Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2020 SAM #6827
SOURCES SOUGHT

C -- DESIGN REHABILITATION PARKING LOTS & ROADS, VA ST ALBANS NY Project #630A4-20-412

Notice Date
8/6/2020 7:30:26 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
36C24220R0132
 
Response Due
9/8/2020 1:00:00 PM
 
Archive Date
12/07/2020
 
Point of Contact
Julie Provenzano, Contract Specialist, Phone: 914 737 4400 2131
 
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. 630A4-20-412, Design-Rehabilitation of Parking Lots and Road 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 $5,000,000.00 and $10,000,000.00. 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. Due to parking lots and road condition the general scope of this project is design rehabilitation consisting of resurfacing existing parking lots, repair and resurface of road and repair or replace sidewalks and curb cutouts. 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. A/E Scope of Work: A/E services to include but not limited to providing complete contract drawings & specifications including demolition, architectural, structural, civil, plumbing, and mechanical & electrical drawings for construction. Design considerations include but are not limited to environmental, landscaping, exterior improvements, earthwork, utilities, construction period services, site visits for the rehabilitation of parking lots, road, sidewalks, curbs and site drainage. This project for Resurface Parking Lots and Repair Resurface Road is located at the VA New York Harbor Healthcare System, Saint Albans Campus, 179-00 Linden Blvd., St. Albans, NY 11425. Specific Requirements: Provide all necessary Architect/Engineer services to complete construction documents and specifications for the Resurface Parking Lots and Repair Resurface Roads project at the New York Harbor Healthcare System- St Albans Campus. The A/E shall provide all necessary technical services to complete construction documents and specifications for the Resurface Parking Lots and Repair Resurface Roads for Project 630A4-20-412. The A/E shall perform a thorough evaluation of the existing parking lots, roads, curbs and sidewalks to determine what areas need to be incorporated into the design. The A/E shall survey the existing site roads, parking lots, curbs and sidewalks and provide a report of their findings; St. Albans VA Site Plan attached for reference (Attch #2). The A/E shall conduct a ground based topographic survey by a State of New York licensed surveyor. Survey limits shall be established by the designer in order to adequately facilitate the complete design of resurface parking lots, repair/replace access walkways and repair resurface road. The A/E shall perform soil borings and subsurface utility survey and investigations as required for the proper design of the project. The project will include phasing as necessary in order to maintain road access to the site as well as maintain existing utilities in service throughout the duration of the project. The design set of drawings and specifications shall include project phasing taking into account traffic flow and minimizing disruption to the facility and to provide maximum availability of parking during construction. Design drawings shall include Phasing drawings, clearly depicting each phase and traffic flow during that particular phase. Some work will be shown to be done off hours, minimizing the impact of road down time on the facility. This will be further discussed during the design review meetings. The A/E shall perform a subsurface investigation of existing utilities some of which will need to be operational throughout the duration of the project. Design considerations include, but are not limited to site development, landscape architectural, structural, site-storm drainage, sanitary, domestic as well as fire service water utilities, electrical utilities, site lighting, critical path method and estimating. The potential AE will be encouraged to visit the site prior to submitting a proposal for AE services. The A/E shall provide construction documents and specifications to resurface the main roadway around the campus that starts at the main entrance gate and loops around the entire property. The project design includes providing new roadway stripping and speed bumps where applicable. The A/E shall provide construction documents to resurface the parking lots in front of Building 89, the parking lots adjacent to the guard house Building 60, the Outpatient Clinic parking lot at the rear Building 88, Parking Lot B1 at the rear of Building 89, Parking Lot B2 adjacent to the fuel oil tanks, the parking area outside Building 65 and the parking lot outside the Laundry Plant Building 173. The project design includes providing new parking lot space stripping and any required bollards and barriers and bicycle racks. The project design includes providing proper drainage to the parking lots including any new required sewers and catch basins and associated piping. The A/E shall provide construction documents and specifications to repair and replace the existing sidewalks that are damaged or in poor condition on the campus. The A/E shall survey all the sidewalks on the campus and determine which sidewalks need repair or replacement and provide construction documents and specifications for this work. The project design includes any new curb cut outs for access that are necessary and code compliant. The A/E shall provide construction documents and specifications to repair and replace the existing curbs and curbing that are damaged or in poor condition on the campus. The A/E shall survey all the curbing on the campus and determine which curbs need repair or replacement and provide construction documents and specifications for this work. The project design includes any new curb cut outs for access that are necessary, and code required. The AE shall provide construction documents and specifications to expand, repair and replace concrete pathway going to generators in Buildings 85,86 and 87. The AE shall review existing parking lot and sidewalk lighting and provide construction documents for new lighting/cabling as needed to ensure adequate coverage in the parking lots and sidewalks. The AE shall provide complete drawings & specifications for new wayfinding signage and traffic signage on the campus. AE to review current way finding and traffic signage and provide a couple of options for best approach to help for wayfinding. The AE to provide complete drawings & specifications for repairs and repaving of loading dock asphalt. The AE to provide complete drawings & specifications to include landscaping in the construction contract. This is to include landscaping on main roadways and landscaping throughout any parking lots. Due to technically complexity extensive interaction and close coordination between the AE firm and the VA will be required for the successful design and construction completion of this contract. All work shall conform to VA criteria and regulations. The project design shall comply with VA Parking Demand Design Manual, the VA Site Development Design Manual, American with Disabilities Act (ADA) requirements, VA Sustainability Design Guide, ASHRAE 90.1 and all applicable NFPA codes. 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. The A/E shall provide complete contract drawings & specifications including demolition, architectural, structural, civil, plumbing, and mechanical & electrical drawings for construction. 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 and prepare a final Punch List . Throughout the design phase and construction phase, the A/E shall produce and maintain all meeting minutes. Meeting Minutes shall be submitted to the VA for concurrence within three (3) working days after a meeting. The A/E shall provide written response to design comments from the previous phases of design prior to submission of the succeeding phase submission within 7 working days of receipt of the Comments from the VA. Incomplete responses are grounds for rejection. Failure to incorporate all documented VA comments into succeeding phase submissions are grounds for rejection. Invoices for work performed cannot be submitted until verification of design comments have been demonstrated to be incorporated into design documents and accepted by the COR. 22.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. Each submission is to be sent to Project COR and the VISN 2 Safety & Fire Protection Engineer; Peter Leszcak for review. 23. Prior to the submission of the un-reviewed final drawings and specifications, the A/E shall conduct a narrative walk-through with the COR for each of the trades included in the project to demonstrate that the work shown on the drawings can be physically constructed as depicted. The trades shall include, but not be limited to architectural, civil, mechanical, structural, plumbing, fire protection and electrical. The designer for each trade shall be present at the walk-through which will encompass all of the physical areas affected by the project. Individual walk-through may be conducted for specific trades. Upon completion of the walk-through, the VA will give direction to the A/E whether the design may proceed to completion as shown or whether some redesign is necessary. The walk-through shall be scheduled by the A/E in a manner that will allow corrections before the un-reviewed final submission due date. Required corrections will not excuse the A/E from submitting the un-reviewed final drawings and specifications on time. 24.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. 25.The A/E shall have the responsibility to coordinate and get approval as needed with all regulatory bodies regarding requirements to include communication with, submission to, review with, and satisfaction of all necessary reviews required. 26.The Architect/Engineer is responsible for completing the VA Privacy and Information Security Awareness training. 27.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. Industrial Hygienist N/A All designs shall conform to VA parking Lot Demand Design Manual, VA Site Development Design Manual, Americans with Disabilities Act (ADA) requirements, NFPA 101 Life Safety Code, NFPA 99 Healthcare Facilities, NEC, ASHRAE 90.1 and VA Standards & Criteria. The following must be incorporated into the A/E design: Meet with VA Engineering Staff to determine the exact functional requirements to be used for the design. Recommend various options for the hospital engineers to evaluate. Options should include: completion time, phasing, noise, dust, infection control, construction cost, impact, feasibility and compliance with overall hospital objectives. Provide all necessary site survey work to verify As-Built drawings and field conditions. Provide construction period services to include a minimum of 8 site visits during construction period services, not including final inspection. 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. The A/E shall have all available As-Built drawings (it is the A/E s responsibility to verify the accuracy of said drawings): Architectural Civil Structural Mechanical Electrical Plumbing 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. 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 final drawings to the VA for record plans at the completion of design. Provide an electronic set and one (1) set of drawings, 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: $5,000,000.00 and $10,000,000.00 TYPE OF CONTRACT CONTEMPLATED The Department of Veterans Affairs is contemplating awarding a firm fixed price contract. ESTIMATED START AND COMPLETION DATES The Department of Veterans Affairs requires design and contract support services. The estimated start and end dates for the design and start and end dates for the construction are as follows: Design Review and Completion Schedule: Start Preliminary and Schematic Design Phase - 14 days Submit 65% Preliminary and Schematic Design Phase for VA review - 21 days Review 65% Preliminary and Schematic Design Phase for VA review - 14 days Submit 100% Preliminary and Schematic Design Phase for VA review - 21 days Review 100% Preliminary and Schematic Design Phase for VA review - 14 days Submit 35% Design Documents for VA review - 30 days Review 35% Design Documents with VA Personnel - 21 days Submit 65% Design Documents for VA review - 35 days Review 65% Design Documents with VA Personnel - 30 days Submit 95% Design Documents for VA review - 35 days Review 95% Design Documents with VA Personnel - 30 days Submit 100% Design Documents for VA review - 14 days Review 100% Design Documents with VA Personnel - 14 days Deliver Final 100% Design Documents for Bidding Purposes - 7 days Total number of days for entire design is 300 calendar days from notice of award. Construction: Number of calendar days to complete construction and IGE to be determined by the AE firm upon completion of design. 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. 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 (7) are considered most important and equal among themselves; Criteria (8) and (9) are of slightly less importance than (1) through (7), but are equal value among themselves; Criteria (8) and (9) are the least important and listed in descending order of importance. Specific evaluation criteria include: 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, Mechanical, Electrical) 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: Mechanical knowledge of roadway, parking lot and sidewalk design and installation Re-grading and soil retainage, paving resurfacing projects of similar size and complexity Knowledge, understanding and appropriate usage of pavement types Experience with stormwater management and treatment practices Knowledge of exterior lighting design and installation 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. Do not include designed, but not yet constructed projects. List who will be doing field investigation on this project and their past experience and/or knowledge of the St. Albans VA Campus. 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 2 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 2. (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. 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 Government's 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) 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. (6) Proposed Management Plan and Design Approach (management plan for the design phase and the construction phase as well as overall design philosophy) Submission requirements: Describe how firm will approach a project of this magnitude from contract award to 100% design 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. If firm is partnering with one or more subcontractors, describe experience that the team has had working together and describe role of team in construction period services. Include information on how the prime SDVOSB firm will perform 50% or more of the work. (7) . Estimating Effectiveness and Project Control Construction estimate versus construction award amount: provide data/information on the ten most recently completed projects) and Project Control (describe techniques used by the AE to control the schedule and costs and identify personnel responsible for these functions). Submission requirements: For estimating effectiveness, include only projects similar in scope. Include who is responsible for quality control/ quality assurance of drawings and how that process works with subcontractors. (8) 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 (9) 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. Evaluation Scoring Evaluation factors 1, 2, 3, 5, 6, 7, 8 and 9 will be evaluated using the following adjectival ratings as follows: 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 onthe 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 Consult...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/781fe914080645aba9029c7c03650816/view)
 
Place of Performance
Address: New York Harbor Healthcare System St. Albans Campus 179-00 Linden Blvd., St. Albans, NY 11425, USA
Zip Code: 11425
Country: USA
 
Record
SN05748607-F 20200808/200806230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.