Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2024 SAM #8088
SPECIAL NOTICE

C -- 590-24-555 Replace Fire Alarm (VA-24-00017633)

Notice Date
1/17/2024 5:28:45 AM
 
Notice Type
Special Notice
 
NAICS
541310 — Architectural Services
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q0223
 
Response Due
2/16/2024 12:00:00 PM
 
Archive Date
05/25/2024
 
Point of Contact
Robby Ragos, Contracting Officer
 
E-Mail Address
Robert.Ragos@va.gov
(Robert.Ragos@va.gov)
 
Awardee
null
 
Description
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 Verified Service-Disabled Veteran-Owned Small Businesses (JAN 2023)(DEVIATION). 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, Hampton Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) firm to design a campus wide fire alarm system to replace the existing obsolete system, including all networked and monitored fire system components (for example: smoke detectors, tamper switches, relays, etc.) The system designed shall be networked, have a central fire alarm control panel in police dispatch, with a secondary main/central fire alarm control panel in the Safety Office, remote or automatic call out capability, and be scalable to add new buildings. Project #590-24-555, Replace Fire Alarm System located at 100 Emancipation Dr, Hampton, Virginia 23667. 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 SBA Veteran Small Business Certification (https://veterans.certify.sba.gov/) at 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 a SDVOSB concern as established by VAAR 852.219-73. NOTE - Offerors are referred to 852.219-73(d)(1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. To assure compliance with this clause, all firms submitting a SF330 for this Special Notice are required to indicate what percentage of the cost of contract performance will be expended by the concerns employees and in which discipline(s) and percentage of cost of contract performance to be expended (and in what disciplines) by any other subcontracted or otherwise used small or large business entity(s). Any subcontracted or otherwise business entity(s) used must be identified by name, office location and size/type of business (i.e., SDVOSB, VOSB, 8(a), large, etc.). All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. The current version of the SF330 can be downloaded through the GSA Forms Library. The web address is http://www.gsa.gov/portal/forms/type/TOP. Scroll down and click on the hyperlink entitled Architect-Engineer Qualifications. Point of Contact: Robby Ragos, Contracting Officer Email: Robert.Ragos@va.gov PROJECT INFORMATION: Project No. 590-24-555 Project Title: Replace Fire Alarm System Hampton VA Medical Center 100 Emancipation Dr Hampton, Virginia 23667 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 before April 1, 2024. The anticipated period of performance for completion of design is 490 calendar days after Notice to Proceed (NTP). The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $5,000,000 and $10,000,000. The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (AE) 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: The Architect/Engineer shall make a thorough investigation of the existing site to include identification of panel locations, conduit runs, and wall penetrations as well as alarm and supporting electrical circuit paths. Existing conditions shall be determined by verifying information from field investigations and any documentation that may be available. A survey shall be conducted to obtain sufficient information to permit designers to develop a detailed cost estimate and schematics. The entire Veterans Affairs drawing files will be made available and accessible along with reproduction materials, but the A/E shall provide the manpower to reproduce prints. AutoCAD drawings may also be available for use contingent they are existing. The information provided is the best available, but the Government does not guarantee its accuracy or completeness. The A/E investigation of field conditions shall be performed in a competent, professional manner in accordance with Architectural Design Manual PG 18-10. Site utility locations will be verified by the A/E (VA staff will not mark utilities but will assist with locating if workload permits). Hazardous materials investigations. All areas affected by construction will receive a thorough investigation for hazardous materials. A certified industrial hygienist will be retained by the designer to complete all site investigations and testing. The VA will make available existing records. If destructive testing is required, access holes will be provided by the VA as directed by the IH. The designer shall provide removal/containment documents and cost estimate. Provide air monitoring services during construction Provide bound specifications and 100% construction drawings with all xref s bound. Construction documents will be required to be furnished in hard copy, electronic .dwg files (AutoCAD 2022 or most current at the time of final design submission) and electronic .pdf files. All AutoCAD drawings (including subcontractors) shall be in an organized drawing file system using its Project Browser/Navigator . The A/E shall include in his design any environmental permits (i.e. VPDES) and ensure proper erosion control measures are also included in the contract documents for construction. Cost estimates detailing quantities of materials, labor, profit, overhead, insurance, taxes, etc. in the format found at https://www.cfm.va.gov/til/ae/CostEstimatingManual.pdf. Life safety and infection control are to be taken into account during all phases of design. Final construction documents will detail measures to be taken by the contractor to assure life safety and infection control. A preconstruction risk assessment will be completed and included in project submissions. Plans for phasing construction to minimize impact on the medical center will be incorporated into the construction documents. Plan construction to include impacts on the medical center such as relocating patient and staff equipment, providing temporary barriers, providing temporary utilities, temporary means of entrance and egress (i.e., ramps, steps, automatic door operators, push plates, sensors, etc.), minimizing impact on vehicle traffic, patient flow, etc. 3 of 8 All design submissions will be submitted in accordance with the Program Guide PG 1815, Volume C, for Minor and NRM projects. These submission requirements may be found at the following web site https://www.cfm.va.gov/til/aeDesSubReq.asp. Other applicable program guides can be found at https://www.cfm.va.gov/til/dGuide.asp. Provide construction period services to include shop drawings review, site inspections, and RFI response. ESTIMATED START AND COMPLETION DATES: The Government has determined that based on the scope of the project, the location of the work to be performed, and phasing requirements, a performance period of four hundred and ninety (490) calendar days after receipt of the Notice to Proceed (NTP) is sufficient. Tasks/Submissions Schedule Completion Date - Calendar Days after NTP Initial Project Design Team (PDT) Meeting 10 Schematic submission (90 days) 100 VA Review Period (30 days) 130 25% percent design documents (90 days) 220 VA Review Period (30 days) 250 50% percent design documents (90 days) 340 VA Review Period (30 days) 370 95% percent design documents (60 days) 430 VA Review Period (30 days) 460 100% design Documents (30 days) 490 Design completion: 490 calendar days; VA design reviews Procurement timeframe: Six (6) months 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: 400 calendar days from construction award date Total contract period: 1,072 calendar days EXPECTATIONS: Submit complete review package in accordance with the following requirements and guidelines outlined in http://www.cfm.va.gov/contract/aeDesSubReq.asp. Please pay specific attention to the schematic, design, and construction submission requirements. As appropriate depending upon the complexity of the design, the A/E may elect to delete individual submissions where not required (i.e., Do not address A. Site Development, Landscaping for interior renovation projects). DELIVER ONE (1) DISC AND HARD COPIES PER SUBMISSION; DRAWINGS SHALL BE ARCH E1 (30 in x 42 in landscape; 1 ea.) AND ARCH C (18 in x 24 in landscape; 3 ea.): Schematic Submission (SS) 15%: Provide narratives/analysis Provide required layout plans, floor plans and drawings Calculations Develop phasing plans Preliminary cost estimate Complete applicable SS Checklists Design Development (DD1) 25%: Address all comments from the Schematic Submission review. 5 of 8 Identify all design calculations. Identify all existing utilities and utility requirements Updated cost estimate Initiate applicable DD Checklist requirements Design Development (DD2) 50%: Address all comments from the previous Submission review Updated cost estimate Complete remaining DD Checklist requirements Design Development (CD) 95%: Address all comments from the previous Submission review Design all finishes Finalize required submittals Updated cost estimate Complete applicable CD Checklist Contract Documents (Bid documents): Submit a complete document package of all contract requirements. The Cover Page shall be submitted for approval signatures. If necessary, update and submit until approved by the VA. Final cost estimate Consolidate all necessary submittals by specification section on an Excel spreadsheet. Checklist to be utilized to track/monitor submittal process. -Construction Period Services- PROVIDE: Assist the VA to determine whether the contractor or subcontractor meets qualification requirements, supported by written recommendations of any problems or litigation encountered in past based on firsthand knowledge. Review all submittals and provide recommendations to the VA within fourteen (14) calendar days upon request. Review and provide replies to contractor generated RFIs when required by the Project Manager/COR within seven (7) calendar days. Review contractor's cost estimates and provide recommendations to the VA. Make site visits on requests of the VA and prepare written reports to include agreed upon changes in design as determined necessary during the construction. 6 of 8 Visits made based on errors and omissions in design will be at no cost to the VA. Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. The punch list shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.) Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction. Transpose contractor s as-builts to AutoCAD (.dwg) and provide a set of updated as-builts on CD within 30 days to the Project Engineer. Final drawing submittal will include hard copies as described for other submissions as well as a CD clearly labeled with the project name, number and submittal date containing: 1. Folder labeled bid documents a. All specifications bound in one (1) word document (make sure spec sections are separated by page breaks and that new sections start on right hand page) b. All drawing sheets in one .pdf file. 2. Folder labeled DWG s with subfolders containing engineering disciplines (Architectural, MEP, Structural, Civil, etc.) which includes the .arj file (for every discipline) to launch and organize the drawing file system and make all drawings the current project inside of AutoCAD. 3. Folder labeled PDF sheets containing separate .pdf documents for each discipline. 4. Folder labeled cost estimate containing a copy of the final construction cost estimate documents. 5. Folder labeled calculations containing final calculation documents. 6. Folder labeled specifications with a word document for each spec section. 7. Folder labeled misc for IH reports, materials testing, VPDES permit, soils tests, sustainability checklist, etc. 8. Upon construction completion, red line drawings will be furnished to the A/E to prepare as built drawings. Final as built drawings will be furnished as master building drawings in a project manager format prescribed by the VA. The A/E shall review and approve all specified equipment and installation submittals and shop drawings. The A/E shall attend the pre-construction conference to review and confirm project scope. During construction, the A/E shall allow one (1) pre-construction conference, three (3) intermediate inspections and one (1) final inspection as directed and scheduled by the COR. 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. Interviews may be conducted. 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: Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable projects within the past five years in which the construction has been completed. Do the qualifications indicate that the project team has recent direct experience on projects designing similar improvements to those proposed at Hampton VAMC? Is the architect/engineer providing a team where each member has more than 5 years of experience? Specialized experience and technical competence in fire protection engineering and modernizing fire alarm systems and components. Does the architect/engineer provide evidence of understanding of the project; and any unique architectural/engineering aspects associated with the proposed project and how to address them? Capacity to accomplish the work in the required time. Does the proposed design team have sufficient capacity to work on this project? Has the firm demonstrated an ability to meet design schedules in the past and their record of working together as a team? Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Does the proposed architect/engineer have past performance with ratings satisfactory and above while working on hospital projects? Does the architect/engineer have a reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Construction Period Services experience What evidence do the qualifications provide as to the architect/engineer s commitment to proactive and consistent representation during construction specifically answering RFIs, reviewing submittals and periodic site visits? Location in the general geographical area of the project and knowledge of the locality of the project. Is the project team within 500 miles and able to respond within 2 hours either physically, by email or phone? Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Selection Criteria Professional qualifications necessary for satisfactory performance of required services showing recent experience of the project team with comparable hospital projects within the past five years in which the construction has been completed. Each resume shall include a minimum of two (2) completed projects through construction. Each must be professionally registered in their discipline. The projects listed in block 19 Relevant Projects must have a Construction Completed year of 2018 through 2023 to be considered. Specialized experience and technical competence in the type of work required, specifically the renovation of hospital Sterile Processing Services (SPS) and/or Logistics project requirements. Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules in a hospital setting. 4. This factor evaluates the ability of the firm, given their current projected workload (percentage) and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. The architect/engineer shall provide documentation of the extent to which potential offerors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. 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. Record of significant claims against the firm because of improper or incomplete architectural and engineering services. PLEASE NOTE: The AE 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 AE 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 AE 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 to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses As prescribed in 819.7011, insert the following clause: VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) (a) Definition. for the Department of Veterans Affairs, Service-disabled Veteran-owned small business concern or SDVOSB : (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 (see VAAR802.101, Surviving Spouse definition); (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; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is listed in VA's Vendor Information Pages (VIP) database at https://www.vetbiz.va.gov/vip/; and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR parts 121 and 125, provided that any reference therein to a service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to apply to a VA verified and VIP-listed SDVOSB, unless otherwise stated in this clause. (2) The term 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). (3) The term small business concern has the meaning given that term under section 3 of the Small Business Act (15 U.S.C. 632). (4) The term small business concern owned and controlled by Veterans with service-connected disabilities has the meaning given the term small business concern owned and controlled by service-disabled veterans  under section 3(q)(2) of the Small Business Act (15 U.S.C. 632(q)(2)), except that for a VA contract the firm must be listed in the VIP database (see paragraph (a)(1)(iv) of this clause). (b) General. (1) Offers are solicited only from VIP-listed SDVOSBs. Offers received from entities that are not VIP-listed SDVOSBs at the time of offer shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed SDVOSB who is eligible at the time of submission of offer(s) and at the time of award. (3) The requirements in this clause apply to any contract, order, or subcontract where the firm receives a benefit or preference from its designation as an SDVOSB, including set-asides, sole source awards, and evaluation preferences. (c) Representation. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible to receive award of a resulting contract. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. (d) Agreement. When awarded a contract action, including orders under multiple-award contracts, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and part 125, including the non-manufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406(b) and 13 CFR 125.6. Unless otherwise stated in this clause, a requirement in 13 CFR parts 121 and 125 that applies to an SDVO SBC, is to be construed to also apply to a VIP-listed SDVOSB. For the purpose of limitations on subcontracting, only VIP-listed SDVOSBs (including independent contractors) shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An otherwise eligible firm further agrees to comply with the required certification requirements in this solicitation (see 852.219-75 or 852.219-76 as applicable). These requirements are summarized as follows: (1) Services. In the case of a contract for services (except construction), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance to firms that are not VIP-listed SDVOSBs (excluding direct costs to the extent they are not the principal purpose of the acquisition and the SDVOSB/VOSB does not provide the service, such as airline travel, cloud computing services, or mass media purchases). When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract (2) Supplies/products. (i) In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), the SDVOSB prime contractor will not pay more than 50% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. When a contract includes both supply and services, the 50 percent limitation shall apply only to the supply portion of the contract. (ii) In the case of a contract for supplies from a non-manufacturer, the SDVOSB prime contractor will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) has been granted. Refer to 13 CRF 125.6(a)(2)(ii) for guidance pertaining to multiple item procurements. (3) General construction. In the case of a contract for general construction, the SDVOSB prime contractor will not pay more than 85% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, to firms that are not VIP-listed SDVOSBs. (4) Special trade construction contractors. In the case of a contract for special trade contractors, no more than 75% of the amount paid by the government to the prime for contract performance, excluding the cost of materials, may be paid to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. An SDVOSB must meet the NAICS size standard assigned by the prime contractor and be listed in VIP to count as similarly situated. Any work that a first tier VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, the cost of materials is excluded and not considered to be subcontracted. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the portion of the contract with the preponderance of the expenditure upon which the assigned NAICS is based. For information and more specific requirements, refer to 13 CFR 125.6. (e) Required limitations on subcontracting compliance measurement period. An SDVOSB shall comply with the limitations on subcontracting as follows: [Contracting Officer check as appropriate.] __By the end of the base term of the contract or order, and then by the end of each subsequent option period; or __By the end of the performance period for each order issued under the contract. (f) Joint ventures. A joint venture may be considered eligible as an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any requirement therein that applies to an SDVO SBC is to be construed to apply to a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (g) Precedence. The VA Veterans First Contracting Program, as defined in VAAR 802.101, subpart 819.70, and this clause, takes precedence over any inconsistencies between the requirements of the SBA Program for SDVO SBCs, and the VA Veterans First Contracting Program. (h) Misrepresentation. Pursuant to 38 U.S.C. 8127(g), any business concern, including all its principals, that is determined by VA to have willfully and intentionally misrepresented a company's SDVOSB status is subject to debarment from contracting with the Department for a period of not less than five years (see VAAR 809.406-2 Causes for Debarment). 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 Robert.Ragos@va.gov no later than 3:00 p.m. Eastern Daylight Time on February 16, 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 Specialist. 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, #36C24623Q1031_1 AE Renovate SPS Phase 3, Project #652-23-109 (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES no later than 3:00 p.m. Eastern Daylight Time on February 16, 2024. SF 330, including Parts I and II, and attachments to: Hampton VA Medical Center 100 Emancipation Dr ATTN: Aaron Roberts Hampton, NC 23667
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8d8834dbf33240c98de1b14a0632dcd4/view)
 
Record
SN06936800-F 20240119/240117230039 (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 |
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.