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

Y -- Renovate SPD Phase IV Project 526-25-100

Notice Date
11/19/2025 12:28:56 PM
 
Notice Type
Presolicitation
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24226B0013
 
Response Due
12/3/2025 1:00:00 PM
 
Archive Date
03/12/2026
 
Point of Contact
Patricia Cordero, Contract Specialist, Phone: (718) 584-9000 X4928
 
E-Mail Address
Patricia.Cordero@va.gov
(Patricia.Cordero@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business Set Aside
 
Awardee
null
 
Description
Page 4 of 4 THIS IS A PRE-SOLICITATION NOTICE ONLY Project No. 526-25-100; Renovate SPD Phase IV at the James J. Peters VA Medical Center, Bronx, New York. CONSTRUCTION SERVICES GENERAL SCOPE/Statement of Work. This is a construction contract for the James J. Peters Veterans Affairs Medical Center, 130 West Kingsbridge Road, Bronx, New York 10468 to furnish all supervision, labor, equipment, and material necessary to renovate our Sterile Processing Department� logistic area and its surrounding spaces in building 100 of the James J. Peters VA Medical Center. All work shall be completed in accordance with all published applicable local/state/federal/national codes, ordinances, and regulations, along with all related VA directives, design guides and manuals, specifications, and standards plus all VA requirements (federal or local) that are project specific to the documented scope of work on this site. Contractors are required to visit the site and meet with the Contracting Officer s Representative (COR) prior to bidding. The goal is to enhance patient care by improving workflow efficiency, sterilization processes, and infection control within the SPD Department. The work will also include design and system upgrades to support mechanical and HVAC requirements in alignment with current VA standards. All work shall be executed in accordance with the architectural drawings, design narratives, and specifications prepared by the architectural firm. All trade work must be done by a certified master plumber, master electrician, etc. and work must be completed in 8-hour increments to ensure fire safety standards. FDNY fire safety protocols must be followed. Work is not considered complete unless a sanitation ticket is provided for the construction debris. No wiring, pipes, equipment or construction debris is to be left abandoned. Contractor will be responsible to remove any wiring, pipes, and equipment causing an obstruction to the area and/or project. Scope of Work: SPD Logistics Consolidation and Workflow Improvements Develop a consolidated layout of the SPD Logistics area and adjacent spaces in accordance with AE firm 100% stamped drawings. Create mechanical modifications to improve processing flow of sterile medical instruments as per design guide/TIL. Enhance environmental controls to maintain a sterile environment and high-level infection control. Mechanical and Architectural Renovations Redesign room configurations as needed to accommodate new equipment and functions. Follow the AE drawings and specs for guidance. Perform wall demolition, install new doors, windows, louvers, and equipment support pads as required. Bulk Supply, clean supply, bulk receiving, OR Clean storage, clean equipment and Anteroom Spaces will receive new Stonhard flooring. Contractor will prep the floor, grind/sand it down, level and repair the floor as needed to receive the new flooring. Walls for the same spaces will receive diamond stainless steel plates to protect the walls from damage. Install ventilation systems, grated walkway installation, and restoration painting of all affected walls, ceilings, and floors. Provide electrical upgrades necessary to support new mechanical and medical equipment as per drawings. HVAC System Adjustments and Upgrades Modify the existing HVAC system serving the SPD to support the new room layout and equipment. Provide new exhaust ventilation per equipment manufacturer specifications and the VA HVAC Design Manual and TIL. Provide two new air handling units York brand custom made. These units should be mounted in the interstitial as high in the beam pocket as possible using new steel supports and hanger rods as required per manufacture installation recommendations. Ensure proper room pressurization to meet VA infection control requirements. Install room temperature controls, humidification systems, and alarm integration in accordance with VA HVAC Design Manual standards. All control shall to be done by ITC to ensure full compatibility Electrical All equipment shall be provided with a disconnect switch as per NEC requirements, and the disconnect shall be installed in an accessible location. 7 cameras in total should be installed as directed by the VA COR. Provide a new Network Video Recorder (NVR) in the Security Equipment Room of the existing facility. The new NVR shall be connected to the existing security system network. NVR shall have 90-day recording capacity. The SSTV shall be monitored/controlled by the centralized SCC in Building 16. Ensure the NVR is connected to the main security control center. All wiring should be in conduits as per NEC and VA design guides. SSTV shall be able to be fully integrated with the PACS. Cameras should be Avigilon; SSTV system should be Avigilon control center 7 software to be compatible with our system. PACS should be HID. Equipment provided as part of this project will be compatible with the VA Security Project.� The VA Security Project will utilize C-Cure 9000 for the PACS software which will require iSTAR Access Controllers. The Contractor shall furnish, install, configure, test, and commission a complete Avigilon video surveillance system for Building 100. The system shall be comprised of Avigilon-manufactured components and fully compliant with: VA Master Specifications Division 28 23 00 Video Surveillance VA IT Design Manual (latest edition) ANSI/TIA-568-D (Structured Cabling Standards) ANSI/TIA-606-B (Administration and Labeling Standards) NFPA 70 (NEC) and applicable NFPA codes System Requirements The CCTV system shall include, but not be limited to, the following components and services: Head-End Equipment Avigilon HD NVR4 Premium network video recorder, configured with RAID storage and redundant power. Dedicated Rack. Storage sized to provide a minimum of 30 days continuous recording at full resolution for all installed cameras. Uninterruptible Power Supply (UPS) sized to support all CCTV head-end components for a minimum of 30 minutes under full load. Network switches, PoE media converters, patch panels, and all related accessories should be installed in the nearest telecom room. Cabling Infrastructure CAT6A copper cabling for all camera drops, tested and certified per TIA-568-D. Fiber optic cabling (singlemode or multimode as required) with LC terminations, tested per TIA-568.3-D. Complete labeling and administration per TIA-606-B and VA standards. Cameras & Software Avigilon IP cameras as shown on contract drawings, including lenses, mounts, housings, and environmental enclosures. Avigilon Control Center (ACC) software licensing, configured for VA Police user access and system administration. Location of Head-End The CCTV head-end, including NVR, UPS, switches, and all related components, shall be installed in the Police Station, Building 100, First Floor, in a dedicated secure, rack-mounted configuration. Submittals & Approvals The Contractor shall prepare and submit shop drawings for approval by the VA prior to procurement or installation. Shop drawings shall include: Camera locations and schedules Cable routing and riser diagrams One-line diagrams and rack elevations Storage calculations and system architecture Written VA approval is required before work may proceed. Testing, Commissioning & Training The Contractor shall test and certify all cabling. Perform full functional testing of all cameras, recording, playback, failover, and UPS backup. Provide final as-built drawings and test documentation. Conduct training for VA Police personnel on system operation, user administration, and maintenance. Deliverable The Contractor shall provide a fully operational, VA-approved Avigilon CCTV system meeting all performance, reliability, and compliance requirements, and shall deliver all required documentation and training prior to project closeout. Phasing and Continuity of Operations Develop and provide a phasing plan for construction activities, if necessary. The plan must minimize disruption to ongoing SPD operations and maintain continuity of service throughout the project duration. Design Standards and Compliance All design and construction activities must comply with: VA Design Criteria, including the VA HVAC Design Manual and the TIL Applicable infection control, safety, and facility engineering guidelines (ICRA) Federal building codes and regulations Place of performance The site for the work to be performed will be the Main building (Building 100) Wing GA in the James J Peters Veterans Affairs Medical Center. Inspection If inspection services are required for equipment or a performed task, then an inspection shall be done by the VA COR/POC upon completion. Upon completion of the maintenance service, the COR/POC will perform the inspection in the presence of the contractor personnel, prior to the contractor personnel leaving the facility. This inspection will ensure that all equipment is returned to full-functioning conditions. No invoices will be processed for payment prior to the completion of POC inspection. If the service is routine and/or performance based, then inspections may not occur for every service date but may occur periodically as part of a Quality Assurance Surveillance Plan (QASP). If this is the case, then a QASP will need to be provided as a separate document. Drawings, and Other Attachments To be provided with solicitation posted. Safety/Site Control: The contractor must install ICRA hard barriers and Anteroom with level 4 paint finish for dust and/or infection control prior to start of construction. Furnish and install temporary construction barrier walls with secure 45-minute rated construction access door and hardware. The construction barrier walls shall be 1-hour rated, extend to the underside of deck above and all penetrations are fire stopped. Supply, install and maintain walk-off tacky mats. Shall replace tacky mats in a timely fashion when they are soiled. Maintain negative pressure machine in the project site and vent to outside of the Contractors abide with all in-house policies such as safety, ID badges, security, etc. Alternate entrance is always secured and never to be left open while contractor is off site. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work and hold the Contractor in default. Quality Control/Assurance: Follow the manufacturer s instructions for inspecting and installing new equipment and fixtures. Provide submittal log of all material and applicable equipment, procedures, and certifications to the COR for approval, prior to starting construction. Any drawings provided may not be up to date and must be field verified by contractor for accuracy. Provide updated MS project schedule upon request by Engineering Services withing 2 working days. Maintenance: Provide a critical spare parts list with pricing and warranty information for all installed fixtures. Coordination Plan: If any utilities need to be shut off for demolition or installation, a coordination plan shall be provided to the COR for approval, at least 72 hours prior to work being performed. Cleanup and Disposal: Housekeeping The contractor should maintain a clean work environment, keeping the surfaces in the area free of dust and debris. Dry sweeping or compressed air for cleanup is not authorized. At the end of each work period (not longer than 8 hours), the contractor shall use a HEPA vacuum to ensure all dust and debris have been properly collected and contained for disposal. If the COR and/or designated representative finds the area unacceptable, the contractor, at his/her own cost, shall re-clean until acceptance is gained. The contractor is to perform the necessary corrective action immediately without exception. Disposal of Trash and Hazardous Waste: The contractor shall be responsible for the cleanup and removal of all trash and debris from VA property after the Government s final acceptance of work. The contractor shall comply with local/state/federal/national, OSHA, EPA, and all other applicable codes, ordinances, and regulations governing the proper handling, disposal, and removal of all waste and debris. Deliverables: Project deliverables include the following: MS project scheduled within 45 days of NTP. Include procurement of materials and critical path activities. Testing and Acceptance All equipment shall be tested prior to the Government s final acceptance. All testing reports and specification documents must be provided to the Contracting Officer Representative, if applicable. General: All work is to be coordinated with the VA COR to allow for minimum disruption to the building occupants. All rigging, hoisting, lifting and moving of materials and equipment necessary to perform the work is to be provided by the Contractor. Damage to any existing surfaces caused by the contractor are to be repaired to the original condition and at the contractor s expense. All materials, installation practices, debris disposal, and work performed as part of these specifications are to meet all applicable codes including but not limited to, USEPA and OSHA. At the completion of the project, all rubbish, tools and surplus materials are to be removed, and the work area is left completely clean. Any work, material or supplies which have not been specifically mentioned but are reasonably implied and is necessary for the safe and satisfactory completion of the entire project are to be included and installed by the Contractor. All materials are to be installed and completed in a first-class workman like manner and in accordance with the best industry standards. Any materials installed which are not in an orderly and neat workman like appearance are to be removed and replaced when so directed by the VA COR at the contractor s expense. All workers and staff of the Contractor working on site shall be required to have VA issued identification badges for all of his/her personnel working on VA property. Anyone observed without VA identification will be asked to leave VA property. No VA identification, no work, no exception. 13. No work or the ordering of materials outside of the scope of work is to be done without approval of change order. Site Conditions: 1. All work is to be coordinated with VA COR. 2. This is an occupied facility. 3. A material and equipment staging area is to be coordinated and confirmed with the VA COR. The staging area is considered unsafe. 4. The contractor is to leave no area unsafe at the end of the working day. 5. It is the contractor s responsibility to verify all existing conditions and dimensions prior to submitting the bid. 6. It is the contractor s responsibility to address unforeseen conditions and dimensions. Submittals: 1. Submit, for review and approval to the VA COR, the manufacturers / supplier s spec sheets, shop drawings (if requested), and any other requested information for all materials to be used as part of this project. 2. Submit only materials which are known to be fully compatible with the actual installation conditions. Cost Liability: The James J. Peters VA Medical Center does not assume responsibility and does not bear any liability for the cost incurred by a bidder in the preparation and submittal of a bid proposal in response to this request for proposals. The contractor shall be responsible for the actions of all individuals provided to work for the VA under this contract. If damages arise for work performed by contractor provided personnel, the contractor shall be responsible for all the necessary resources to remedy the incident. The Contractor shall be responsible for ensuring all provided personnel are properly licensed to operate a motor vehicle if operating a motor vehicle on VA property is required. 7. Protection of Work and Property 7.1. The contractor shall continuously maintain adequate protection of all his work from damage and shall protect the James J. Peters VA Medical Center property from injury or loss arising out of this contract. The contractor shall make good any such damage, injury, or loss, except such as may be directly caused by agents or employees of the James J. Peters VA Medical Center. 7.2. The contractor will erect barricades and railings, give warnings, display lights, screens or signs and exercise precautions as may be reasonably necessary to prevent injury or damage. Additional Work Should additional work be required, which is beyond the scope of this request for proposal but is related to the overall contract, the vendor will be requested to submit a written proposal and upon approval, a purchase order will be issued to authorize the work. Warranty: 1. The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The contract further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at his own cost. 2. Final inspection is to be done by the Contractor, VA COR, Using Agency, and end users onsite. Estimated Completion Time: 400 Calendar Days. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government after award of the contract, be responsible for all damages to persons or property. The Contractor shall take proper safety precautions to protect the worksite, the workers, the public and the property of others. Contractor shall also be responsible for all materials delivered and work per-formed until completion and acceptance of the entire work. PROJECT MANAGEMENT: Contractor shall assign a dedicated full-time site superintendent for the duration of the project in its entirety. The site superintendent and Project Manager must have a minimum of 5 years of experience directly related to project requirement. The Project Manager shall have the necessary training, knowledge, and experience required to help ensure the timely and successful completion of the project and all related duties. The Contractor will submit qualifications of their Project Manager to the Contracting Officer s Representative within 10-days of contract award and have to be approved by the VA COR. The Project Manager shall be the on-site representative of the Contractor and shall oversee all aspects of day-to-day project operations and shall serve as the Contractor s primary point of contact, including the ability to meet with the Contracting Officer, at the Government s convenience, for meetings to discuss project status and/or contractual issues as necessary. Autodesk Build Construction management platform: Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR) at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts.� There is no user, license, or subscription fee to the contractor for using this cloud-based platform. The contractor shall accomplish and complete the following tasks upon award of contract: Request access to ACC platform and ProductivityNOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete the required ACC training through ProductivityNOW platform within 12 Calendar days. Upon successful completion of the training, the contractor shall submit certificates of completion to COR NLT 2 business days. Access to ProductivityNOW eLearning will expire after 12 Calendar days after online access is granted. The contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in the contract amount provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. The contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertain to staff who were granted access to the ACC platform. The contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor s ability to maintain the required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. ADMINISTRATION: Accident Reporting: In the event an accident occurs of Government personnel or property, the Contractor shall provide a report to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. Federal Holidays: Federal law (5 U.S.C. 6103) establishes the public holidays. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). Federal holidays include: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, and Christmas. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted through the Tungsten Network. A properly prepared invoice will resemble the contract line items reflected in the Price/Cost Schedule and contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Dates service performed. Location of service performed. Total amount due Estimated Completion Time: 400 Calendar Days. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government after award of the contract, be responsible for all damages to persons or property. The Contractor shall take proper safety precautions to protect the worksite, the workers, the public and the property of others. Contractor shall also be responsible for all materials delivered and work per-formed until completion and acceptance of the entire work. PROJECT MANAGEMENT: Contractor shall assign a full-time site superintendent for the duration of the project in its entirety. The site superintendent and Project Manager must have a minimum of 5 years of experience directly related to electrical trade and work on electrical distribution systems. The Project Manager shall have the necessary training, knowledge, and experience required to help ensure the timely and successful completion of the project and all related duties. The Contractor will submit qualifications of their Project Manager to the Contracting Officer s Representative within 10-days of contract award. The Project Manager shall be the on-site representative of the Contractor and shall oversee all aspects of day-to-day project operations and shall serve as the Contractor s primary point of contact, including the ability to meet with the Contracting Officer, at the Government s convenience, for meetings to discuss project status and/or contractual issues as necessary. AUTODESK CONSTRUCTION CLOUD (ACC) ACCESS REQUIREMENT Construction contractors and A/E design firms, selected by award to perform work at VISN 2 VA facilities, are required to utilize VISN 2 Autodesk Build Construction management platform, also called Autodesk Construction Cloud (ACC). Access to the platform and training portal will be provided by VISN 2 through project Contracting Officer Representative (COR). at no cost for the duration of the project. Autodesk Build is the management and collaborative environment that VISN 2 uses for all its Non-Recurring Maintenance (NRM), Minor Program projects, Feasibility Studies, Commissioning and Retro-Commissioning contracts.� There is no user, license, or subscription fee to the contractor for using this cloud-based platform. Contractor shall complete the following tasks upon award of contract: Request access to ACC platform and ProductivityNOW eLearning Site to project VA COR NLT 14 days from contract award. Only staff that shall utilize the platform to be granted access. Examples: Project manager, sub-contractors POC, Site manager, Safety officer, etc. The access request shall be in writing and include a list of staff. The list shall include the following information: Full Name Company Name Email Address Role/Position on the project (i.e., Project manager, site super) Upon granting access, staff shall complete required ACC training through ProductivityNOW platform within 12 Calendar days. Upon successful completion of training, contractor shall submit certificates of completion to COR NLT 2 business days. Access to ProductivityNOW eLearning will expire after 12 Calendar days after online access is granted. Contractor shall complete ACC training within that period. Additional Staff and Subcontractors can be added at any time with a request submission to the project COR as described above. The contractor shall only use the ACC platform for contract required submissions, official project correspondence to be acknowledged, reviewed, and actioned by the responsible party. No additional time shall be added to the contract, nor an increase in contract amount be provided for the contractor s failure to utilize the ACC platform as the project s official communication and collaboration system. Any correspondence out of platform shall not be the governing authority contradicting direction and will be at the contractor s expense. Official project correspondence and collaboration includes but not limited to: RFIs, submittals, schedules, shutdown requests, actionable tasks, reports, testing, safety inspections, photos, and site surveys. Contractor must inform the COR of any staff changes NLT 2 business days from the change. Staff changes pertains to staff who was granted access to the ACC platform. Contractor shall request termination of access, replacement of personnel and/or any other action that might impact the contractor ability to maintain required utilization of the platform. Contractor submission requirements cannot be accepted for work to begin without meeting all ACC Platform requirements outlined herein, including completing required ACC platform training. ADMINISTRATION: Accident Reporting: In the event an accident occurs of Government personnel or property, the Contractor shall provide a report to the Contracting Officer and COR in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) corrective action to prevent future occurrences. d. Federal Holidays: Federal law (5 U.S.C. 6103) establishes the public holidays. Please note that most Federal employees work on a Monday through Friday schedule. For these employees, when a holiday falls on a non-workday -- Saturday or Sunday -- the holiday usually is observed on Monday (if the holiday falls on Sunday) or Friday (if the holiday falls on Saturday). Federal holidays include: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving, and Christmas. e. Invoice: Payment will be made upon receipt of a properly prepared, itemized invoice, validated by the COR, and submitted through the Tungsten Network. A properly prepared invoice will resemble the contract line items reflected in the Price/Cost Schedule and contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Dates service performed. Location of service performed. Total amount due SAFETY REQUIREMENTS Contractor shall complywith VA Guidelines, and OSHA safety standards. PERIOD OF PERFORMANCE All work must be completed within 700 calendar days of notice to proceed. This period of performance includes reasonable durations for all submittals to be approved prior to beginning construction. Contractor is required to notify the COR/CO prior to any approved work to be performed at the JJP VAMC. WARRANTY The contractor shall guarantee that all work performed will be free from all defects in workmanship and materials and that all installation will provide the capacities and characteristics specified. The contractor further guarantees that if, during a period of one year from the date of the certificate of completion and acceptance of the work, any such defects will be repaired by the contractor at their own cost. INSPECTION A final inspection for quality assurance shall take place by VA personnel prior to acceptance of the work. Applicable NAICS Code: 236220. Estimated Completion Time: 400 Calendar Days from receipt of NTP. Award will depend on availability of funds at time of award. This procurement is a 100% set-aside for a Service-Disabled Veteran-Owned Small Business (SDVOSB). Prospective contractors must be registered with the SBA Small Business Administration at https://search.certifications.sba.gov/ prior to submitting a bid: Prospective contractors must be registered and current in the System for Award Management (SAM) database prior to contract award: https://www.sam.gov/portal/public/SAM/ Bids will only be accepted from SDVOSBs that are determined to be responsible and responsive contractors. Prospective contractors must be approved under NAICS Code 236220, with a Size Standard of $45.0 Million. The NAICS Code selected has been approved as the most appropriate for the project related tasks and SOW. This NAICS Code will not be subject for discussion or change. The Magnitude of Construction/ construction cost range for this project is between $1-5 Million. A bid bond will be required, and performa...
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c37fd52b05534c1594abee042832a579/view)
 
Place of Performance
Address: James J. Peters DVA Medical Center, 130 W. Kingsbridge Road, Bronx, NY 10468, USA
Zip Code: 10468
Country: USA
 
Record
SN07646405-F 20251121/251119230036 (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.