SOLICITATION NOTICE
C -- 558-22-155 Replace MRI 1.5T In Building 1
- Notice Date
- 1/12/2024 7:06:40 AM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24624R0036
- Response Due
- 2/12/2024 2:00:00 PM
- Archive Date
- 05/21/2024
- Point of Contact
- Vangie T. Miller, Contracting Officer, Phone: 757-315-3999
- E-Mail Address
-
vangie.miller@va.gov
(vangie.miller@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 14 of 14 Page 1 of This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (Jan 2023) (Deviation) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT- ENGINEER QUALIFICATION PACKAGES ONLY. PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A-E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A-E services will be procured under a negotiated Firm-Fixed Price contract. GENERAL INFORMATION: The Department of Veterans Affairs, Durham Veterans Administration Health Care System, is seeking sources and intends to award a firm fixed-price contract for Architect-Engineering (A-E) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project # 558-22-155, Replace MRI 1.5T In Building 1 located at 508 Fulton Street, Durham, North Carolina 27705. The A-E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. Potential contractors must be registered in SAM (www.sam.gov) and visible/certified in the SBA certification database at https://veterans.certify.sba.gov/ at time of submission of their qualifications in order to be considered for an award. As a prospective offeror for this Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside, you are verifying your company meets the status requirements of a SDVOSB concern as established by VAAR 852.219-73. Pursuant to 38 U.S.C. 8127(l)(2), all interested firms are required to submit the certification at VAAR 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (Jan 2023) (Deviation) with their qualification package. The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award. Point of Contact: Vangie Miller, Contracting Officer Email: Vangie.Miller@va.gov PROJECT INFORMATION: Project No. 558-22-155 Project Title: A-E: Replace MRI 1.5T Durham VA Health Care System 508 Fulton Street Durham, NC 27705 The NAICS Code for this procurement is 541310, Architectural Services, and the applicable Small Business Size Standard is $12.5 million annual revenue. The projected award date for the anticipated A-E contract is on or about May 23, 2024. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $500,000 and $1,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK: SCOPE OF WORK Provide professional engineering services to include phasing recommendations, investigative surveys and reports, planning, consultation and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates and provision of construction period services as necessary for all demolition, construction, inspection, testing and certification for all mechanical, electrical, and plumbing components for project 558-22-155 Replace MRI 1.5T in MRI center of Building 1 at the Durham VA Health Care System, Durham, NC. The intent of this project is to provide a replacement for the MRI equipment while evaluating the space to ensure the Medical Center remains capable of providing efficient service to the Medical Center. Ensure shielding is adequate, and verify the structure is sound for removal of walls and provide preventative measures for floods. After modernization options are developed, the A/E shall work in conjunction with VAMC Staff and interested Agencies to determine the best options, then design and prepare construction documents for the mechanical, electrical, instrument & control, structural and other applicable components of this Project. The design shall include the desired future condition and allow for future construction of components without significant effect to the constructed components. The design process shall also provide a prioritization of the individual components. Location of Work: This project location is in building #1. Codes and Standards: This project will meet but is not limited to the following most recent codes and standards. All Federal and local codes including: NFPA 101, 92B, 92, 96, 72, 13, 241, and 90a National Electric Code (NEC) Life Safety Codes VA Design TIL Other applicable codes related to hospital MRI locations. VA Numbered Standards for Construction: PG-18-1 Master Construction Specifications PG-18-3 Design and Construction Procedures PG-18-4 Standard Details and CAD Standards PG-18-5 Equipment Guide List H-18-8 Seismic Design Handbook PG-18-9 Space Planning Criteria, and VA-Space & Equipment Planning System (VA-SEPS) PG-18-10 Design Manuals (by discipline) Architectural Asbestos Abatement Electrical Fire Protection HVAC systems Structural PG-18-12 Design Guides (graphical, by function) Imaging Services (with Site Visit Report) PG-18-13 Barrier Free Design Standard PG-18-14 Room Finishes, Door, and Hardware Schedule Change Summary PG-18-15 Minimum Requirements for A/E Submissions PG-18-17 Environmental Planning Guidance D-7545 Cultural Resource Management H-7545 Cultural Resource Management Procedures Office of Construction & Facilities Management - Architect/Engineer Information: National CAD Standard, VHA Application Guide VA BIM Standard v2.2 Drawing Deliverable Requirements (DDR) Architect-Engineering Services: The project design shall be completed in accordance with this A/E scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The A/E shall retrieve all VA design information and standards from the VA Facilities Web Site Technical Information Library (TIL) - Office of Construction & Facilities Management (va.gov). These documents and all national, state, and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The A/E shall use as applicable, for planning and design purposes, the VA Numbered Standards for Construction listed under SCOPE OF WORK Codes and Standards above. Code Analysis - As part of the design the A/E will provide a detailed code analysis (per applicable codes) and comprehensive review of existing conditions for the MRI in building 1. This will include but is not limited to analysis of the building function and occupancy to determine a recommended ventilation requirement. Design Scope A full design will be created by the A/E based, in part, on the deficiencies found in the code analysis. The A/E will provide a design of a code compliant ventilation and cooling system which will include but is not limited to: Determination and calculation of the heating, ventilation and cooling loads. Full consideration of the sequence of operations of the existing refrigerant detection and ventilation systems. A NFPA 92 designed smoke control system with calculations and test procedures. Ensure coordination with existing building HVAC and BAS systems is provided per NFPA 90a and discussions with VA personnel. NESHAP and abatement plan for the affected locations for the MRI. Radiology Shielding requirements. Design: Provide design documents with working drawings, specifications, and cost estimate at 30%, 65%, 95%, and 100% design and Final stages Design Deliverables: Design Report (included in Part I submission): Prior to the initiation of any detailed design, the A/E shall, in conjunction with representatives of the Engineering Department, review documentation, conduct department interviews and tour project areas. Next the A/E will develop various alternatives, which will be presented to the Engineering Department for selection with Rough Order of Magnitude (ROM) construction estimates. Part I - 30% Submission: The requirements are working drawings at the 30% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 3 full size set of drawings (22 x 34 ) on bond paper, 4 half size set of drawings (11 x 17 ) on bond paper, 2 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications (.docx and .pdf) on a CD ROM. Part II - 65% Submission: The requirements are working drawings at the 65% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 2 full size set of drawings (22 x 34 ) on bond paper, 4 half size set of drawings (11 x 17 ) on bond paper, 4 copy of the marked-up specifications, 2 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part III - 95% Submission: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, and finalized specifications. Submit 3 full size set of drawings (22 x 34 ) on bond paper, 4 half size set of drawings (11 x 17 ) on bond paper, 4 copies of the marked-up specifications the updated construction cost estimate, the submittal register, Narrative for the Invitation for Bid (Provide the brief description of work for inclusion in the IFB, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part IV - 100% Submission: Provide 3 full size set of drawings (22 x 34 ) on bond paper, 4 sets of half size drawings (11 x 17 ) on bond paper, 2 bound sets of specifications, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part V - Final Submission: Provide 2 set of drawings (30 x42 ) on bond paper, 4 sets of half size drawings on bond paper, a bound set of specifications, a set of unbound specifications, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Additionally provide: Narrative for the Invitation for Bid (IFB): Provide the brief description of work for inclusion in IFB. Provide 2 copies. Engineering Calculations: Provide analysis including Engineering Calculations. Provide 2 copies. Justifications: Provide justification statements for any sole source items and any Or-equal items included in the design. Provide 2 copies. The design deliverables must adhere to the following requirements: Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include Part 1-General, Part 2-Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 ½ x 11 bond paper using 12pt Times-New-Roman fonts. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions. Construction Cost Estimates: The A/E shall prepare Construction Cost Estimates in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, overhead, and profit. All cost data shall be taken from the most current version of a recognized industry standard, e.g., Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with 65%, 95% and 100% design reviews and for the Final submission. Provide 2 copies with each submission. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder. Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification. This submittal register should be submitted to the COR for approval in Microsoft Excel using the CSI 34-division format. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. Submittal Register shall be submitted with 95% and 100% design reviews and for the Final submission. Provide 2 copies with each submission. Narratives: Written narratives shall be included as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission. Provide 2 copies with each submission. Reproduction: The A/E shall be responsible for all reproduction during design; however, only materials which are submitted to the VA for design reviews shall be reimbursable. All other reproduction for in-house reviews, consultants, etc. shall not be reimbursed. Note that all bid administration activities will be performed by the VA Contracting office. Submission Due Dates: Part I - 30% Submission Due: 30 Days from NTP VA Review 15 Days from NTP Part II - 65% Submission Due: 60 Days from NTP VA Review 75 Days from NTP Part III - 95% Submission Due: 100 Days from NTP VA Review 115 Days from NTP Part IV - 100% Documents Due: 130 Days from NTP VA Review 145 Days from NTP Part V - Final Documents due: 150 Days from NTP VA Review 165 Days from NTP Note: The VA will have 15 calendar days to review each submission 30%, 65%, 95%, 100% and Final. Construction - Provide construction period services which shall include submittal review and as-built preparation. Bidder Site Visit: Participate and facilitate this site visit in conjunction with the Contracting Officer and COR, contractors, and representatives of the Building Committee as needed. At this meeting, potential contractors will walk the site limits to discuss the scope of work. The AE shall also be required to evaluate RFI s resulting from the Bidder Site Visit, in order to clarify project requirements. Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer and COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a construction schedule submitted within 14 calendar days from the Notice to Proceed. Submittal Review and Logs: Designer shall prepare and maintain a log of key submittals and of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 5 working days to the COR. Designer is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. Response to RFI s: The A/E shall be responsible for evaluating RFI s to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 48 hours, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFI s which result in a change to contract cost. Construction Change Orders: Designer shall prepare the Statement of Work and Cost estimates (returned within 10 calendar days) and track the total cost and changes to the project. Monthly Site Inspections: Designer shall meet monthly with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. Monthly Progress Meetings: In conjunction with the monthly site inspection, the designer shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Minutes of this meeting shall be issued within 3 working days of the meeting. Final Acceptance Testing: The design team shall provide an engineer that will conduct final acceptance testing of the ventilation and cooling systems that were designed and installed during this project. The engineer will provide a detailed acceptance test report upon project completion. The engineer will coordinate all testing with the Durham VAMC and the AHJ. Project Close Out: Designer shall receive notice of intent for final inspection from the COR, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, the designer shall issue a punch list. Contract documents shall specify that the contractor has 15 calendar days to complete the punch list and notify the designer for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Record Drawing Submission: Provide 2 updated sets of drawings (22 x34 ) on bond marked as As-built Drawings that include the contractor s mark-ups and an electronic copy of the drawings (.pdf and AutoCAD) on a CD-ROM. Construction Amount: The magnitude of construction is predicted to be between $500,000 and $1,000,000. If the base bid cost exceeds budget, the A/E shall redesign or take steps necessary to reduce cost, so the budget limitations are not exceeded. Period of Performance: Design completion: 165 calendar days; includes VA design reviews. Procurement timeframe: 180 days from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process. Construction period services: 365 calendar days from construction award date Total contract period: 710 calendar days Release of Claims: Prior to the final payment under each delivery order issued under this contract or prior to settlement upon termination of the delivery order, and as a condition precedent thereto, the A/E shall execute and deliver to the Contracting Officer a release of all claims against the Government arising under or by virtue of this contract, other than such claims, if any, as may be specifically excepted by the A/E from the operation of the release in stated amounts to be set forth therein. Project Area END OF SCOPE OF WORK A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Selection Criterion 1, Specialized Experience and Technical Competence Specialized experience and technical competence in the design of medical facility communication systems in medical facility buildings of similar size (5+ story hospital) and components as may be necessary to achieve project goals. The evaluation may consider other elements such as project phasing to maintain hospital operations during construction, quality control procedures, and familiarity with VA Design Guides/Manuals, Master Specifications, and other applicable standards. These areas shall be addressed in section H of the SF 330. Additionally, prior experience of the prime and key subcontractors working together on relevant projects, as indicated in section G, will be considered in the evaluation. Offeror shall provide a minimum of 3 (three) but no more than 5 (five) recent and relevant projects to demonstrate its specialized experience and technical competence. ""Relevant"" is defined as those task requirements identified in the RFQ's Scope of Work. ""Recent"" is define as services provided within the past 5 (five) years. Each project shall include the following: Project title, location, and detailed narrative describing the scope of services provided, including the type of work performed by the offeror and its role in the project, i.e., prime contract, Teaming Partner, or subcontractor. Project Owner, owner's point of contact, including telephone number and email address. Services & Deliverables provided under the contract/task order. Period of Performance, including start and completion dates Total dollar value of the project. Selection Criterion 2, Professional Qualifications The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architectural, Civil, Structural, Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ______, [company] _______ certify that the team proposed to perform under this requirements demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. Criterion 3, Capacity The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. Provide a draft schedule IAW the 242-calendar day period of performance required for this project. Criterion 4, Past Performance On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please utilize the attached PPQ document, if needed. CPARS data and PPQs do not count toward the page limitation. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Note: We recommend you contact every reference listed and let them know we may contact them for information. Their timely replies would be appreciated. Criterion 5, Knowledge of Locality Include specific knowledge of certain local conditions or project site features, such as geological features, climatic conditions, local construction methods, construction firms, and trades labor availability, and local laws and regulations. Criterion 6, Construction Period Services Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. Secondary Selection Criterion*: Geographic location. Location of the firm, as measured by the driving distance (miles) between the Offeror s principal business location and Durham North Carolina VA Health Care System 508 Fulton St. Durham, NC 27705 Determination of the mileage will be based on Google Maps (https://www.google.com/maps/dir/ ). Note* The secondary selection criterion is used as a tiebreaker, if necessary, in ranking the most highly qualified firms following the completion of discussions. The secondary selection criterion will not be applied when determining a firm s SF 330 submission Highly Qualified or Not Highly Qualified. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and ""NM"" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Specialized Experience and Technical Competence Professional Qualifications Capacity 4. Past Performance Knowledge of Locality Construction Period Services Geographic location PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use Part IH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS: 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Vangie.Miller@va.gov no later than 5:00 P.M. Eastern Daylight Time on February 12, 2024. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, #36C24624R0036 Replace MRI 1.5T, Project # 558-22-155 (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) Unique Entity Identifier (UEI) Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, large, etc.). 6) A copy of the completed VAAR Clause 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. (NOTE: The Government will not consider submissions from firms that do not provide the signed certification, and all such responses will be deemed ineligible for evaluation and award.) The firm and or A-E on staff representing the project must f...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/daea94950f4444b29ec7122b85463fe1/view)
- Place of Performance
- Address: Durham VA Health Care System (DVAHCS) Building 1 508 Fulton Street, Durham 27705
- Zip Code: 27705
- Zip Code: 27705
- Record
- SN06934521-F 20240114/240112230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |