and verify any impact studies required by the utility, as well as the costs of these studies. The A/E shall consider and incorporate local utility and NYSERDA incentive and rebate program options into the design process. Where applicable, the A/E will directly coordinate the incentive and rebate activities, schedule, and requirements with the Local Utility Incentive Program Coordinator. The project design shall include all stationary source permitting, testing and demonstration requirements necessary for construction and operation as required by the New York State Department Environmental Conservation. Prepare the following air emissions permit applications for review and submittal by VA: NY State Department of Environmental Conservation Air State Facility Permit Modification.  Provide all technical data required to complete the applications so that VA can secure the requisite permits. The A/E shall review the provisions of the medical center s existing New York State Department of Environmental Conservation (DEC) Air State Facility Permit. The A/E shall prepare a fully completed Air State Facility permit modification application for the new boiler using the format stipulated by DEC. The contractor shall furnish all required technical information.   A copy of a previous permit modification application can be provided for reference. The A/E will provide the completed application form for the permit modification to the VA COR.  The VA will review the application for completeness and accuracy.   The A/E will modify the application as directed by VA. Following acceptance of the application by VA, VA will submit the application to DEC and will undertake all necessary further follow-up actions needed to obtain the permit. Industrial Hygienist The Architect/Engineer shall retain the services of a certified industrial hygienist to survey the existing boiler plant to determine the quantities of asbestos-containing material required to be removed. The A/E shall be responsible for developing construction documents and specifications detailing the asbestos abatement required for the project. The architect/engineer shall provide all necessary labor and material to conduct asbestos air monitoring during the asbestos abatement phase of the project. The architect/engineer shall provide a certified industrial hygienist to perform asbestos air monitoring during the asbestos abatement phase of the project. All designs shall conform to NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1 and VA Standards & Criteria. The following must be incorporated into the A/E design: Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design. Recommend various options for the hospital engineers to evaluate. Options should include completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. Provide all necessary site survey work to verify As-Built drawings and field conditions. Provide construction period services and site visits. The A/E shall provide a share point or FTP site that the VA does not have restricted access to for drawing transfer, submittal submission and review during the project. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to field-verify the accuracy of said drawings): Mechanical Electrical Architectural Structural Plumbing Document reviews The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60%, and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. Mylars and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets of Mylars using AutoCAD 2016. The A/E shall provide one (1) set of Mylars drawings to the VA for record plans at the completion of the design. The A/E shall incorporate all of the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA. CONSTRUCTION COST ESTIMATE: Magnitude Range Between $5,000,000 - $10,000,000 PERIOD OF PERFORMANCE: 300 calendar days from award notice issuance date NAICS Code: 541330 SIZE STANDARD: $15.0 Million Additional requirements - All procurement participants must be currently registered in VETBIZ.gov as SDVOSB. (1)      Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the  Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2)      Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3)      Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4)      Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements. a.       The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.   b.       Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. All contractor employees and subcontractors under this contract or order are required to complete the VA's on-line VA Privacy and Information Security Awareness and Rules of Behavior Training   -   TMS Code 10176. Contractors must provide signed certifications of completion to the COTR during each year of the contract.   This requirement is in addition to any other training that may be required of the contractor and subcontractor(s). Metrics and Green Procurement initiatives are to be included. SELECTION CRITERIA The Department of Veterans Affairs shall evaluate each potential contractor in terms of its 1. The scope of the Project: The firm shall demonstrate their understanding of the project and the description of services to be performed in accordance with the SOW and all Attachments. Firms will be evaluated on the ability to demonstrate their understanding of the project scope, complexities of the project, and the general plan for completing the project. 2. Specialized Experience: The firm shall provide up to five relevant projects performed by the team that are similar in scope of this project, with a detailed description of each project. The firm should provide the capabilities and project experience of the key personnel who would be working on this project to better qualify the firm to perform the specific task(s). Firms will be evaluated on past relevant projects of similar scope and complexity completed and the capabilities and project experience of the key personnel that comprises the firm s team, including any subcontractors. 3. Design Schedule: The firm shall provide a project schedule that demonstrates the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. Firms will be evaluated based on the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. 4. Past Performance: The firm shall provide past performance on previous orders, including quality, timeliness, and cost control. This can also include any past performance on projects of a similar nature as this project. Past performance evaluations may also be conducted using information obtained from Contractor Performance Assessment Reporting System (CPARS), and any other sources deemed appropriate by the CO. Firms will be evaluated on their ability to perform the task order successfully. This factor considers the quality of the firm s past performance in carrying out the work of a similar nature with respect to the scope of work for this project. Firms without relevant past performance or for whom past performance information is not available, will not be evaluated favorably or unfavorably with respect to past performance. Past performance information to be evaluated includes quality of the project, timeliness of performance, including adherence to contract schedules and timely submission or performance of submittals, and cost control. 5. Capacity: Provide a listing of current Task Orders, the Period of Performance for those Task Orders, and the impact these projects have on this project. Firms will be evaluated based on their current workload and ability to meeting the schedule for the project. The complexity of the current projects being performed by the firm will also be taken into consideration, in relation to this project. 6. Location: The firm is located in the general geographical area of the project and knowledge of the locality of the project. Firms will be evaluated on their location in proximity to the project location 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. SUBMISSION REQUIREMENTS Qualified Service-Disabled-Veteran-Owned-Small-Business firms are required to submit SF330 with following requirements: Two (2) Compact Disc (CD) of SF330 shall be submitted no later than 2:00 PM, EST on June 7, 2017. All submittals should be sent to the attention of Vladimir Stoyanov (NCO2), James J. Peters VA Medical Center, 130 W. Kingsbridge Road, Room 9B-67, Bronx, NY 10468-3904. Each copy is to be PROJECT SPECIFIC, must NOT exceed 30 pages and MUST have a minimal of three (3) references; any of the following evaluations are acceptable: Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion. The submission must include an insert detailing the following information: Dun & Bradstreet Number; Tax ID Number; The e-mail address and phone number of the Primary Point of Contact and; A copy of the firms CVE verification as a Veteran Owned Small Business. The Contracting Officer is not responsible for not receiving submissions due to the offeror misaddressing the package or illegibility of the information. NOTE: Any request for assistance with submission or other procedural matters shall be submitted via email only (Vladimir.Stoyanov@va.gov ); telephone inquiries will not be honored. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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. ATTACHMENT 1 - PAST PERFORMANCE QUESTIONAIRE AND COVER LETTER Complete one set of letters and forms for at least three projects identified in your firm s SF 330 Section F, Example Projects Which Best Illustrate Proposed Team s Qualifications For This Contract. Additional space or blank sheets may be added to answer any question. Transmittal Letter to Accompany Past Performance Questionnaire FROM: [Insert Company Official Name, Title, and Company Name] SUBJECT: Past Performance Questionnaire for Contract(s): [Insert Company Name] is currently responding to VA New Jersey Healthcare System, Lyons Campus request for SF 330, Architect-Engineer Qualifications for the Plumbing and Mechanical System Study. This Request for SF 330 s requires respondents to identify customers and solicit their response regarding [Insert Company Name] performance. [Insert Company Name] is providing past performance data to James J. Peters VA Medical Center relating to our performance on contract [Insert contract name/number] and have identified [Insert name of reference] as the point of contact for this contract. The request for SF 330 instructs that respondents provide customers with the attached questionnaire. Please complete the questionnaire and submit it by 3:00 PM, EST on Wednesday, June 7, 2017, directly to the VISN 2/Network Contracting Office (NCO) Contract Specialist. The requested data may be submitted by mail or email to the government representative identified below. If the Past Performance Questionnaire is emailed, DO NOT send a hard copy via mail: Vladimir Stoyanov Contracting Officer VISN 2 Networking Contracting Office (NCO2) Email: Vladimir.Stoyanov@va.gov The information contained in the completed Past Performance Questionnaire is considered sensitive and cannot be released to [Insert Company Name]. Please direct any questions about the acquisition or the attached questionnaire to the VISN 2 NCO point of contact identified above. Thank you, [Insert Company Official Name and Title] A. GENERAL INFORMATION A-E FIRM TO BE EVALUATED: Firm Name: ________________________ Telephone: ____________________________ Address: __________________________ Email address: _________________________ __________________________ Point of Contact: _______________________ __________________________ __________________________ Firm Cage Code: ____________________ Firm Tax ID Number: ________________ Firm DUNS Number: ________________ Project Title: _____________________________________ Description of Project: ___________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Description of A-E Firms Responsibilities:_____________________________________________________________________________________________________________________________________________________________________________________________________________________________ Contract Number: ______________________ Dollar Amount: ________________________ Contract Period of Performance: _______________________ The A-E Firm performed as the o Prime Contractor o Sub-Contractor/Consultant/Team Member Percent of work performed by A-E Firm: Other (Please describe) _________________ B. EVALUATOR INFORMATION: Evaluator s Company or Agency Name: ____________________________ Evaluator s Name: _____________________ Address: __________________________ Title of Evaluator: _____________________ __________________________ Telephone: __________________________ __________________________ E-mail: ______________________________ C. SEND COMPLETED QUESTIONAIRE (SECTIONS B through D)TO: Vladimir Stoyanov Contracting Officer VISN 2 Networking Contracting Office (NCO2) Email: Vladimir.Stoyanov@va.gov D. PERFORMANCE INFORMATION: Choose the appropriate rating that most accurately describes the A/E s performance or situation. PLEASE PROVIDE A NARRATIVE EXPLANATION FOR ALL RATINGS OF Marginal or Unsatisfactory on the next page(s) under Narrative Summary. Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A -Performance meets or met contractual requirements and exceeds or exceeded many of your company s expectations The contractual performance reflects or reflected few minor problems and corrective actions taken by the contractor appear to be highly effective or corrective actions taken were effective. -Performance meets or met contractual requirements and exceeds or exceeded some of your company s expectations. The contractual performance reflects or reflected some minor problems and corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance meets or met contractual requirements. The contractual performance reflects or reflected some minor problems. Corrective actions being taken by the contractor appear to be effective or Corrective actions taken were effective. -Performance does or did not meet some contractual requirements. The contractual performance reflects or reflected serious problems(s) for which the contractor has not yet identified acceptable corrective actions or did not provide acceptable corrective actions. -Performance does or did not meet most contractual requirements and recovery is not likely or did not occur. The contractual performance contains or contained serious problem (s) for which the contractor s corrective actions appear ineffective or were ineffective. -Not applicable or rater has not observed performance in this area. A-E FIRM S NAME: _______________ PROJECT NAME: _______________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. Place an X in the appropriate column using the definitions matrix on the next page(s). Item FACTORS TO BE RATED Exceptional (5) Very Good (4) Satisfactory (3) Marginal (2) Unsatisfactory (1) N/A Design Services: 1. Overall skill level and technical competence of A/E s personnel. 2. A/E s ability to identify and resolve design issues expeditiously. 3. A/E s responsiveness to design review questions. 4. A/E s ability to effectively coordinate, integrate and manage their consultants/subcontractors/team 5. A/E s effectiveness and responsiveness in interfacing with the Client s staff 6. Overall accuracy, completeness, and coordination of final design documents. (Quality) 7. A/E s ability to provide detailed, accurate cost estimates. 8. A/E s ability to meet contract schedule. Follow-On Construction Support Services: 9. Thoroughness and timely review of construction submittals. 10. Timely resolution of construction design issues. 11. Overall quality, responsiveness, and timeliness of A/E follow-on construction support services. LEED (If Applicable): 12. Overall accuracy, completeness, timeliness, and coordination of LEED documentation. 13. A/E s ability and understanding of the overall LEED process. BIM (If Applicable): 14. Overall accuracy, completeness, timeliness, and coordination of BIM documentation. 15. A/E s ability and understanding of the overall BIM process. Owner s Representative on Design/Build Projects (If applicable): 16. Overall accuracy, completeness, timeliness, and coordination of requirements documents and bridging documents. 17. A/E s ability, thoroughness, timeliness, and support as Owner s Representative throughout the project. Overall: 18. How would you rate the A/E s ability to control cost? 19. How would you rate the A/E s overall management performance on this contract? 20. How would you rate the A/E s overall technical/quality performance on this contract? 21. Would you use this A/E again? (If No, please comment in the Narrative Summary) YES NO Number of A/E Design Errors & Omissions on Project: _______________ Increased Project Cost Due to A/E Design Errors & Omissions:_______________ CONTRACTOR S NAME: ___________________ PROJECT NAME ______________________ Contract Period of Performance: _______________________ Note: Include this information on each page of the questionnaire form to ensure there is no mix up in information among contracts surveyed for respective primes/subs, etc. NARRATIVE SUMMARY (Use this section to explain any rating from the previous page) Item COMMENTS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0546/listing.html)
 
Document(s)
Attachment
 
File Name: VA242-17-N-0546 VA242-17-N-0546.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3469070&FileName=VA242-17-N-0546-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3469070&FileName=VA242-17-N-0546-001.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 New York Harbor Healthcare System;Brooklyn Campus;800 Poly Place;Brooklyn;New York
Zip Code: 11209-7104
 
Record
SN04497243-W 20170506/170505000340-3444bcd55b7e83afbde2a4975072c84a (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.