Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2025 SAM #8761
SOLICITATION NOTICE

C -- 657A5-26-103, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), (VA-26-00017944)

Notice Date
11/19/2025 10:20:48 AM
 
Notice Type
Presolicitation
 
NAICS
541310 — Architectural Services
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25526R0029
 
Response Due
12/10/2025 1:00:00 PM
 
Archive Date
12/25/2025
 
Point of Contact
Kevin A Mahoney, Contract Specialist, Phone: 913-684-0141
 
E-Mail Address
Kevin.Mahoney3@va.gov
(Kevin.Mahoney3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Pre-Solicitation Notice: Request for Architectural and Engineer 330 submission Solicitation: 36C25526R0029, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), Project No. 657A5-26-103. CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAM M836.6 implemented in FAR Subpart 36.6. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements. The selection criteria for this acquisition will be in accordance with FAR 36.602-1, evaluation factors are listed below. The completed SF 330 will be evaluated by the Marion VAMC Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Negotiations will be conducted beginning with the most highly qualified firm. 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 most highly rated firm must physically come to the site and review the project before submitting a price proposal and letter of understanding at no cost to the government. The contract is anticipated to be awarded no later than February 23, 2026. Award of any resultant contract is contingent upon the availability of funds. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310, Architectural Services and the small business size standard of $12.5 Million. Award of a Firm Fixed Price contract is anticipated and award time for completion of design of this project is approximately 180 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction period services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: Verification of status of apparently successful offeror this acquisition is 100% set-aside for qualified service-disabled veteran owned small business A/E firm s incompliance with VAAR 852.219-73. Only businesses listed as certified in the SBA certification database at https://veterans.certify.sba.gov/, shall be considered. SYSTEM FOR AWARD MANAGEMENT (SAM.GOV): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM.GOV) database at https://sam.gov/content/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM.GOV prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/content/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: http://www.gsa.gov/portal/forms/download/116486).� Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf format and emailed. Email subject line shall clearly identify Solicitation number: 36C25526R0029 and project name, Renovate Building 42 - Specialty Care Clinic (Old Lab Area), Project No. 657A5-26-103. Responses must be received by 3:00 PM Central on December 10, 2025 via e-mail to the Contracting Officer at maria.hoover@va.gov, and Contact Specialist Kevin.Mahoney3@va.gov. The 330 submissions must be a pdf document and must not exceed 10 MB. The A/E Firm must provide Basic Professional Services as delineated in the Scope of Work. As part of the Basic Professional Services, Marion VAMC Engineering Service expects the following primary A/E disciplines to be included: Supervisory, VPIH, Civil/Structural, Architectural, Mechanical, Plumbing and Electrical, Physical Security and Fire Protection. Interested firms shall be required to respond to additional announcements separately from this announcement without further notice from the Government when posted to the Contract Opportunities website at https://sam.gov. The Contract Opportunities website is the only official site to obtain these documents. Additional information about this project will be issued on the System for Award Management website https://www.sam.gov/content/opportunities once available. PROJECT INFORMATION This project will Renovate a 4,700-square-foot section of Building 42, previously used for the facility s laboratory services, to accommodate a modern Cardiology Examination Clinic, Stress Testing Clinic, and Device Clinic. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-1 and VAAM 836.602-1.� Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary.� SF 330 submissions including any additional pages are not to exceed fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. SF 330 must be submitted as a PDF and cannot exceed 10MB. Qualifications (SF330) submitted by each firm for Project No. 657A5-26-103, Renovate Building 42 - Specialty Care Clinic (Old Lab Area) will be reviewed and evaluated based on the following evaluation criteria listed below: Evaluation Criteria: Professional Qualifications: the qualifications of the individuals will be examined for experience and education and their record of working together as a team that are necessary for satisfactory performance of required services. The architectural firm capable of preparing all design and construction documentation including, but not limited to advance planning, design, and construction oversite (including final as-built drawings) at the VA Medical Center in Marion, Illinois. A-E s on staff representing the project or signing drawings in each discipline must be licensed to practice in one of the US States. Provide Professional License numbers and/or proof of licensure. The team shall have demonstrable expertise in their respective fields: Architect, Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Engineer, Plumbing Engineer, Communication (voice & data), Electrical Engineer, and Cost Estimator with experience on projects of similar size and complexity. Specialized Experience and Technical Competence: specific experience and technical skill in the type of work required for this project, including medical renovations to existing medical facilities, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials, VA safety and physical security design, experience in abatement of hazardous construction materials, energy conservation, pollution prevention, waste reduction and the use of recovered materials. Experience and qualification of personnel proposed for assignment and their record of working together as a team. The effectiveness of proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships) will be examined. The qualifications for Architect shall include a summary of at least five similar projects that demonstrate technical capabilities and how well the proposal addresses technical capabilities in design quality management procedures, Computer-Aided Design and Drafting/Building Information Modeling, equipment resources, and laboratory requirements for the firm. Capacity to Accomplish the Work: The prime contractor will be evaluated to determine if it has the general workload and staffing capacity within its design office which will be responsible for the design to accomplish the work in the required time.� In accordance with VAAR 852.219-75 : � In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not certified� SDVOSBs� listed in the SBA certification database� as set forth in� 852.219-73� or� certified� VOSBs� listed in the SBA certification database� as set forth in� 852.219-74. Any work that a similarly situated� certified SDVOSB/VOSB� subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. Prime contractor must include its certification of compliance with the limitations on subcontracting specified in 852.219-75 with its 330 submissions.� Past Performance: The past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 5 years will receive a lesser rating than those references for projects accomplished within the past 5 years. Projects that are submitted and not constructed will not be considered. Location of Design Firm: Knowledge of the locality of the project and the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage consideration is in compliance with FAR 36.602-1. This factor will apply to the office from which the prime contractor s business office is established. Firms within 450 miles of the medical center will receive a more favorable rating than those more than 450 miles away. Firms may use Google Maps, MapQuest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established.� Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Marion VA.� Reputation in A/E Community: Reputation and standing of the firm and its principal officers within the design community with respect to professional performance, general management and cooperativeness, including awards, merits and recommendations. Claims and Terminations: Record of significant claims against the firm because of improper or incomplete architectural and engineering services. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses (IAW VAAM M836.602-1). 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 (IAW VAAM M836.602-1). 852.219-75� VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. As prescribed in 819.7011(b), insert the following clause: VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) X � Services.� In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii)� General construction.� In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii)� Special trade construction contractors.� In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: A.1 SCOPE OF WORK Magnitude of Construction Project to be designed: $4,855,650. The A/E will also be required to incorporate deductive alternate bid items into the construction documents that will allow for up to a 20% cost reduction. SCOPE OF CONSTRUCTION PROJECT: 1. Existing Conditions: The 4,700-square-foot area of Building 42 designated for reassignment and renovation previously housed the facility s laboratory and was subdivided to support efficient workflows for that function. Building 42 was constructed in the mid-1990s to accommodate outpatient services, emergency care, imaging, pharmacy, laboratory diagnostics, and specialty care. It is a single-story structure featuring a basement with piping infrastructure and an access tunnel. 2. Project Intent: a. Survey/Site Investigation: i. A survey/investigation shall be undertaken to fully assess site conditions and existing conditions of the proposed project area. ii. Investigation into other potential system upgrades will occur concurrently. Upgrades could be driven by advances in technology, safety, energy savings or any other factors which would improve overall system performance within the limitations of the project intent. iii. Investigation shall include documenting station utilities that may be affected during construction activity. These may be interior or exterior, above or below grade relative to the facility. b. General Conditions: i. The A/E shall investigate the impact of infection control and maintaining hospital mitigation of air quality requirements, vibration and noise pollution. ii. The contractor will be responsible for field verification of existing utilities related to this project s requirements. If any utilities are damaged during construction activity all mitigative repairs shall be the responsibility of the contractor. iii. VA Engineering Service personnel will assist when site inspection procedures affect the operations of any of the building utility systems. iv. All utilities are critical to facility operations. Any investigation or work impacting the facility or requiring a shutdown shall be scheduled twenty one (21) days in advance with written notice. Work shall be performed at nights and on weekends. The COR has the right to stop work after 8 hours of planned medical facility outages. v. All proposed rework as well as the final, as-built conditions of the building shall be subject to comment, revision and approval by the Illinois State Historic Preservation Agency. All costs and labor incurred to achieve a design approved by the Historic Preservation Agency shall be the responsibility of the A/E. vi. Design errors or omissions, which result in damages or additional cost to the Governement will be evaluated for potential A/E liability. If the Government determines that the A/E is financially liable for a design deficiency, the Government will advise the A/E by official correspondence. The Department of Veterans Affairs, actively pursues reimbursement of costs incurred by the Government as result of the A/E s errors and/or negligent performance. The preferred method of settlement of A/E financial liability is for the A/E to negotiate directly with the Contractor and provide the result to the Department of Veterans Affairs for review and approval. Where the A/E cannot reach an agreement with the Construction Contractor or if the A/E declines to negotiate, The Department of Veterans Affairs will arrange settlement directly with the Contractor and will bill the A/E. vii. All equipment and finishes to be included in the project design shall be in accordance with current Marion VAMC standards and existing maintenance contracts. viii. The normal operating hours of this facility are 7 am to 4:30 pm, Monday through Friday, excluding recognized holidays. The construction documents shall require the contractor to reflect this in his proposed work schedule. Work outside the normal operating hours shall require prior authorization by the VAMC. c. Demolition: i. As determined during design, all existing materials removed during construction will be disposed of according to the direction of the construction documents and as directed by VA staff. d. Industrial Hygiene: i. Provide an abatement plan for any hazardous materials (asbestos, lead, etc.) which are known prior to or discovered during the investigation and construction phases. e. Structural: i. Determine capacity of existing building structure to accept the upgraded mechanical components proposed, if needed. ii. If weaknesses or inabilities to accept the components are encountered, modifications to the structure to allow for the upgraded component would likewise be proposed as part of the project documents. iii. Determine anchorage and bracing necessary to resist seismic loads for all material and components added by this project in accordance with the VA Structural Design Manual (PG-18-10). f. Architectural: i. The scope of architectural work shall include all work architectural work necessary to effectively update the spaces included in the project area. g. Mechanical: i. The scope of mechanical work shall include updates to all existing mechanical systems that serve the proposed project area. ii. HVAC system capable of meeting most recent VA HVAC design requirements for 100% outside air in patient care spaces. h. Plumbing: i. The scope of plumbing work shall include updates to all plumbing systems, fixtures, outlets, disposal and ventilation systems, including: i. Domestic water systems piping, fixtures, etc. ii. Medical gas systems including piping, valves, outlets, panels, etc. iii. Fire Protection systems iv. Waste water disposal/sanitary sewer i. Electrical/IT/Telecom: i. The scope of electrical/IT/telecom work shall include updates to all existing electrical/IT/telecom systems that serve the proposed project area. ii. Provide construction period services for arc flash and protective device coordination. After new equipment selection, the A/E shall provide the aforementioned services in addition to typical design phase site investigation and construction phase site visits. Submit TCC s to the COR for approval. Refer to the VA Electrical Design Manual (PG-18-10) section 1.10. Include VA Master Spec (PG- 18-1) 26 05 73. iii. Provide a design that coincides with the Facility Master Plan for future expansion and capacity. The infrastructure to support identified future loads shall not be constructed but planned in a manner that shows equipment and devices that support growth on plans. j. Construction Phasing: i. Construction contract will utilize critical path phasing as necessary to minimize interruption and disturbance to the building and its occupants. ii. Phasing shall be determined through collaborative effort of both the A/E firm and the VAMC Engineering Service. III. SCOPE OF WORK FOR A/E: 1. Design Development: a. The A/E shall make investigations necessary to thoroughly evaluate the area. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. b. Upon completion of initial field survey and assessment, provide a comprehensive report of existing conditions and findings to Marion VAMC Engineering Service. Report will include initial cost estimate for all work included in the Renovate Building 42 Specialty Care Clinic (Cardiology). This report will be considered the Design Narrative as referenced in B5 DESIGN REVIEW AND COMPLETION SCHEDULE below. c. Design shall comply with the most current version of the VA Physical Security & Resiliency Design Manual at time of award found on the VA technical Information Library: https://www.cfm.va.gov/til/dManual.asp d. General Statement: The A/E shall prepare plans and specifications for a construction contract to accomplish the following work: I. Renovate a 4,700-square-foot section of Building 42, previously used for the facility s laboratory services, to accommodate a modern Cardiology Examination Clinic, Stress Testing Clinic, and Device Clinic. II. Provide a design to include eleven (11) patient care spaces, including: eight (8) patient exam rooms for Cardiology outpatient care, two (2) echocardiogram equipped exam rooms directly adjacent to the stress lab, and one (1) patient consultation space for the device clinic. III. Provide a design to accommodate all required ancillary /support spaces as outlined in the latest VA Cardiovascular Laboratory Service Design Guide. IV. Provide a design to update all systems within renovation area, including but not limited to: i. Mechanical, Electrical, Plumbing (MEP) ii. Architectural iii. Information Technology (IT) iv. Fire Protection v. Physical Security V. Provide a design that accommodates all the latest VA standards and code requirements for spaces intended for standard and intensive inpatient care. VI. Design to the Government s Guiding Principles for Sustainable Federal Buildings standards with verification by a Professional Engineering stamp and completion of the Guiding Principles Checklist. Architect is responsible for verifying that the construction meets the Guiding Principles for Sustainable Federal Buildings. VII. Full commissioning per the VA Whole Building Commissioning Process Manual as applicable to this building is required. All associated costs and labor (Commissioning agent(s), inspections/witnessing, and documentation) shall be the responsibility of the Architect. Provide cost estimates associated with deduct alternates. VIII. Design multiple deductive bid alternates into the construction documents equal to at least 20% of the total construction cost. The base design must be fully functional with or without the alternates. Provide an itemized cost estimate associated with each deduct alternate. 2. Construction Documents: a. After the VAMC approves the A/E's conceptual design, the A/E shall prepare construction documents necessary to accomplish the approved conceptual design. These documents shall bear the seals and signatures of all licensed individuals responsible for the content of the construction documents. Application of the seals and signatures shall be considered verification that the design was conducted in accordance with all applicable code requirements, standards and best engineering practices. b. As part of the 100% design submission, the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length. c. The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. 3. Construction Period Service: The A/E shall perform construction period services as detailed later in this scope of work. 4. Functional Product: a. It is important to emphasize that the A/E shall perform design development and detailed design work, and prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational system. b. VPIH Survey: The A/E Firm will complete a survey, to include testing, identifying any and all asbestos and lead containing materials within the project area. This project will remove all lead and asbestos in areas being renovated. c. All spaces within the scope of work must be designed according to applicable codes and standards. d. The A/E shall submit a design narrative (15%) and design plans (30%, 60%, 90%, 100% Contract Docs for Bidding, and Release for Construction Set) specifications, submittals schedule, estimates and other documentation in accordance with the B4 DESIGN DELIVERABLES section of this Supplement B. The construction work will be performed under a separate Firm-Fixed-Price contract awarded by the VA. As a result, the Construction Documents must conform to the estimated Total Construction Cost Price, not including any contingencies, and convey the entire construction work completely and clearly, such that any bidder can produce an accurate bid without surveying the work site. e. The A/E will also participate in the Marion VAMC Pre-Construction Risk Assessment to determine the requirements for Infection Control, Interim Life Safety Measures, occupational safety and health, patient safety, public safety, security controls for physical and logistical access, and environmental controls and limitations on vibrations, noise, and disruptions to operations and utilities. The results of these assessments will be included in documentation submitted by the A/E pursuant to, and inclusive of, the Construction Documents. f. Prior to submittal of a response to this proposal the A/E shall meet with the Contracting Officer s Representative (COR) at the proposed project site to review the scope of services and the project goals. The COR will provide A/E with a copy of the portions of the latest Facilities Condition Assessment (FCA) applicable to this project. g. Overall site plans will be provided as a Reference Drawing with Buildings showing the areas within the project boundary. h. The C&A requirements do not apply, and that a Security Accreditation Package is not required. 5. Sustainability Requirements: a. Design shall comply with the most current version of the VA Sustainable Design Manual at time of award found on the VA technical Information Library https://www.cfm.va.gov/til/sustain.asp b. The following deviations are allowed: Not applicable. c. GUIDING PRINCIPLES CHECKLIST: A/E shall complete and su...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/168418c540e64c48b15ed4823713abe5/view)
 
Record
SN07646247-F 20251121/251119230035 (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.