SOURCES SOUGHT
C -- 528-18-118 DESIGN RENOVATE ENDOVASCULAR SUITE SITE PREP
- Notice Date
- 4/22/2020 5:44:45 AM
- 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
- 36C24220R0078
- Response Due
- 5/25/2020 12:00:00 AM
- Archive Date
- 09/01/2020
- Point of Contact
- Colleen McLaughlin, Contract Specialist
- E-Mail Address
-
Colleen.Mclaughlin@va.gov
(Colleen.Mclaughlin@va.gov)
- Small Business Set-Aside
- VSS Veteran-Owned Small Business Sole source (specific to Department of Veterans Affairs)
- Awardee
- null
- Description
- Description This is a Sources Sought-Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Buffalo VA Medical Center, 3495 Bailey Avenue, Buffalo, NY 14215. This requirement is 100% set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. Purpose The intent of this effort is to evaluate the Surgical Department spaces, determine the best location, and perform site preparation renovations to support the installation of new Endovascular medical equipment. The Buffalo VAMC requires a Consultant to perform the Architectural and Engineering (A/E) services necessary to accomplish this goal. The area of consideration is restricted to firms with offices and key personnel to be assigned to the design located within a 400-mile radius of the Buffalo VAMC site as indicated by a mapquest.com driving directions search from the prime designer s address listed. The address of the prime designer can be the main office address listed in Vetbiz, or a secondary, staffed location with a physical address (no PO Box) It may not be the office of another company or subcontractor. Written questions pertaining to this requirement should be submitted no later than 4:00 PM. Eastern Time, May 8, 2020. Interested firms should submit their current SF-330, Parts I and II, to Colleen.Mclaughlin@va.gov. The SF-330s are due no later than 4:00 PM, EDT, May 25, 2020. General VA intends to award an Architect/Engineer contract for complete design services (preliminary concepts and layouts, program development, investigative services, preparation of contract drawings and specifications, cost estimating services, and construction period services) for the Design Renovate Endovascular Suite Site Prep Project# 528-18-118. The design shall meet current design guide standards. The Consultant shall review the VA Technical Information Library (TIL) and adhere to current design standards for the project s design. The design shall conform all current standards adopted after 2016 including but not limited to: VA HVAC Design Manual (Nov 2017) ASHRAE 90.1-2013 (Adopted by VA Oct 2016) The Consultant shall provide Architectural and Engineering (A/E) services associated with the development of drawings and specifications for renovation of the Endovascular Suite Site Prep on second (2nd) Floor within Building 1 at the VA Western NY Healthcare System (VAWNYHS), 3495 Bailey Avenue, Buffalo New York 14215. These services shall include: Site investigation(s) of existing conditions, spaces, and supporting systems related to the existing and future replacement equipment, and research of facility historical drawings Assess the current and associated surgical spaces of the Buffalo VAMC to determine condition, integrity, compliance to current codes/standards and identify suitable installation locations. Consultation and discussion with VA staff to establish Design Basis Determine possible courses of action to resolve issues identified by VAMC and identified by the Consultant during site surveys Develop detailed construction documents, specifications, cost estimates, and an associated execution plan (with phasing, required shutdowns, and overall impact on Medical Center) to install new medical equipment. The Consultant is responsible for the development of an independent construction estimate to verify the government estimate. The Consultant shall advise the Contracting Officer in writing i f the anticipated cost of the construction effort is considerably different from the construction limitation dollar amount (i.e. the funds allocated for the construction effort). A schedule for the design process including all submittals and meetings shall be submitted and agreed upon during the fee negotiation process. SCOPE OF SERVICES: The general scope of this project is to design for the Endovascular Suite Site Prep Renovations and to award construction period services. The Government requires a design of features and systems to meet modern codes and requirements. The period of performance for the design will be approximately 235 days after receipt of the Notice of Award. A full scope of work will be issued with the full solicitation. Scope The existing medical equipment is installed in room 214/215 Building 1 at the Buffalo VMAC. There is some concern that the replacement equipment selected may not fit within the existing room. The Consultant shall evaluate all the surgical spaces, associated infrastructure, and new system requirements to identify possible installation locations. One of the possible install locations must be the existing space. Table 1: New Medical Equipment and Current Installation Location Rooms Department/Area New Equipment 221C/222C/223C/224C/224C-1/225C/226C Surgery/Special Procedures Optima IGS 330 Once an installation location has been determined, all systems (security, alarm, building management, nurse call, code blue, medical gas, electrical, plumbing, mechanical, HVAC, structural, architectural, fire protection, building envelope, patient lift systems, IT infrastructure, etc.) related to these rooms and the neighboring spaces (same floor, spaces above and below) are within the scope of this effort and subject to renovation. Independent of the final equipment installation location, the Buffalo VAMC desires that the renovated space be served by a dedicated HVAC system to improve maintainability and reduce impacts of planned outages. The proposed approach to doing this is to add a new mechanical space above the existing C-Wing Surgical bump out. The new mechanical equipment would then feed down into the renovated space. The existing surgical HVAC system would require analysis and possible modification to ensure proper balance of the remaining surgical space once the renovated space is mechanically disconnected. Structural analysis and assessment of existing C-Wing bump out is required to ensure a mechanical space floor addition is feasible. Additional structural analysis and assessment of equipment installation location and transport path through facility is required to determine dimensional limits, floor loading limits, and if any structural modifications are required for new equipment. Phasing plans and transportation path through facility to installation locations to be identified and documented in drawing set. It will be the Consultants responsibility to interface with the equipment manufacturer/vendor POC to coordinate equipment layout and infrastructure requirements. Vendor contact information will be provided at the time of award. As-Built and Record Documents Buffalo VAMC has limited as-built drawings for the existing rooms and associated subsystems. Although the VA makes every effort to keep drawings current to existing conditions, changes and updates are sometimes not recorded. It is therefore the Consultants responsibility to perform field investigation and verify of the accuracy of the drawings with the actual conditions. The Contractor shall utilize Part I of the fee schedule for this Section. Quality Assurance/Quality Control Plan The consultant is responsible for reviewing the work done by any subcontractors that the Consultant has hired to assist with the completion of this SOW. The consultant must provide the Government with a Quality Assurance/Quality Control (QA/QC) Plan that documents the methods, processes, procedures that are going to be implemented by the Consultant to validate the work their subcontractors perform. See PG-18-15: MINIMUM REQUIREMENTS FOR A/E SUBMISSIONS (as modified for 528-18-118), Part I, Section D. Hazardous Materials Hazardous Material Removal is anticipated for this project. The Consultant is required to perform an inspection (to include destructive investigation and testing if necessary) of the areas to be renovated to identify and test suspect materials. If no suspect materials are identified and no tests conducted, then the Consultant shall document this result in writing on corporate letterhead. If suspect materials are identified and tested for asbestos or lead, then the Consultant shall submit a written report documenting the survey conducted that includes the test results. The Consultant shall then be responsible for developing the appropriate abatement drawings and specifications in accordance with PG-18-15: MINIMUM REQUIREMENTS FOR A/E SUBMISSIONS (as modified for 528-18-118), Part I, Section O. Construction Cost Estimate The Consultant is responsible for the development of an independent construction cost estimate at several points throughout the design process. The Consultant shall advise the Contracting Officer in writing if the anticipated cost of the construction effort is considerably different from the construction limitation dollar amount (i.e. the funds allocated for the construction effort). The construction limitation dollar amount for this effort is: $2.5M Personal Protective Equipment (PPE) The Consultant is responsible for obtaining/providing, inspecting, and maintaining any required Personal Protective Equipment (PPE) necessary to perform services identified in this SOW. Approach This Scope of Work has been broken down into general requirements that are applicable to the entire contract as well as several parts to coincide with VA Form 10-6298: General Section 3.1 Investigative Services Section 3.2 Schematic Design 35% - Section 3.3 Detail Design 65% and Construction Documents 95% - Section 3.4 Bid Documents 100% - Section 3.5 Construction Support Services - Section 3.6 Site Visits Section 3.7 The Consultant shall adhere to the general requirements when providing any design related services or construction services. Design Phase Definitions and Timing The design phases for this effort are defined in PG-18-15: MINIMUM REQUIREMENTS FOR A/E SUBMISSIONS (as modified for Project: 528-18-118). All design phases are an iterative process where the A/E obtains client input, refines the design, and then presents the updated design for client feedback/approval. The number of design submissions required in this SOW reflects the iterative nature of this process while the percentage moniker for each submission (e.g. 35%, 65%, 95%, and 100%) reflects the level of information contained in each submission. The contents and format of each submission are also located in PG-18-15: MINIMUM REQUIREMENTS FOR A/E SUBMISSIONS (as modified for Project: 528-18-118). Site Information Access Although the Buffalo VAMC is a public facility, access to facility maintenance areas, electrical areas, mechanical areas, roof access, and certain other portions of the medical facility are restricted from the general public. Accessing these areas may require advance notice, pre- approval, and scheduling to gain entry. All visits and access requests to the Buffalo VAMC under this scope of work shall be coordinated through the COR or the Technical POC. Photography It is VHA policy to respect the privacy of all persons (e.g., Veterans, patients, residents, members of the VHA workforce, and visitors) consistent with the needs of operating a national health care system. Privacy protections on VHA premises vary according to the needs and purposes of different types of areas, the persons included, and the purpose of the production and use of photographs, digital images, and video or audio recordings (excerpt from VHA Directive 1078). Photography of as-built and site conditions are permissible actions under this SOW when photography activities are coordinated with the COR. The Consultant shall ensure that any photographs taken do NOT include any VHA patients, members of the VHA workforce, or visitors to the VAMC facility. Page 9 of 9 Applicable Documents The following documents are applicable to this Scope of Work (SOW) to the extent specified herein. While every effort has been made to ensure the completeness of this list, document users are cautioned that they must meet all specified requirements of documents cited in sections 3 of this SOW, whether or not they are listed here. Government Documents The following directives, guides, handbooks, and drawings form a part of this document to the extent specified herein. Unless otherwise specified, the latest revisions available shall be used. Copies of construction related Department of Veterans Affairs directives, guides, and handbooks are available from the Office of Construction and Facilities Management website: http://www.cfm.va.gov/til/index.asp The design must, at a minimum, be in accordance with all applicable codes indicated in the Department of Veterans Affairs (VA) Design Manuals and VA Publications (Master Construction Specifications, Construction Standards, National Fire Protection Association (NFPA), Underwriters Laboratory, International Building Code IBC 2003, NFPA and National Electric Code (NEC), building codes and standards, and VA Information Security Handbook 6500.6, etc.). All designs will follow, but not be limited to, VA Space Planning Specifications, in conjunction with the VA Master specifications as outlined in VA Handbook 7610. The design will be completed in a manner such that the estimated construction cost is within the VA budget. EXISTING CONDITIONS Location Services performed under this scope will be for and conducted in part at the VA Western New York Healthcare System (VAWNYHS), Buffalo VA Medical Center (VAMC) located at 3495 Bailey Avenue, Buffalo, NY 14215. Background The Buffalo VAMC was originally constructed in 1947 and is comprised of 25 buildings and structures totaling 1.1 million square feet. The existing Endovascular Suite medical equipment has reached its design life and is scheduled to be replaced. To install this equipment, the supporting spaces must be assessed and renovated to ensure they can support the new equipment. OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA: The submitted SF-330s will be evaluated on the following criteria: This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.602-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals: The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) is of slightly less importance than (1) through (4); Criteria (6) and (7) are of slightly less importance than (5) but are equal value among themselves. Specific evaluation criteria include: 1. 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. 2. Professional Qualifications necessary for satisfactory performance of required services. 3. Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates shall be included as an evaluation criterion when construction period services is included in the statement of work for A-E services. 4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedules. 5. Capacity to accomplish the work in the required time. 6. Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 7. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Criterion 1 - 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: Experience with design of Endovascular rooms. Experience with specialized HVAC and electrical design for healthcare facilities; Experience with government designs and construction. Experience with extensive site survey skills 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 in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member actually proposed to manage and/or perform work under this contract. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part 1, Section F Item 25 Firms from Section C Involved in this Project, block (1). Include a contract number or project identification number in block 21. Include an e-mail address, and phone number for the point of contact in block 23(c). Include in the project description the contract period of performance, award contract value, current contract value, a summary of the work performed that demonstrates relevance to specialized experience as outlined above. If the contractor served as a subcontractor on a project, indicate the value of the work they provided towards the performance of the overall project. If a project was performed by a joint venture, and not all joint venture partners are on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the Offeror is a joint venture, information should be submitted as a joint venture; however, if there is no information for the joint venture, information should be submitted for either joint venture partner, not to exceed a total of five (5) projects for this criterion. Projects shall be submitted on the SF-330. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards that fit within the definition above. Examples of project work submitted that do not conform to this requirement will not be evaluated. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. All information for Criterion 1 should be submitted in Part 1, Section F of the SF-330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluating Criterion 1. Criterion 2 - 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 Architecture, Structural, Mechanical, Electrical, Interior Design, Acoustical, Environmental services and Fire Protection Engineering 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. Criterion 3 - Experience in construction period services to include professional field inspections during the construction period, review of construction submittals, support in answering requests for information during the construction period, and support of construction contract changes to include drafting statements of work, and cost estimates. Submission requirements: Offerors shall submit evidence of construction period services performed during example projects from Criterion 1. Include specific services in Section F, block 24 performed for that project. Criterion 4 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1. Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 2 Attn: Colleen McLaughlin via email at Colleen.McLaughlin@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS 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. Criterion 5 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time. Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously. Criterion 6 - Location within a 400-mile radius to the design site (Buffalo, NY) and knowledge of the location (Buffalo, NY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. 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. Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government. Criterion 7 - Subcontracting. The extent to which potential contractors identify and commit to the use of service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Submission requirements: Indicate sub-consultant firms socio-economic status on SF 330 Part I, Contract Specific Qualifications, Section C, Proposed Team. 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. GENERAL INFORMATION: All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. The A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A-E and Contractors to allow for regular tracking of schedules and work by the VA Medical Center. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. The estimated magnitude of construction is between $1,000,000 and $5,000,000. The A-E will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The A-E will provide documents at each submission as indicated in the statement of work. The NAICS code for this procurement will be 541330, Engineering Services. The current small business size standard for 541330 is $16.5 million. 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 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) Files in Adobe* PDF (Portable Document Format) Files:� When scanning documents scanner resolution should be set to 200 dots per inch, or greater. 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. 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. 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.� Size:� Maximum size of the e-mail message shall not exceed five (10) megabytes.�The SF330, in its entirety, shall not exceed one email of 10MB. If the size limits are exceeded, the VA may not receive the file and/or you may not be considered. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation. 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 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.� � Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers. � 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 ). 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. Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals. Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d7f08c1ae83f4ec29409bf5c14f571d3/view)
- Place of Performance
- Address: Department of Veterans Affairs;Buffalo VAMC;3495 Bailey Avenue;Buffalo, NY 14215
- Zip Code: 14215
- Zip Code: 14215
- Record
- SN05632627-F 20200424/200422230138 (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 |