SOURCES SOUGHT
C -- DESIGN REPLACE BOILER PLANT MAIN ELECTRIC SWITCHGEAR Project # 630A4-17-433 VA NYHHS ST. ALBANS CAMPUS, NY
- Notice Date
- 4/2/2020 2:43:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24220R0076
- Response Due
- 5/5/2020 12:00:00 AM
- Archive Date
- 08/03/2020
- Point of Contact
- Julie Provenzano Julie.Provenzano@va.gov
- E-Mail Address
-
Julie.Provenzano@va.gov
(Julie.Provenzano@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. 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 DESCRIPTION: The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Investigative Services/Study, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, and all other related information for Project No. 630A4-17-433, Design-Replace Boiler Plant Main Electric Switchgear located at VA NEW YORK HARBOR HEALTHCARE SYSTEM, ST. ALBANS CAMPUS, 179-00 LINDEN BLVD, ST. ALBANS, NY 11425. This procurement is restricted to Service Disabled Veteran Owned Small Business (SDVOSB). This is a Sources Sought Notice and this requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $16.5 Million. Magnitude of Construction is between $1,000,000.00 and $5,000,000.00. Potential contractors must be registered in SAM (www.sam.gov) at time of submission of their qualifications in order to be considered for an award. SCOPE OF SERVICE REQUIRED: The general scope of this project is design replace main electrical switchgear and transformers, cables, conduits and associated appurtenances in Boiler Plant Building #64 including investigative site survey and design services that must be in compliance with VA Electrical Design Standards & Criteria; PG 18-10 Electrical, FPA (inclusive), New York State Fire Prevention and Building Code, ADAAG, ASHREA 90.1, NEC 70 & 70A, AISC, ACI.. Design work shall address architectural, structural, mechanical, plumbing, electrical, HVAC and fire protection concerns. The design will also be done to ensure that it meets all the requirements / specifications for local, state, and federal codes. The estimated construction cost for the design must fall within the VA budget. Final design submission shall include phased drawings of all demolition and construction work as required providing for temporary power during boiler plant switchgear and motor control center replacements. I. A/E SCOPE OF SERVICES 1. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. 2. Project completion of construction documents, including final design, contract drawings, specifications, and cost estimate is to be 300 calendar days from award of contract. 3. The A/E shall perform a thorough study of the existing electrical system in the boiler plant in order to determine the best type, size and capacity of new switchgear to be installed. The A/E shall review the different switchgear options and systems available and provide a narrative of the positives and negatives for each system. 4. The project design includes removing and replacing the existing 480-volt Substation #1 and Substation #2 in the boiler plant. 5. The project design includes removing and replacing the existing 208-volt Motor Control Center #1 and Motor Control Center #2 and associated 480-volt transformers. 6. The project design includes removing and replacing the existing 4160-volt Transformer A and Transformer B serving the Boiler Plant Building 64. 7. The project design includes all electrical, mechanical, structural and architectural associated with the new the Boiler Plant switchgear. 8. The project design includes providing requirements for temporary power during the boiler plant switchgear and motor control center replacements. 9. Codes required for compliance in this project include but are not limited to: All work shall conform to VA Criteria and regulation. The project design shall comply with VA Electrical Design Standards & Criteria; PG 18-10 Electrical, FPA (inclusive), New York State Fire Prevention and Building Code, ADAAG, ASHREA 90.1, NEC 70 & 70A, AISC, ACI. The latest edition of all associated codes at the time of this contract being signed shall be used. In addition, any governing requirements that are scheduled to take effect on or before December 31st, 2019 are to be included in the design. 10. The A/E shall provide all A/E services necessary for preparation of complete construction documents and construction period services. Work includes verification of existing As-Built drawings, preparation of contract drawings & specifications, and detailed cost estimate. 11. The A/E shall provide complete contract drawings & specifications including demolition, architectural, plumbing, fire protection, structural and mechanical & electrical drawings for construction. 12. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI, site/visits/inspections and prepare As-Built drawings from contractor mark-up. 13. The A/E shall be required to provide 30%, 60%, 90% and 100% design drawings and specifications for review. The A/E shall follow the submission instructions outlined in VA Program Guide PG 18-15 Volume C. 14. The A/E shall be responsible for development of the construction phasing plan, infection control risk assessment plan and the interim life safety measures plan. 15. The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. 16. The A/E shall provide a share point or FTP site that the VA does not have restricted access to for drawing transfer, submittal submission and review during the project. 17. Design of new switchgear should meet existing power requirements and should be able to accommodate a 20% future power upgrade. 18. Provide a detailed material/labor cost estimate for construction of this project at the 100% review stage. 19. Attend pre-bid job walkthrough and provide all engineering responses to questions asked by potential bidders and issue an addendum, if necessary. Attend pre-construction meeting and will be required to answer any technical project related questions and provide meeting minutes. 20. Provide a technical review of all project submittals/shop drawings related to the project and provide all required responses to any design/conflict questions encountered in these areas during construction in an expeditious manner, (two- week turnaround on all submittals) maximum. 21. Provide expeditious responses to all design/conflict questions encountered during the construction term. 22. Upon completion of the project, the A/E will do a complete walkthrough and review (punch list) of the completed project work and verification of the contractual obligations and prepare a written report by close of business the following day. 23. Upon completion of the project, provide a set of stamped Architectural E1 (30 x42 ) as-built drawings stamped and signed by an Engineer licensed in the State of New York. A as well as complete electronic sets in PDF and AutoCAD formats (including reference files/drawings/specifications). 24. The A/E is responsible for performing a site survey and investigative study of the existing electrical system in the boiler plant and prepare design options to the VA. This is to includes accessing the intent and scope of project with Medical Center staff including Facilities Maintenance and Engineering Services. 25. The A/E shall provide complete contract drawings & specifications including but not limited to: Demolition, Civil, Structural, Mechanical, Plumbing, Electrical, Fire Protection, HVAC, Phasing Requirements, Infection Control, Commissioning specifications for all appropriate trades. 26. The A/E shall provide competent design and construction period services utilizing those adequately knowledgeable of the various subordinate design disciplines including, but not limited to the engineering of civil, structural, mechanical, electrical and special systems as required by the project. 27. The A/E shall provide construction period services to include submittal review; shall also provide response to RFI review, site visits/inspections and prepare As-Built drawings from contractor mark-up and prepare a final Punch List . II. The following must be incorporated into the A/E design: 1. Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design. 2. Recommend various options for the VA engineers to evaluate. Options should include: design options, completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall VA objectives. 3. Provide all necessary site survey work to verify As-Built drawings and field conditions. 4. Provide construction period services and site visits. III. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings): 1. Mechanical 2. Electrical 3. Architectural 4. Structural 5. Fire Suppression 6. Plumbing 7. HVAC IV. Document reviews: The A/E shall furnish and provide three (3) sets of drawings and specifications and detailed cost estimates at completion stages of 30%, 60%, 90% and 100%. Provide three (3) sets of completed contract drawing and specifications for bidding purpose and three (3) copies of 100% detailed cost estimate. A licensed New York State professional engineer and /or architect shall stamp the contract drawings. V. Contract Originals and As-Built drawings: Contract originals shall be prepared on standard VA drawing sheets using AutoCad (most recent edition). The A/E shall provide one (1) set of drawings to the VA for record plans at the completion of design. Provide an electronic set and one (1) set of drawings stamped and signed by an Engineer and / or Architect licensed in the State of New York, specifications, and cost estimates at final design submission. Electronic set at 100% final stage is to be provided in both PDF and AutoCAD formats. The A/E shall incorporate all the construction changes to the As-Built drawings at the completion of the construction and the A/E shall turn over the changes in the As-Built drawings to the VA. All work shall be done at the NEW YORK HARBOR HEALTHCARE SYSTEM, ST. ALBANS CAMPUS, 179-00 LINDEN BLVD, ST. ALBANS, NY 11425 in accordance with the work described above and/or tasks described in this contract. COST RANGE Estimated Construction Cost Range: $1,000,000.00 and $5,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. The following evaluation criteria will be used during the A/E selection process: Firms submitting SF330 data for consideration must address each of the following factors in SF330. Professional qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Engineering (Civil, Structural, Mechanical, Electrical, Fire Protection) Architecture Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G. Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Offerors will be evaluated on specialized experience and technical competence in the performance of services similar to those anticipated under this contract with regard to: o Experience with Boiler Plant Main Electric Switchgear projects. o Knowledge of Electric Switchgear and Transformer Central Plant Designs in healthcare facilities. o Experience in providing post construction award services (shop drawing review, as-built drawing and Quality Assurance Plan (QAP) preparation and construction inspection services) Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team including any subcontractors in the areas outlined above. (3) Capacity to accomplish the work in the required time. This factor evaluates the ability of the firm, given their current projected workload and the availability of their key personnel, to accomplish the possible myriad of design projects in the required time. Submission requirements: The general workload and staffing capacity of the design office will be evaluated. List current projects with a design fee of greater than $20,000 being designed in the firms office. ii. Indicate the firms present workload and the availability of the project team (including sub-consultants) for the specified contract performance period; iii. Describe experience in successfully delivering projects per performance schedule, providing timely construction support, and successfully completing multiple projects with similar delivery dates Past performance. Offerors will be evaluated on past performance with Government agencies (emphasis on VA work) and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. i. 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. ii. 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: i. Submit a minimal of three (3) references; any of the following evaluations are acceptable: a. Contractor Performance Assessment Report System (CPARS), b. Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. ii. 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 (attachment #1) 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. 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. iii. 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, Julie Provenzano via email at julie.provenzano@va.gov, prior to the response date. A-Es shall not incorporate by references into their response 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 CPARS and PPQ evaluations will not be counted as part of any page limitation and shall be attached to the SF330, behind the SF330 Part II document (5) Location within a 300-mile radius to the design site (St. Albans, NY) and knowledge of the location (St. Albans, NY); provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract. i. The A/E Firm proximity to the NY Harbor Healthcare System, St. Albans Campus, 179-00 Linden Blvd, St. Albans, NY 11425. ii. This distance is determined according to http://maps.google.com/ iii. This factor evaluates the distance the AE firm's design office or offices from the location of work. Please provide the address (es) and distance of your closest office to the address listed (6) Proposed design approach for this project minimizing impact to various functions of VA Submission requirements: The firm shall provide a project schedule that demonstrates the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. Firms will be evaluated based on the understanding of the project scope, restrictions which must be considered in the schedule, understanding of events associated with coordinating design submittals and incorporating review comments, and the capability to schedule the complete design effort within the proposed contract duration. (7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. Submission requirements: Offerors shall provide documentation (awards, certificates, publications, commendations from within the community) as evidence of reputation and standing of its firm (8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm as a result of improper architectural and engineering services provided in the last three (3) years. Submission requirements: Records and any other documentation of substantiated claims highlighting improper or incomplete architectural engineering services against the firm within the last three (3) years. The SF-330 shall contain a statement affirming that there are no records of significant claims because of improper or incomplete architectural and engineering services. (9) Specific experience and qualifications of personnel proposed for assignment to the project and their record of working together as a team. Submission requirements: Offerors shall submit evidence of individuals experience and qualifications in their respective fields. Additionally, documentation must be provided to show these individuals have worked together as a team on previous projects and their role. (Completing Sections E, F, and G, on the SF-330 meets the documentation requirement). Furthermore, offerors shall describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable Evaluation Scoring Evaluation factors will be evaluated using the following adjectival ratings as follows: Outstanding: Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Good: Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Acceptable: Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is moderate. Marginal: Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Unacceptable: Proposal does not meet requirements and contains one or more deficiencies. Proposal is not awardable. The firm s proposal demonstrates a misunderstanding of the requirement and the approach fails to meet performance standards. The firm s proposal has major omissions and inadequate details to assure evaluators that the offeror has an understanding of requirement. The ratings identified below were used in the evaluation of Past Performance (Criterion 4): Substantial Confidence: Based on the offeror s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. No doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. Satisfactory Confidence: Based on the offeror s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Little doubt exists based on the offeror s past performance that they could satisfy the requirements of the contract. Unknown Confidence (Neutral): No recent/relevant performance record is available or the offeror s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. Limited Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectation that the offeror will be able to successfully perform the required effort. Some doubt exists based on past performance that they could satisfy the terms and conditions of the contract. No Confidence: Based on the offeror s recent/relevant performance record, the Government has little expectations that the offeror will be able to successfully perform the required effort. Significant doubt exists based on the offeror s past performance that they can satisfy the requirements of the contract. SELECTION INTERVIEW: Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF-330 submittal through a formal interview or a discussion questionnaire as determined by the Contracting Officer. NOTE: The Consultant is responsible for the development of a project estimate. The project estimate shall be all inclusive (construction, engineering, legal, administrative, etc). The Consultant shall advise the Contracting Officer in writing if at any time the cost of the project is perceived to exceed the established budget. The Consultant will notify the Contracting Officer at the time it is recognized, not after the fact. Requirement for Electronic Submission Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below. The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation. You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below. In addition, contractors are notified of the award via an electronic Notice of Award e-mail. The award document will be attached to the Notice of Award e-mail. Acceptable Electronic Formats (Software) for Submission of Offers 1. Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access. Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information. Print or scan images of spreadsheets are not acceptable. Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files) 2. Files in Adobe* PDF (Portable Document Format) Files: When scanning documents scanner resolution should be set to 200 dots per inch, or greater. 3. Other electronic format. If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation. Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer. 4. Please note that we can no longer accept .zip files due to increasing security concerns. E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers. a. Subject Line: Include the solicitation number, name of company, and closing date of solicitation. Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type. b. Size: The overall size of the file cannot exceed 7MB; if additional space is required, divide the file into segments with each file size less than 7MB. No more than 2 files at 7MB each will be considered. The Microsoft Outlook � Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt. Security Issues, Late Bids, Unreadable Offers 1. Late submission of offers are outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3). Particular attention is warranted to the portion of the provision that relates to the timing of submission. 2. Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. 3. To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free. Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c ). 4. The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable. 5. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. LIMITATIONS VA NOTICE OF TOTAL SERVICE DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (DEC 2009) (a) Definition. For the Department of Veterans Affairs, Service Disabled Veteran-owned small business concern (1) Means a small business concern (i) Not less than 51 percent of which is owned by one or more veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; (ii) The management and daily business operations of which are controlled by one or more veterans; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and (iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov). (2) Veteran is defined in 38 U.S.C. 101(2). (b) General. (1) Offers are solicited only from veteran-owned small business concerns. All service-disabled veteran-owned small businesses are also determined to be veteran owned small businesses if they meet the criteria identified in paragraph (a)(1) of this section. Offers received from concerns that are not veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a veteran-owned small business concern. (c) Agreement. A veteran-owned small business concern agrees that in the performance of the contract, in the case of a contract for (1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible veteran-owned small business concerns; (2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible veteran-owned small business concerns; (3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns; or (4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible veteran-owned small business concerns. (d) A joint venture may be considered a veteran-owned small business concern if: (1) At least one member of the joint venture is a veteran-owned small business concern, and makes the following representations: That it is a veteran-owned small business concern, and that it is a small business concern under the NAICS code assigned to the procurement; (2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; (3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation; and (4) The joint venture meets the requirements of 13 CFR 125.15(b), except that the principal company may be a veteran-owned small business concern or a service-disabled veteran-owned small business concern. (e) Any veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under. SUBMISSION REQUIREMENTS The applicable NAICS code is 541330 and the small business size is $16.5 Million. This acquisition for design services will be a 100% set aside for service disabled veteran owned small business concern (SDVOSB). All SDVOSBs must be verified by the Office of Small and Disadvantaged Business Utilizations Center for Veterans Enterprise (CVE) through www.vetbiz.gov before award. SDVOSB firms desiring consideration must have a working office located within 300 miles of the Brooklyn, New York city limits and be licensed in New York State. All interested SDVOSB A/E firms are invited to submit Standard Form 330, Architect Engineer Qualifications and for any consultants, on SF 330 Extra Sections E and F. Standard form 330 can be obtained at the following web site: http://www.gsa.gov/portal/forms/download/21DBF5BF7E860FC185256E13005C6AA6 . Qualified Service Disabled Veteran Owned Smal...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/3304f5a1260e4461a05c53e0f282e175/view)
- Place of Performance
- Address: VA New York Harbor Healthcare System;St. Albans Campus;179-00 Linden Blvd.;St. Albans, NY 11425, USA
- Zip Code: 11425
- Country: USA
- Zip Code: 11425
- Record
- SN05609163-F 20200404/200402230213 (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 |