SOLICITATION NOTICE
C -- Correct Accessibility Deficiencies, Bldg 1, 508-19-105
- Notice Date
- 11/26/2018
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- 36C24719R0019
- Archive Date
- 1/25/2019
- Point of Contact
- 404-321-6111 x 5503
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- 36C24719R0019 This request and procurement is 100% restricted to Service-Disabled, Veteran-Owned Small Businesses (SDVOSB) THIS IS NOT A REQUEST FOR PROPOSAL. THIS IS A REQUEST FOR SF 330'S ARCHITECT/ENGINEER QUALIFICATION PACKAGES ONLY. ALL INFORMATION NEEDED TO SUBMIT SF 330 DOCUMENTS IS CONTAINED HEREIN. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLAN HOLDER LIST WILL BE ISSUED. THERE WILL BE NO SITE VISITS ARRANGED DURING THIS PHASE OF THE REQUIREMENT. THIS PROJECT IS SUBJECT TO AVAILABILITY OF FUNDS. 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. Federal Acquisitions Regulation (FAR) 36.6 selection procedures apply. Firms that design or prepare specifications in conjunction with this contract are prohibited from participating on any future contracts based on those documents. GENERAL INFORMATION: The Department of Veterans Affairs, Atlanta Veterans Administration Medical Center (VAMC), is seeking sources and intends to award a firm fixed-price contract for Architect/Engineering (A/E) services for the development of complete construction documents, which include working drawings, specifications, reports, and construction period services, for Project 508-19-105 Correct Accessibility Deficiencies Bldg. 1. The A/E Services listed herein is being procured in accordance with the Federal Acquisition Regulation (FAR) 36.6 and VAAR 836.6. All submissions will be evaluated in accordance with the evaluation selection criteria as specified herein. Point of Contact: Evonne Huggins, Contracting Officer Email: Evonne.Huggins@va.gov PROJECT INFORMATION The NAICS Code for this procurement is 541330 Engineering Services and the annual small business size standard is $15M. The projected award date for the anticipated A/E contract is on or before July 7, 2019. The anticipated period of performance for completion of design is 266 calendar days after Notice to Proceed. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $1,000,000 and $2,000,000. The anticipated award date of the construction phase of the project is projected to be by Dec 22, 2019 An Architect & Engineer (A/E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A/E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. STATEMENT OF TASK/SCOPE OF WORK GENERAL SCOPE OF WORK: IMPORTANT: The Architect/Engineer (A/E) WILL BE SOLELY RESPONSIBLE and LIABLE for the professional engineering, architectural and technical accuracy and coordination of the construction contract documents among the various engineering/architectural disciplines, a detailed cost estimate, and other services and documentation furnished under this contract. NOTE: The Department of Veterans Affairs (hereinafter the VA ) WILL NOT be responsible and accountable for performing engineering/architectural design services. The A/E consultant shall provide services of professional architects and engineers to accomplish the scope of work described herein. The prime consultant shall be an architectural firm licensed to provide professional architectural services. The prime consultant shall have documented direct experience on at least 3 healthcare projects similar in scope and complexity within the past 5 years. Services shall include providing comprehensive architectural and engineering services to produce complete contract construction drawings and specifications that are appropriate for competitive bidding in an open market environment. The consultant shall also provide thorough site investigation services to document existing conditions, space and equipment planning services, technical reports, cost estimates, construction administration services and other related professional services as noted. Scope of Work: The purpose of this project is to complete needed critical patient and staff accessibility corrections for Building 1 (Main Hospital). Project will correct identified failing access conditions identified as "F's" or "D's" per the most recent FCA report. This project will bring restrooms, locker Rooms, showers, signage and countertops into compliance with ADAAG (Americans with Disabilities Act Accessibility Guidelines), ABAAS (Architectural Barriers Act Accessibility Standard), and VA PG-18-13 (Architectural Accessibility VA Barrier Free Design Standard). Project location is across floors within Building 1 (Main Hospital), including but not limited to Basement, levels 1, 2, 3, and 5. This project will address non-compliant issues in patient as well as staff accessibility. Such non-compliance needs to be corrected per VA requirements and to ensure the safe as well as accessible use of the VAHCS to our Veterans. Functions included in the project directly include patient services and maintenance, however all aspects of patient care will be impacted by the correction of identified accessibility issues. The project will renovate needed areas with identified accessibility deficiencies including patient areas of restrooms and waiting rooms, as well as staff areas of locker rooms, lavatories, and restrooms (no new or demolished space planned). No additional parking spaces are included in the project (surface or structure). The project will greatly impact the VA Health Care System by addressing significant accessibility issues for our Veterans in wheelchairs and with accessibility needs. Correction of such failing conditions and non-compliance will ensure ongoing use of existing space and alleviate potential patient and staff safety/access concerns This project will correct critical failing FCA deficiencies D and F related to patient and staff accessibility for building 1 (main hospital) at the Atlanta VAHCS. The project will address the following deficiencies: FCA Record Number: 266546, Building Number: 1A, System: Architectural, Subsystem: Accessibility, Condition D: The staff locker rooms should provide at least one accessible locker per male and female. The staff showers are required to include at least one accessible shower per male and female. The sinks at staff break rooms are not accessible and require trap insulation. FCA Record Number: 266549, Building Number: 1A, System: Architectural, Subsystem: Accessibility, Condition D: The skirt below the lavatories in restrooms 3A-201and 5A-171A are vertical, but should be sloped to provide knee space per accessible requirements. FCA Record Number: 266578, Building Number: 1B, System: Architectural, Subsystem: Accessibility, Condition D: Restroom GB-103B is not accessible. Provide handrails at the toilet. Restroom GB-136 is missing one grab bar. Restroom GB-103D requires at least 1 accessible locker. FCA Record Number: 266579, Building Number: 1B, System: Architectural, Subsystem: Accessibility, Condition D: Men s restroom (1B-150): Replace the wood grab bar with a stainless-steel grab bar. Provide an accessible lavatory at the lockers. FCA Record Number: 266580, Building Number: 1B, System: Architectural, Subsystem: Accessibility, Condition D: The 1st Floor family restroom is not fully accessible. Provide a missing rear grab bar at the toilet. FCA Record Number: 266581, Building Number: 1B, System: Architectural, Subsystem: Accessibility, Condition D: The staff lounge (2B-183) does not have an accessible sink. Lower the counter top height or provide accessible knee space at the sink. FCA Record Number: 266582, Building Number: 1B, System: Architectural, Subsystem: Accessibility, Condition D: Men s restrooms (2B-129 and 2B-187) are not accessible. Provide accessible lavatories and lockers. The entry Access to 2B-187 is narrow. Widen the entry door to be fully accessible. FCA Record Number: 122883, Building Number: 1B, System: Architectural, Subsystem: Accessibility, Condition D: The emergency room waiting area was renovated, however the waiting room is small and does not meet VA requirements. Men s Restroom (2B-129) and Women s Restroom (2B-130) are not fully accessible. Complete the renovation of the public restrooms and provide fully accessible restrooms. FCA Record Number: 122859, Building Number: 1C, System: Architectural, Subsystem: Accessibility, Condition D: Patient waiting room: Restroom 5C-114 is too small, enlarge restroom as needed. Men s and Women s public restrooms, remove the older marble partitions and plumbing fixtures and provide grab bars and privacy locksets. Replace the ramp at the east end of building with 20 ft. of new concrete. Provide about 40-50 accessible trap insulation. Remove the plumbing fixtures and toilet partitions in restroom 2C-173. Remove the plumbing fixtures and toilet partitions in restroom 2C-175. FCA Record Number: 266603, Building Number: 1C, System: Architectural, Subsystem: Accessibility, Condition D: The staff lockers should provide at least one accessible locker per male and female. The staff showers should include at least one accessible shower per male and female. The sinks at the staff break rooms and conference rooms should be accessible. Lower the cabinets or provide accessible knee space. Provide accessible water coolers on the 9th floor. FCA Record Number: 122855, Building Number: 1D, System: Architectural, Subsystem: Accessibility, Condition F: Provide an accessible transaction counter at the lobby reception desk. FCA Record Number: 337849, Building Number: 1D, System: Architectural, Subsystem: Accessibility, Condition D: Basement: Men s and Women s public restrooms are not accessible. Provide fully accessible restrooms with accessible plumbing fixtures. 1st floor: Women's and Men s locker rooms are not accessible. Provide fully accessible locker rooms with accessible showers and plumbing fixtures. 2nd floor: Men s and Women s public restrooms are not accessible. Provide fully accessible restrooms with accessible plumbing fixtures. Technical disciplines include but are not limited to architecture, interior designer, structural engineering, fire protection engineering, mechanical engineering, plumbing engineering, electrical engineering, industrial hygiene, scheduling, and cost estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). Provide Space and Equipment Planning services based on the guidance included in VHA Space Planning Criteria as defined in VA Program Guide PG-18-9. The project shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2004 to document the energy savings. Should the 30% reduction in energy consumption prove not to be life-cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life-cycle cost effective. The following parameters shall be used for performing the analysis: 20 year life-cycle period for system comparison Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, EnergyPlus, etc. 3% Discount Factor Do not include taxes or insurance while computing costs. Based upon the approved Schematics and other program materials furnished by the VA, and any further adjustments in the design scope or quality of the project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by the VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the construction of this project. The A/E shall be responsible for and liable for the professional technical accuracy and coordination of the construction contract document, detailed cost estimates, and other work furnished under this contract. As construction costs for the Atlanta, Georgia area and in particular the Atlanta Veterans Affairs Medical Center (VAMC) are substantially different from other areas, The A/E is required to confirm estimates for each discipline with appropriate databases, manufactures, subcontractors, and general contractors to insure accuracy. Also, as the various factors involved in the construction estimating can change rapidly, it is required that the A/E develops the estimate using Microsoft Excel spreadsheet that can easily accommodate these changes. The cost estimates shall be grouped utilizing the CSI MasterFormat 2004 (M404). The cost estimate shall be quantitative, descriptive, detailed, and include facets of work and costs required to complete construction. The cost estimate shall include both Government Furnished Equipment and Contractor Furnished Equipment. The cost estimates shall be developed utilizing the latest version of R.S. Means. Cost estimates shall include both the R.S. Means unit costs and R.S. Means record identifier. It shall be the responsibility of the A/E to advise the Government promptly when, in the A/E s judgment: the budgetary limitations prohibit design in conformance with the approved construction project scope. If the A/E estimated cost of the project exceeds the amount indicated on the VA form, sufficient options shall be recommended by the A/E at the time of the 25% Review to establish the cost within the amount indicated on the project description. Some of the agreed upon options may include additives in the final bid documents prepared by the A/E if the Contracting Officer and the A/E agree that it would be reasonable to do so. The construction document submitted by the A/E shall represent the most economical engineering solution possible for the scope of work with A/E contract. The construction document shall be in accordance and comply with current criteria, guides, and specifications established by the Department of Veteran s Affairs and shall be in accordance with the best Engineering practices. In addition, the A/E s design shall comply with the latest OSHA, NFPA, TJC requirements and all federal, state, and local codes. The A/E is responsible for producing a complete set of drawings, design narrative/analysis, calculations, and edited VA specifications in accordance with professional standard practices. The A/E shall outline the phasing requirements of the project. The phasing requirements shall describe the general sequence of construction work, the estimated phase duration, and the Government constraints that will influence the construction contractor s execution and completion of work. The A/E shall be responsible for recording the phase requirements. Information, including drawings and other documentation, provided to the A/E shall be used as reference only. The A/E shall field verify everything and shall not use any drawings provided for plan or elevation views. The final drawings submitted by the A/E shall be of original design and shall be the result of field verifications, and shall not be take-offs, or tracings, of any drawings or other information provided. Construction scheduling, i.e., sequence of events and time of construction, shall be submitted for all projects. The A/E shall use the Microsoft Project software or equivalent for submitting construction schedule. For projects which involve interruptions of existing building operations or major utility interruptions, it shall be the A/E s, responsibility to discuss the required outages with the COTR/Contracting Officer, and establish a construction schedule for these interruptions in the construction contract document. The A/E must also show the requirements of the anticipated in the construction contract document. Where these outages and interruptions adversely impact the project costs or time for completion, the A/E must notify the Contracting Officer immediately. A brief description of the restrictions and their basis will be required. The time estimate shall include allowances for mobilization, lead time for materials, phasing of work, time to perform work, and allowances for weather. Current Fort McPherson VA Clinic working hours are 7:00 AM 5:00 PM Monday through Friday. In an effort to reduce construction change orders due to design errors and omissions, the A/E shall develop, execute, and demonstrate that the project plans and specifications have gone through a rigorous review and coordination effort. A/E shall submit a detailed QA/QC plan describing each step that will be taken during the development of the various phases of design. Each should have an appropriate space where a senior member of the firm can initial and date when the action has been completed. The following Investigative Work shall be included Within the Scope of this Project: Provide any civil, structural, architectural, electrical, environmental, fire protection, mechanical and low voltage systems investigative, (as applicable) work of existing systems necessary to insure the accuracy of your design. Prepare any measured drawings of existing systems or facility required to insure the accuracy of your design. Fire and Life Safety Peer Review: Provide the services of an independent Fire Protection (FP) engineer not affiliated with the prime consultant to conduct Fire and Life Safety Peer reviews of 50%, 75% and 100% submissions. FP engineer shall submit reports summarizing each review directly to the VA COTR/Contracting Officer. Other: Complete review of all RFI, shop drawings or samples and all pieces of supporting documentation (manufacturers information, test reports, field reports, daily reports, installation recommendations, etc.). 15 site visits based on an 8 hour-man-day per visit (within the hours of government business at the facility, including the final inspection and commissioning/activation. IMPORTANT: Field/site visits must be identified as eight-hour (8-hr) visit per $-amount in the A/E services Schedule of Values. The VA will control and authorize each field/site visit and/or reject unwarranted field/site visit including the final inspection. Fire Safety Peer Review of the 50%, 75%, and 100% submissions. Reproduction costs - The cost of reproducing drawings and specifications and all other supporting documentation, and delivery to the VA Contracting Officer shall be itemized and documentation within the A/E Schedule of Values. Provide these estimates. 3. A/E SELECTION PROCESS: Responsive firms submitting SF 330 s in response to this announcement, not later than the closing date and time specified herein and in accordance with submission requirements, will be considered for initial selection evaluation. Following initial evaluation, no less than three firms that are selected as the most highly qualified based on the selection criteria responses, will be selected for interviews. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member actually performing the work under this contract. 4. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: 1) Professional qualifications necessary for satisfactory performance of required service and working together as a team (in-house and/or consultants(s)). Provide brief resumes of proposed team members who will specifically serve as the Project Managers and Designers of Record. The Designers of Record shall perform and direct the design within their respective discipline and shall sign and seal the drawings. All Designers of Record must be professionally registered in their discipline. Each resume shall include a minimum of two (2) specific completed projects that best illustrate the individual team members experience relevant to this contract scope. 2) Specialized experience and technical competence in the type of work required, including, where appropriate on similar projects: experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials (include Government and private Experience). Technical competence includes design quality management procedures, CADD, equipment resources, and laboratory requirements of the prime firm and any subcontractors. In addition, provide information on the effectiveness of the proposed project team (including management structure; coordination of disciplines, offices and/or subcontractors; and prior working relationships). 3) Capacity to accomplish work in the required time. This factor evaluates firm's experience with similar size projects and the available capacity of key disciplines when evaluating the capacity of a firm to perform the work in the required time. The general workload and staffing capacity of the design office will be evaluated. List current projects with similar design fee being designed in the firms office. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. VISN7 will evaluate past performance on recent and relevant contracts with government agencies (emphasis on VA work) and private industry in terms of cost control, quality of work, compliance with performance schedules and a record of significant claims against the firm due to improper or incomplete engineering services (references required). Recent is defined as performance occurring within 5 years of the date of this Sources Sought, except that ongoing projects must have begun no less than one (1) year prior to the issuance of this Sources Sought. Relevancy is defined as performance of work on projects that are similar in scope to the types of projects anticipated under the resultant contracts. Respondents with no previous past performance shall state this when addressing the selection criteria. Where there is no record of past performance, the proposal will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements: Submit a minimal of three (3) references; any of the following evaluations are acceptable: A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a completed CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit for each project included in criterion (2). If a PPQ is submitted, but an official ACASS/CPARS evaluation is found for that project in government databases, the official evaluation will take precedence. If an ACASS/CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for each contract customer/reference. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a contract customer/reference for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ (Attachment #1), including contract and point of contact information for the respective projects. A-Es should follow-up with references to ensure timely submittal of questionnaires. At the reference s request, questionnaires may be submitted directly to the Governments Point of Contact, Department of Veterans Affairs (10N7NLO), Attn: Evonne Huggins Contracting via email at Evonne.Huggins@va.gov, prior to the response date. A-Es shall not incorporate by references into their response ACASS/CPARS or PPQ evaluations previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF330, behind the SF330 Part II document 5) Location in general geographical area of the project and knowledge of the locality of the project; The area of consideration for offeror is a 200-mile driving radius between offeror location and the Atlanta VA Medical Center, located at 1670 Clairmont Rd, Decatur, GA 30033 (Determination of mileage eligibility will be based on www.mapquest.com) (provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project). PER VAAR 836.602-1 6) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Awards, Letters of Recommendation, Outstanding Merits, Evaluations, Letters from past clients, Etc. 7) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. 8) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. The selected A/E must have previous experience in the design of renovation within Medical facilities. The A/E must provide documentation of at least two designs of renovations within Medical Facilities of equal scope and magnitude. The design experience submitted under this criterion must have been completed within the past two (2) years and must contain references with names, and phone numbers, and submitted along with the SF330. 4. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to Evonne.Huggins@va.gov no later than 9:00 a.m. Eastern Standard Time on Jan 3, 2019. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 5MB. If more than one email is sent, please number emails in Subjects as 1 of n. (Example: SF330 Submission, # 36C24719R0014 Project 508-19-106 Correct Main Tower Window Deficiencies Bldg. 1 (1 of n, 2 of n, etc.). AND MAIL THREE (3) HARDCOPIES of SF 330, including Parts I and II, and attachments to: Department of Veterans Affairs 2008 Weems Road Tucker, GA 30084 ATTN: Evonne Huggins All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. All SF 330 submissions must include the following information either on the SF 330 or by accompanying document: 1) Cage Code 2) Dun & Bradstreet Number 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) A copy of the firms VetBiz Registry 6) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identified by name, office location and size/type of business (i.e. SDVOSB, VOSB, 8(a), large, etc.). This is in order to assure compliance with FAR Clause 52.219-14(b)(1) Limitations on Subcontracting. Failure to provide this information may deem the Firm as nonresponsive and preclude SF 330 submittal from being included further in the evaluation process. 7) References noted in Selection Criteria 9 REQUESTS FOR INFORMATON ON THIS PRESOLICITATION NOTICE: All RFIs shall be submitted to Evonne.Huggins@va.gov. The firm and or AE on staff representing the project must follow State of Georgia guidelines under State law for all licensing requirements to sign and seal drawings. Examples of information resources are: Architects - State of Georgia: http://www.stateofgeorgia.com/architects1.html NCARB rules for all States and PR/VI on architectural Licensing: http://www.ncarb.org/en/~/link.aspx?_id=23ECD0D1498C44FDA1D6FCBF2F06E42D&_z=z NOTE: In order for a Service-Disabled Veteran Owned Small Business (SDVOSB) to be considered as a proposed contractor, the firm must be verified and visible by VETbiz (www.vetbiz.gov) and registered in the System For Award Management (SAM) database (www.sam.gov) at time of submission of their qualifications AND at time of award. Failure of a proposed SDVOSB to be verified by the CVE at the time the SF 330 is submitted shall result in elimination from consideration as a proposed contractor. All Joint Ventures must be CVE verified at time of submission and submit agreements that comply with 13CFR 125.15 prior to contract award. Each respondent must be able to demonstrate the ability to comply with FAR Clause 52.219-14, Limitations on Subcontracting. Electronic submittals received after the date and time specified will not be considered. Late proposal rules per FAR 15.208 will be followed for late submittals. Firms not providing the required information may not be considered. All information must be included in the SF330 submission package. It is the offeror s responsibility to check the Federal Business Opportunities website at: www.fbo.gov for any revisions to this announcement prior to submission of SF330s. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-NOV-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/36C24719R0019/listing.html)
- Record
- SN05158738-F 20181128/181126230006 (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 |