DOCUMENT
Y -- FY13 Requirement - Renovate Prosthetics - Attachment
- Notice Date
- 1/31/2013
- Notice Type
- Attachment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Solicitation Number
- VA25613R0308
- Response Due
- 2/25/2013
- Archive Date
- 2/26/2013
- Point of Contact
- WANDA W. THOMAS
- Small Business Set-Aside
- N/A
- Description
- PROJECT #580-12-401 DESIGN/RENOVATE PROSTHETICS Michael E. DeBakey VA Medical Center A.PART I - GENERAL The intent of this scope is to renovate the Prosthetics lab to address issues of exhaust, proper dust collection, safer flooring and storage of materials as bid item #1(area 1). Bid item #2 will include renovation of areas 2 and 3 to include changing functions between areas 2&3 to provide a better work flow for patients and providers. A1.Scope of Contract Bid Item 1 Area #1 A.The Design- Build team shall provide all design-build (DB) services necessary to complete design and renovation/ modernization of the Prosthetics Lab to include machine shop (424), weld shop (424B), model room (426), configure room (428) orthotics lab (420), Laminating area (422B), Flammable storage (422C), plaster room (422), and oven room (422A).Approximately 2600 square feet. This area will be turned over for construction at one time. B.As part of the RFP utility drawings and a hatched floor plan shall be provided by the V.A... These drawings are for reference and informational use only and shall not be used to solely define existing conditions/final design. It shall be the responsibility of the design-build team to research the sites to identify capacity, locations and elevations of all utilities and site conditions and insure their integrity throughout the project. C.The design build package shall be compliant with all applicable codes, VA master specifications, design guidelines for Prosthetics, complete and all inclusive with the following minimum requirements: GENERAL DESIGN 1.Existing floor plan with hatched areas is provided by the VA for general information purposes only, not for final design. Contractor is to provide designs to meet the needs of Prosthetics service. ARCHITECTURAL 1.Construction of walls are to be 4" 20 gauge galvanized studs with 5/8" fire rated sheetrock on each side. 2.Studs are to be continuous from floor to deck (not ceiling) with no splices 3.Provide 9' high, GWB hard washable ceiling for machine/ weld shop area. Suspended type ceiling w/2'x4 washable lay in type ceiling tiles for all other areas. 4.Provide epoxy flooring with 4" epoxy cove for 2B424, 424B, 422C, 422B, 422, and 422A. VCT type flooring, non slip w/4" rubber cove base for remaining areas. 5.Provide wall finish that is smooth and able to withstand frequent cleaning. Wall to ceiling junction shall be coved and flush. Paint shall be one primer and two finish coats. 6.Existing doors to be refurbished/ re-laminated with Wilsonart Amber Cherry (7919-38) and replace any damaged or not functioning hardware. 7.Supply and install laminate hardwood work tops with metal casework cabinets, metal casework upper cabinets and full height metal standing cabinets, wall bracing and backing as required (Stanley Vidmar or equal)with lockable doors/drawers as per the following schedule: 14-8' long work tops with multiple drawer single storage cabinet at one end with riser shelves. 20- storage drawer cabinets sized and mounted as upper cabinets. 12-- full height modular drawer cabinets. 12--full height storage drawer cabinets. For bulk material storage. All tools, vises and other equipment shall be re-mounted/installed to the new casework as required. 8.Existing machines and equipment to be stored by contractor while work is ongoing. PLUMBING 1.Provide plumbing, hot/cold water, mixing valves, drains, floor drain as required in VA design guidelines and manufacturer requirements for "Sinks and Eye Wash Station". 2.Provide eyewash station as required by design guides. 3.Provide sinks were required of sufficient type and quantity for work being performed. 4.Provide adequate plaster traps where required. 5.No jack hammers or hammer type equipment allowed to be used on the interstitial floor. Only hole sawing is allowed to make holes in the interstitial floor. 6.Maintain and/or relocate compressed air and other systems as needed. MED GAS N/A MECHANICAL 1.Provide new HVAC (supply, return and exhaust) grills for area, with sufficient air flow (CFM) and air changes for office areas and work area. 2.Negative air flow shall be maintained into entire area. 3.Terminal units and associated valves shall be replaced with new. Existing controls to remain. 4.Temperature shall be controlled between 70-75 degrees F. 5.Relative humidity 30% - 55%. 6.All duct work shall be 22 gauge for straight duct and 20 gauge fittings and turns. 7.All HVAC Devices must be compatible with existing devices used in the VA Medical Center. 8.All new and existing devices (dampers, terminal units, vav's etc.)in this area must be connected to the Energy Control System for monitoring. 9.Provide test and balance for entire re-worked area, and provide documentation showing minimum air changes, CFM. etc. 10. Provide and install a central dust collection system for machine shop area with collection inlets for each machine. Main dust collection unit to be located in mechanical room 2B-580. 11Relocate all serviceable items above hard ceiling to access panel locations. 12Provide for air filtering in machine shop. ELECTRICAL 1.Provide or relocate power for all equipment as per Mfr. Requirements to include all equipment associated with area 1. 2.Provide "plug mold" or relocate existing as needed. 3.GFI as required. 4.Lighting shall be recessed gasketed flange mount for hard ceiling area. Recessed fluorescent lay in for other areas. All shall be t-8 with electronic ballast. 5.Minimum of 50 FC shall be maintained. 6.New conduit shall be minimum ¾". COMMUNICATION 1.Provide telecommunication drops 3(Cat 5e) cables for all required areas. 2.Telecommunication devices must be compatible with existing devices in the VA Medical Center. 3.Provide Triplex data(TIP) drops for computer and wall mount phone. 4.Devices must be labeled according to VA Standards. 5.All devices must be tested and provide the VA with all test results. Bid Item 2 Areas #2 and 3 A.The Design- Build team shall provide all design-build (DB) services necessary to complete design and renovation/ modernization of the remaining Prosthetics area. Areas #2 and 3, construction shall be performed with services remaining underway and will have to be phased. AREA #2 design shall include: 1.Six (6) exam rooms relocated from area #3. 2.One restroom (handicap accessable. 3.Area for gate lab with parallel bars. Area #3 design shall include: 1.Office for Chief, assistant chief, Admin. Officer. 2.Conference/consult area. 3.Material access hallway from main corridor into supply room. 4.Common area for seven purchasing staff,two program support assistants, two supply techs, one inventory manager. 5.Patient pick up window where patients can receive goods from supply room. 6.Reception counter for two receptionists. ARCHITECTURAL 1.Construction of walls are to be 4" 20 gauge galvanized studs with 5/8" fire rated sheetrock on each side. 2.Studs are to be continuous from floor to interstitial deck (not ceiling) with no splices. 3.Provide 9' high, suspended type ceiling w/2'x4 lay in type ceiling tiles (Armstrong 763D) for all areas. 4.Provide Amtico W745 American Cherry flooring with Roppe Tan cove for all floors in areas 2 and 3. 5.Provide wall finish that is smooth and able to withstand frequent cleaning. Wall to ceiling junction shall be coved and flush. Paint shall be one primer and two finish coats. 6.Existing doors to be refurbished/ relaminated with Wilsonart "Amber Cherry" 7919-38(.050 thickness) all faces / edges and replace any damaged or not functioning hardware. New doors to have same finish as above. 7.Supply and install casework reception counter in room 2B-400 of approx. 12 L.F. with silestone "Absolute Green" countertop with appropriate utilities (power and Data). 8.Supply and install 3/8" leaf pattern safety glass approx. 25 L.F. at waiting room wall facing corridor C2A-208. Wainscot below glass on both sides with Wilsonart Amber Cherry laminate (See Detail). Silestone cap with bull nose at each side of leaf pattern glass. 9.Supply and install handrail (Koroseal HW20-MZ series) 5-1/2" round grip wood handrail with 1-1/2" rub rail. 10.Supply and install new ceramic tile, floor and walls in all restrooms. PLUMBING 1.Provide plumbing, hot/cold water, mixing valves, drains, floor drain as required in VA design guidelines and manufacturer requirements for "Sinks and Eye Wash Station". 2.Provide eyewash station as required by design guides. 3.Provide sinks were required of sufficient type and quantity for work being performed. 4.Provide adequate plaster traps where required. 5.No jack hammers or hammer type equipment allowed to be used on the interstitial floor. Only hole sawing is allowed to make holes in the interstitial floor. MED GAS N/A MECHANICAL 1.Provide new HVAC (supply, return and exhaust) grills for area, with sufficient air flow (CFM) and air changes for office areas and work area. 2.Negative air flow shall be maintained into entire area. 3.Terminal units and associated valves, filters, strainers shall be replaced with new. Existing controls to remain. 4.Temperature shall be controlled between 70-75 degrees F. 5.Relative humidity 30% - 55%. 6.All duct work shall be 22 gauge for straight duct and 20 gauge fittings and turns. 7.All HVAC Devices must be compatible with existing devices used in the VA Medical Center. 8.All new and existing devices (dampers, terminal units, vav's etc.)in this area must be connected to the Energy Control System for monitoring. 9.Provide test and balance for entire re-worked area, and provide documentation showing minimum air changes, CFM. etc. 10. Provide and install a central dust collection system for machine shop area with collection inlets for each machine. Main dust collection unit to be located in mechanical room 2B-580. 11. Relocate all serviceable items above hard ceiling to access panel locations. ELECTRICAL 1.Provide or relocate power for all equipment as per Mfr. Requirements to include all equipment associated with area 1. 2.Provide "plug mold" or relocate existing as needed. 3.GFI as required. 4.Lighting shall be recessed gasketed flange mount for hard ceiling area. Recessed fluorescent lay in for other areas. All shall be t-8 with electronic ballast. 5.Minimum of 50 FC shall be maintained. 6.New conduit shall be minimum ¾". COMMUNICATION 1.Provide telecommunication drops 3(Cat 5e) cables for all required areas. 2.Telecommunication devices must be compatible with existing devices in the VA Medical Center. 3.Provide Triplex data (TIP) drops for computer and wall mount phone. 4.Devices must be labeled according to VA Standards. 5.All devices must be tested and provide the VA with all test results. A2.Definitions A.Design-Build (DB) as defined by the Department of Veterans Affairs (VA) is the procurement by the Government, under one contract, with one firm or joint venture (JV) for both design and construction services for a specific project. 1.Contracting Officer: The services to be performed under this contract are subject to the general supervision, direction, control and approval of the Contracting Officer. 2.Contracting Officer's Technical Representative (COR): The COR is responsible for administering contracts under the immediate direction of the Contracting Officer. Also, the COR is responsible for protecting the Government's interest in the execution of the construction contract work. His duties include surveillance of all construction work to assure compliance with the contract documents, interpretation of the contract documents, approval of changed work, approval of all submittals, samples, shop drawings, etc. 3.Design Build Contract: This term, as used herein, refers to the Contract to perform the design and construction of the project. 4. Contractor: This term, as used herein, refers to the contractor under this contract or the DB team. 5. AE: This term, as used herein, refers to the Architect Engineer firm that is a part of the DB team, also referred to as DB/AE. B.Selection Procedure - During the review of offers the VA may ask for additional information. Offerors shall submit conceptual floor plan with their bid package. The VA may initiate action to award a contract at any point after review of the offers. Therefore, initial offers should reflect the offeror's best terms both from a technical and cost standpoint. C.Milestone Plan: Request for Information issued 1/17/2013 Site Visit/Pre proposal Conference Site Visit/Pre proposal conference1/22/2013 1/23/2013TIME: 9:00 a.m.-10:00 a.m. CST, TX Rm. 4B-300 Acquisition Conference room 4th Floor east wing blue section of the hospital Solicitation issued1/29/2013 Bid Submittals Closing2/25/2013 Contract Award2/26/2013 Pre Conference Award2/27/2013 Notice to Proceed2/28/2013 Estimated Completion 9/30/2013 D.Schedule Objectives - The anticipated completion of this project is ___ days after "Notice to Proceed" (NTP). A3.Cost Range N/A A4.Pre-Proposal Conference A pre-proposal conference will be held on (January 11 and January 14, 1:00 p.m. CST, Michael E. DeBakey VA Medical Center). All offerors, consultants, subcontractors, manufacturers and suppliers are invited to attend. The following agenda is furnished for this meeting: 1.Open meeting; 2.Review of project and design build method for construction contracting; 3.Specifications, Network analysis system and project phasing; 4.General requirements, Solicitation Documents and Offer Submission Procedure; 5.Review of "Buy American Act"; 6.Questions and answers; 7.Close; and 8.Site walk through - attendance is optional but strongly encouraged. A5.Selection Criteria and Weightings A.General proposals will be evaluated and award will be made on the basis of both cost and technical considerations most advantageous to the government. In descending order of importance evaluations will be based on cost, construction management, past performance, schedule and small disadvantage business participation. B.Technical Evaluations - All technical factors when combined are more important than to cost or price. Evaluations will be based on the following technical factors in descending order of importance: 60% - construction management including corporate project experience, personnel experience, technical/management approach 20% - past performance 10% - schedule 10% - small disadvantaged business participation C.Cost Proposal - Offerors are advised that if the technical proposals are essentially equal, award will be made on the basis of the lowest cost. B.PART II - RESPONSIBILITIES B1.Design-Build Team: A.The DB team includes all Joint-Venture J/V partners, consultants and sub contractors to the one firm. The DB team shall provide Architectural and Engineering disciplines for the preparation of construction documents, and construction contractor capabilities for construction of the project. B.If the DB Team A/E and contractor are a J/V (not one and the same firm) engineering and other technical consultants shall be subcontractors of the J/V Architect - not the Design-Build construction contractor or sub contractors. If the DB Team A/E and contractor are one and the same firm (not a J/V) those consultants shall be subcontractors of DB firm not the construction subcontractors. C.The RFP documents are for reference purposes only to define existing conditions, certain required items, and design parameters to be included in the project. It is the DB Team's responsibility to complete the documents and construction in a manner consistent with the intent of the RFP documents within the required time period (contract length). C.PART III - PROPOSAL REQUIREMENTS C1.General A.Technical and Cost sections of the Offers proposals will be evaluated independently. Offeror shall separately bind each section. Each section must therefore be labeled with the Offeror's organization, business address, and VA Project Number. Offerors shall affix their names and return addresses on their envelope/packaging. B.Carefully follow "Instructions, Conditions, and Notices to Offerors". Optional Form 308 (Solicitation and Offer - Negotiated Acquisition) shall be used for submitting cost offers. Submit original and four copies of Optional Form 308 with a bid guarantee as stipulated in the Section "Instructions, Conditions, and Notices to Offerors": 1.Offeror shall submit separate prices for any Bid Items indicated on the RFP Offer and award; 2.Offeror shall include all required Representations and Certifications; and acknowledge receiving amendments by number. D. PART IV - POST AWARD REQUIREMENTS D1. Construction Document Preparation: A.Design Review Submissions: 1.The Design-Build Team A/E (DB A/E) shall prepare and submit complete construction documents for review and approval by the VA in accordance with standard professional practice, the Department of Veterans Affairs RFP (VA RFP), and prevailing codes. 2.The documents may be divided into multiple review submission packages. The VA will review as many as six (6) package submissions (examples: demolition, civil, architectural, structural, mechanical, Electrical, plumbing etc.) to facilitate the start of construction. 3.All submission packages will be reviewed at (50%) and (95%) completion stages. The (95%) review submission packages will incorporate the final review comments from the (50%) review. If any package is not complete for the required stage a post review may be required the cost of which will be borne by the DB Team. 4.Each review submission package shall include five (2) hard copy sets and one (1) set on CD-ROM. The package will include an index of drawings (by sheet number and title) and specifications (by section number and title) submitted. The packages will be submitted to the Contracting Officer. B.Design Review Meetings: 1.A review meeting to resolve design issues will be held for each design review package submitted. The meeting will include discussion of VA comments on functional relationships and technical peer review comments (by others). 2.Participants will include RFP A/E, VA Staff and DB team members as appropriate for the specific package to be reviewed and others. The DB team members will each allow for one (1) full day for each discipline/package design review meeting. DB team management will be present at each review meeting. 3.The DB team shall allow a minimum of ten (10) working days for each review cycle. A cycle includes: a.The VA's receipt of the design review submission package. b.The review meeting. c.DB teams receipt of comments from the VA, either electronically, by fax, or by hard copy delivery. 4.Coordination of the review meeting schedules will be the responsibility of the VA Project Manager (for the VA and RFP AE) and the DB Team Project Manager (for the DB Team). See section H. Quality Assurance/Quality Control. C.Electronic Media: 1.Design review submission drawings and final Construction Document submission drawings will be executed in electronic format AutoCAD version 2011. 2.The drawings included in the VA RFP will be available to the DB team in electronic format in AutoCAD version 2011 for use in preparing the construction drawings. Since data stored on electronic media can deteriorate undetected or be modified without the RFP Architect/Engineer's knowledge, the CADD drawing files are provided without warranty or obligation on the part of the RFP Architect/Engineer as to accuracy or information contained in the files. The user shall independently verify all information in the files. Any user shall agree to indemnify and hold the RFP Architect Engineer harmless from any and all claims, damages, losses, and expenses including, but not limited to, attorney's fee arising out of the use of the CADD drawing files. 3.Design review submission specifications and other 8 1/2 by 11 formatted material and final Construction Document submission specifications and other 8 1/2 by 11 formatted materials will be executed in electronic format Microsoft Office, Word. 4.The specifications included in the VA RFP shall be available to the DB team in electronic format in Microsoft Office, Word, for use in preparing the construction specifications. Since data stored on electronic media can deteriorate undetected or be modified without the RFP Architect/Engineer's knowledge, the CADD version 2011 drawing files are provided without warranty or obligation on the part of the RFP Architect/Engineer as to accuracy or information contained in the files. The design builder shall independently verify all information in the files and shall agree to indemnify and hold the RFP Architect Engineer harmless from any and all claims, damages, losses, and expenses including, but not limited to, attorney's fee arising out of the use of the electronic files. 5.The construction record drawings shall be completed in AutoCAD version 2011. D.Professional Licensing: 1. The DB A/E who prepares the construction documents shall be a professional architect or engineer licensed in the State of Texas. 2. The professional seal indicating such license by the state shall appear on the final construction documents. The architect whose seal is shown will be known as the Architect of Record. The DB A/E shall certify compliance with the VA RFP and all applicable codes. E.Approved Construction Documents: 1.The final construction document submission package will be submitted by the DB team for approval by the VA after completion of the 95% review cycle for the final package to be submitted by the DB team. The VA will have 5 days to take approval action. 2.The final construction documents submission package will include a full set of construction documents including all disciplines/packages. 3.The final construction documents submission package will incorporate all VA supplied comments from the earlier 50% and 95% submission package reviews and will comply with the VA RFP. 4.If the final construction documents submission package is not complete a post submittal may be required the cost of which will be borne by the DB Team. 5.The approved final construction documents include such details that the project can be constructed and will be used for construction of the project. 6.See CONSTRUCTION PERIOD SUBMITTALS for Approved Construction Document distribution. F.Construction Drawing Preparation - Mandatory material and equipment schedules and details may be indicated either on the drawings or in the specifications, at the option of the DB team. The construction drawings shall include a coordinated set of the following: 1. Structural drawings including foundation plans, framing plans, radiation shielding, schedules, and details, including general notes and all calculations. Structural drawings shall include elevation and detail for the radiation shielding. 2. Architectural drawings include floor plans showing and identifying equipment required. Architectural drawings shall include detail and elevation for all equipments. 3. Fire protection drawings including floor and roof plans, riser diagrams, equipment schedules, and details, including general notes calculations and all related calculations. 4. Plumbing drawings including floor and roof plans, riser diagrams equipment schedules, plumbing fixture schedules, and details, including general notes, and all related calculations. 5. HVAC drawings including floor and roof plans, equipment schedules, and details, including general notes and all related calculations. Also provide sections for mechanical equipment rooms and sequence of operation for all HVAC equipment. Submit duct and piping layouts for the area. Provide flow and control diagrams for hot water, chilled water, and compressed air. Where existing of HVAC systems are retained and modified to serve new or existing areas, show what steps must be taken for proper functioning of the integrated systems. Provide demolition drawings showing the extent of removal for exiting systems and equipment. 6. Electrical drawings include site demolition plans, site, floor and roof plans (power, lighting, cable access run, communication and other systems), one-line diagrams, panel schedules, equipment schedules, light fixture schedules calculations and details. One-line diagrams of the normal and emergency electrical power distribution system shall be submitted. Include low voltage main and secondary power distribution panels. Verify that existing feeders to be reused are adequately sized for the proposed project. A complete survey of electrical supply shall be conduct and provide a copy of this survey to COR prior to any modification. Inform the COR if the isolation transformers and/or power conditioner are required where the specified requirement cannot be met. Preliminary design data, assumptions, and calculations shall be submitted. 7. Fire Protection drawings floor and roof plans, riser diagrams, equipment schedules, and details, including general notes calculations and all related calculations. G. Construction Specifications - Project specifications shall include specifications for all products, materials, equipment, methods, and systems shown on the construction drawings in accordance with standard professional practice and the VA RFP. The specification submitted for review shall include: 1.The name of the manufacturer, the product name, model number, and indicate if an equivalent is acceptable. Other identification as appropriate to clearly identify the product that will be used in the construction of the project shall be included; 2.Other data as appropriate to clearly identify the product that will be used in the construction of the project i.e. shop drawings, product data, and samples as required by the VA RFP documents; and 3.The required stamp of the licensed architect or engineer of record will be considered as certification of compliance with the RFP requirements. H. Design Requirements - Compliance with codes and standards. 1.Project design shall be in compliance with applicable standards and codes described in VA Program Guides and design materials included or referenced in the solicitation materials. 2.See Approved Construction documents, above, for required inclusion of design review comments. 3.The DB team shall provide prompt, written notification to the Contracting Officer concerning conflicts with, or recommended deviations from codes, laws, regulations, standards, and opinions of review officials as described above. No work altering the scope of this contract shall be undertaken prior to receipt of written approval from the Contracting Officer. I. Quality Assurance/Quality Control: 1.To reduce design errors and omissions, the DB team shall develop and execute a QA/QC plan that demonstrates the project plans and specifications have gone through a rigorous, thorough review and coordination effort. 2.Within 2 weeks of receipt of Notice to Proceed, the DB Team will submit a QA/QC plan describing each QA/QC task that will be taken during the development of the various design submission packages and the name of the DB Team member responsible for QA/QC. a.Upon its completion each task shall be initialed and dated by the responsible DB Team member. b.A 100% completed QA/QC plan shall be submitted with the final construction document submission package. D2.Construction Period Submittals A.The DB contractor shall distribute a total of two (2)full size and two(2) half size sets of the approved construction documents prepared by the DB Team to the VA and RFP AE, as directed by the VA Project Manager. B.Other submittals - The DB team shall submit test results, certificates, manufacturer's instructions, manufacturers' field reports, etc. as required by the VA RFP specifications, to the Contracting Officer. C.Project record drawings - The DB team will maintain a set of construction documents (field as-built drawings) to record actual construction changes during the construction process as required by the RFP specifications. The project record drawings will be available for review by the VA Resident Engineer at all times. D.Shop drawings and submittals - The DB A/E shall check government furnished and/or the DB construction contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the RFP Documents and construction documents. The DB A/E shall recommend approval, disapproval, or other suitable disposition to the COR. The COR will have final approval authority. The DB AE shall evaluate the submittals with reference to any companion submittals that constitute a system. When necessary, the DB A/E will request the DB Construction Contractor to submit related components of a system before acting on a single component. Should this procedure be inappropriate, the DB A/E shall review all prior submittals for related components of the system before acting on a single component. The DB A/E may be required to hold joint reviews with the VA technical staff and /or the RFP AE on complicated system submittals. The DB A/E shall notify the COR in writing of any and all deviations from the requirements of the construction documents that he has found in the submittals. D3.Project Close-Out The DB team shall comply with the requirements in the "General Conditions", Section 01001, and "General Requirements", Section 01010, for submission of final RFP as built drawings, manuals, and other documents as noted. All required as built drawings and specifications will be submitted in the same format required for the construction documents. D4.Site Visits and Inspections During the construction period the DB A/E shall make visits to the project site when requested by the COR at critical phases of the project. The COR may also request visits for special purposes. Only registered architects and engineers thoroughly familiar with the project may make these site visits. The COR has the prerogative to determine the professional discipline(s) required for any visit. The DB A/E shall observe the construction, advise the COR of any deviations or deficiencies or solutions to issues discussed. A site inspection report which includes the purpose of the inspection, items reviewed, deficiencies observed, recommendations and additional actions required, shall be furnished to the COR within three work days following the site visit date. - - E N D - - -
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25613R0308/listing.html)
- Document(s)
- Attachment
- File Name: VA256-13-R-0308 Combine.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603420&FileName=VA256-13-R-0308-000.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603420&FileName=VA256-13-R-0308-000.pdf
- File Name: VA256-13-R-0308 P09_Prosthetics Design and Build FY 13 Solicitation_2.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603421&FileName=VA256-13-R-0308-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603421&FileName=VA256-13-R-0308-001.docx
- File Name: VA256-13-R-0308 Cost Estimate _ Area 1 Prosthetic FY13_2.xls.xml (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603422&FileName=VA256-13-R-0308-002.xml)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603422&FileName=VA256-13-R-0308-002.xml
- File Name: VA256-13-R-0308 Cost Estimate Prosthetics_area_2_3_FY13_2.xls.xml (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603423&FileName=VA256-13-R-0308-003.xml)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603423&FileName=VA256-13-R-0308-003.xml
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-13-R-0308 Combine.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=603420&FileName=VA256-13-R-0308-000.pdf)
- Place of Performance
- Address: Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN02976401-W 20130202/130131234051-db54a0b7b1f577ecbfce789cab90b376 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |