SOLICITATION NOTICE
C -- Correct Reusable Medical Equipment Storage / 589A4-24-101
- Notice Date
- 1/29/2024 3:38:10 PM
- Notice Type
- Presolicitation
- NAICS
- 541310
— Architectural Services
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25524R0049
- Response Due
- 2/23/2024 12:00:00 PM
- Archive Date
- 04/23/2024
- Point of Contact
- Jeanette Mathena, Contracting Officer, Phone: 913-946-1129
- E-Mail Address
-
jeanette.mathena@va.gov
(jeanette.mathena@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- PRESOLICITATION NOTICE Request for Architect Services (A/E) 330 submission Solicitation: 36C25524R0049 Correct Reusable Medical Equipment Storage Project No. 589A4-24-101 CONTRACT INFORMATION This A-E Services requirement is being procured in accordance with the Brooks Act (Public Law (PL0582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This procurement is restricted to Service-Disabled Veteran Owned Small Business (SDVOSB) firms. This requirement is being procured in accordance with the VAAR 836.606-71 as implemented in FAR Subpart 36.6. This is not a Request for Proposal, and an award will not be made with this announcement. This announcement is a request for SF 330 s from qualified Architectural and Engineer (A&E) contractors that meet the professional requirements. The selection criteria for this acquisition will be in accordance with FAR 36.602-1, evaluation factors are listed below. The completed SF 330 will be evaluated by the Columbia VAMC Evaluation Board in accordance with FAR 36.602-5(a) and the selection report shall serve as the final selection list, which will be provided directly to the Contracting Officer. Negotiations will be conducted beginning with the most highly qualified firm. 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. The contract is anticipated to be awarded no later than March. Award of any resultant contract is contingent upon the availability of funds. No solicitation document is available and no other information pertaining to project scope, etc. is available at this time. Any request for assistance with submission or other procedural matters shall be submitted to Jeanette Mathena and James Petrik via e-mail to: jeanette.mathena@va.gov and james.petrik@va.gov. Personal visits to discuss this announcement will not be allowed. The NAICS Code for this procurement is 541310 A/E Services and the small business size standard of $12.5 Million. Award of a Firm Fixed Price contract is anticipated. Anticipated time for completion of design is estimated at 179 calendar days including time for VA reviews. The A/E firm shall also be required to perform construction services if award of a construction project contract is made. DATABASE REGISTRATION INFORMATION: VERIFICATION OF STATUS OF APPARENTLY SUCCESSFUL OFFEROR THIS ACQUISITION IS 100% SET-ASID FOR QUALIFIED SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS AE FIRMS INCOMPLIANCE WITH FAR 52.219-14 and VAAR 852.219-73. ONLY BUSINESSES VERIFIED AND LISTED IN THE VENDOR INFORMATION PAGES DATABASE, https://sam.gov/content/home SHALL BE CONSIDERED. SYSTEM FOR AWARD MANAGEMENT (SAM): Federal Acquisition Registrations require that federal contractors register in the System for Award Management (SAM) database at https://sam.gov/ and enter all mandatory information into the system. Award cannot be made until the contractor has registered. Offerors are encouraged to ensure that they are registered in SAM prior to submitting their qualifications package. THE EXCLUDED PARTIES LIST SYSTEM (EPLS): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the Excluded Parties List System (EPLS) located at https://sam.gov/ for each person providing services under this contract. Further the contractor is required to certify that all persons listed in the qualifications package have been compared against the EPLS list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. E-VERIFY SYSTEM: Companies awarded a contract with the federal government shall be required to enroll in E-Verify within 30 days of the contract award date. They shall also need to begin using the E-Verify system to confirm that all of their new hires and their employees directly working on federal contracts are authorized to legally work in the United States. E-Verify is an Internet-based system that allows an employer, using information reported on an employee's Form I-9, to determine the eligibility of that employee to work in the United States. There is no charge to employers to use E-Verify. (FAR 52.222-54) Qualified A-E firms are required to respond if interested by submitting one (1) original completed Standard Form 330 qualification package Parts I and II to include all consultants (form available on-line at: : http://www.gsa.gov/portal/forms/download/116486). Must include in Part I Section H an organizational chart of the firm (excludes consultants) and a design quality management plan. Submission information incorporated by reference is not allowed. All submissions must be in pdf and emailed. Completed package shall be delivered on or before February 23,2024 by 2:00PM CT to the following email address: jeanette.mathena@va.gov and james.petrik@va.gov. Email subject line shall clearly identify Solicitation number:36C25524R0049 and project name, Correct Reusable Medical Equip Storage, Project No. 589A4-24-101. The 330 submission must be a pdf document and must be below 10 MG and not to exceed (50) pages. PROJECT INFORMATION This project has two major components: Evaluate the hospital s current Reusable Medical Equipment (RME) Storage rooms HVAC capability and make upgrades to the HVAC system to ensure it has adequate capacity to comply with the RME storage requirements in ASHRE Standard 170-2008. There are 33 RME storage rooms throughout entire hospital. Replace the four existing Ambulatory Care Addition (ACA) air handling units and upgrade the ACA building HVAC system. This will include installing clean steam generators, humidifiers, hot water heat exchangers, expanding the ACA reheat system to provide full coverage (not just perimeter) and installing dehumidifiers. The ACA current reheat system serves the perimeter of the building and lacks the ability to provide temperature control in all interior rooms. Reheat system expansion will include installing new VAVs. The Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to advance planning, design, and construction oversite (including final as-built drawings) at the Harry S Truman Veterans' Memorial Hospital (HSTVMH) in Columbia MO. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect; Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Engineer, Plumbing Engineer; Communication (Building Automation Networking), Electrical Engineer, and Cost Estimator with experience on projects of similar size and complexity. It is important to emphasize that the A/E shall perform site investigation, design development, detailed design work, prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational product. The A/E must consider constructability and maintaining hospital operations while designing the project. This will include phasing of construction and utility impacts. EVALUATION FACTORS: Selection criteria are in accordance with Federal Acquisition Regulation (FAR) Part 36.602-5. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as necessary. SF 330 submissions including any additional pages are not to exceed Fifty (50) pages. Each page cannot exceed 81/2 x 11 in size. Prospective firms are required to address all selection criteria within submitted SF330 packages using additional pages as required and SF 330 submissions including any additional pages are not to exceed fifty (50) pages. SF 330 must be submitted as a PDF and cannot exceed 10MB. Qualifications (SF330) submitted by each firm for Project Correct Reusable Medical Equipment Storage, Project No. 589A4-24-101 will be reviewed and evaluated based on the following evaluation criteria listed below all factors are equally important: Professional Qualifications: the qualifications of the individuals which will be used for these services will be examined for experience and education and their record of working together as a team. The Architectural firm capable of preparing all design and construction documentation including, but not limited to advance planning, design, and construction oversite (including final as-built drawings) at the Harry S Truman Veterans' Memorial Hospital (HSTVMH) in Columbia MO. Prime contractor shall have, at least, the following licensed/registered specialty disciplines are mandatory for this project to be members of the firm, or team, with demonstrable expertise in their respective fields: Architect; Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Engineer, Plumbing Engineer; Communication (Building Automation Networking), Electrical Engineer, and Cost Estimator. The team shall have demonstrable experience in programing, planning and design of complex healthcare projects of a similar nature with experience on projects of similar size and complexity. Specialized Experience and Technical Competence: Specific experience and technical skill in the type and scope of work for medical renovations to existing medical facilities, including, where applicable, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials. Experience and qualification of personnel proposed for assignment and their record of working together as a team. The effectiveness of proposed project team (including management structure, coordination of disciplines, subcontractors, and prior working relationships) will be examined. The qualifications for Architect; Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Engineer, Plumbing Engineer; Communication (Building Automation Networking), Electrical Engineer, and Cost Estimator shall include a summary of at least five similar projects that demonstrate technical capabilities. Capacity to Accomplish the Work: The prime contractor will be evaluated to determine if it has the general workload and staffing capacity within its design office which will be responsible for the design to accomplish the work in the required time. In accordance with VAAR 852.219-75: In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Prime contractor must include its certification of compliance with the limitations on subcontracting specified in 852.219-75 with its 330 submissions. Past Performance: The past performance of projects that are complete (design and construction) that the firm has designed relevant in scope to the advertised project that were accomplished with the Department of Veterans Affairs, other Government agencies, and private industry in terms of cost control, quality of work, and compliance with performance schedules will be examined. Project past performances that are older than 5 years will receive a lesser rating than those references for projects accomplished within the past 5 years. Design Projects that are submitted and not constructed will not be considered. Location of Design Firm: the geographic proximity of each firm to the location of the VA Medical Center will be evaluated. The mileage restriction is in compliance with FAR 36.602-1. This factor will apply to the office from which the prime contractor s business office is established. Firms within 450 miles of the medical center will receive a maximum rating. Firms more distant than 450 miles will receive a lower rating for this factor. Firms may use Google Maps, MapQuest, Yahoo Maps, or Rand McNally to determine and report the distance of the office where the Prime Contractor is established. Prime contractor shall not use a subcontractor office, consultant office, or any office other than Prime Contractor s physical location established prior to publication of this notice to determine distance to the Columbia, VA. Claims and Terminations: record of significant claims against the firm or terminated contracts because of improper or incomplete architectural and engineering services will be examined. Reputation in A-E Community: reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness. 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. Knowledge of locality: include knowledge of geological features, climatic conditions, or local construction methods that are unusual or unique to Harry S Truman VAMC, Columbia, Missouri. 852.219-75 VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction. As prescribed in 819.7011(b), insert the following clause: VA Notice of Limitations on Subcontracting - Certificate of Compliance for Services and Construction (NOV 2022) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that - (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Contracting Officer check the appropriate box below based on the predominant NAICS code assigned to the instant acquisition as set forth in FAR 19.102.] (i) X Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73or VOSBs as set forth in 852.219-74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219-73 or VOSBs as set forth in 852.219-74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror's bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: Printed Title of Signee: Signature: Date: Company Name and Address: (End of clause) Harry S Truman Veterans' Memorial Hospital (HSTVMH) Columbia, MO Supplement B - A/E DESIGN SERVICES for Correct Reusable Medical Equipment Storage Project No. 589A4-24-101 PROJECT NUMBER: 589A4-24-101 PROJECT TITLE: Correct Reusable Medical Equipment Storage DESIGN TIMEFRAME: A/E shall deliver final construction documents NLT 179 calendar days after the Award/Notice to Proceed Letter CONSTRUCTION BUDGET/DESIGN LIMITATION: Magnitude of construction project range: Between $1,000,000 to $5,000,000 The A/E will be required to design within this budget. The A/E will also be required to incorporate bid items into the bid documents that will allow for a 10% budget reduction. In accordance with FAR 52.236-22, Design within Funding Limitation (APR 1984), the estimated Total Construction Contract Price for this project proceeding into construction documents is not to exceed the Construction budget listed above, VA Furnished/Installed Medical Equipment, VA Furnished/Installed FFE or Professional Service Fees. The A/E is responsible for designing the project within the estimated total Construction Contract Price for the Design Development and Construction Document phases of this project. If, at any time, the A/E determines that the design s construction cost will exceed the Total Construction Contract Price (TCCP) the A/E shall immediately inform the Contracting Officer in writing. Such written notification shall include the reasons why the A/E believes the TCCP will probably be exceeded and shall offer proposed solutions to reduce the project cost to be within the TCCP. The A/E fee proposal shall be based on the design scope of work as defined below. If the contracting officer determines the TCCP can be increased the design fee will not be increased unless additional scope was requested and added through the modification process. CRITERIA FOR DESIGN AND PROJECT DEVELOPMENT (as applicable to project) - Barrier Free Design Standard - Design and Construction Procedures, PG-18-3 - Design Manuals, PG-18-10 - Design Submission Instructions, Minor and NRM Projects, PG-18-15, Vol C - Standard Details. Program Guide, PG-18-4 - Equipment Reference Manual, PG-18-6 - Equipment Guide List, Program Guide PG-18-5 - Space Planning Criteria PG-18-9 - Space Planning Criteria for Medical Facilities Handbook, 7610 - Uniform Federal Accessibility Standards - Signage Design Guide - Master Construction Specifications, Program Guide, PG-18-1 - VA Design Alerts - VHA National CAD Standards - National Codes and Standards (NFPA, NEC, Natl. Plumbing Code, EPA, OSHA, etc.) - Physical Security Design Manual for VA Facilities Note: The above documents can be found at the following website: http://www.cfm.va.gov/TIL/ SCOPE OF CONSTRUCTION PROJECT Description: The Architect or architect/engineer firm capable of preparing all design and construction documentation including, but not limited to advance planning, design, and construction oversite (including final as-built drawings) at the Harry S Truman Veterans' Memorial Hospital (HSTVMH) in Columbia MO. This project has two major components: Evaluate the hospital s current Reusable Medical Equipment (RME) Storage rooms HVAC capability and make upgrades to the HVAC system to ensure it has adequate capacity to comply with the RME storage requirements in ASHRE Standard 170-2008. There are 33 RME storage rooms throughout entire hospital. Replace the four existing Ambulatory Care Addition (ACA) air handling units and upgrade the ACA building HVAC system. This will include installing clean steam generators, humidifiers, hot water heat exchangers, expanding the ACA reheat system to provide full coverage (not just perimeter) and installing dehumidifiers. The ACA current reheat system serves the perimeter of the building and lacks the ability to provide temperature control in all interior rooms. Reheat system expansion will include installing new VAVs. Prime contractor shall have, at least, the following licensed/registered specialty disciplines be members of the firm, or team, with demonstrable expertise in their respective fields: Architect; Structural Engineer, Mechanical Engineer, Fire Protection Engineer, Life Safety Engineer, Plumbing Engineer; Communication (Building Automation Networking), Electrical Engineer, and Cost Estimator with experience on projects of similar size and complexity. It is important to emphasize that the A/E shall perform site investigation, design development, detailed design work, prepare detailed construction documents, keeping in mind that the end result is a completely functional and fully operational product. The A/E must consider constructability and maintaining hospital operations while designing the project. This will include phasing of construction and utility impacts. The A/E must be able to respond to issues in a timely manner, to include being on-site within 24 hours. This is due to the need to keep this project progressing and on time, avoiding any delay claims. As construction is heavy in the area, contractors are on tight schedules to schedule trades and equipment. Having an A/E that can be onsite within 24 hours allows emerging issues to quickly and efficiently be solved. The final design documents from a resultant task order will be subject to review and approval (by signature) of all members of an Integrated Project Team (IPT) consisting of medical center personnel. These individuals will be identified by the COR at the first design review meeting. Additionally, the design will be reviewed by a 3rd party for compliance with all life safety codes. It will be the A/E s responsibility to address and track responses to all issues arising from these reviews. As part of the 100% submission the A/E shall provide a written synopsis describing the overall scope of the construction project as well as any pertinent information about the project that would assist potential bidders in preparing a comprehensive bid package. This synopsis is intended to be a general description of the project not to exceed two written pages in length. The A/E design firm shall furnish all necessary architectural and engineering resources to provide a complete construction design package and construction period services. Architect / Engineer shall provide professional design services for Correct Reusable Medical Equipment Storage. The project shall include the following, along with all other design facets deemed necessary by the VA and Architect/Engineering firm for the completion of this project: Design shall meet all applicable/current codes for mechanical, plumbing, electrical, fire protection, and life safety, VA standards, VA Design Manuals, and VA Design Guides; All spaces will be designed to meet the Interagency Security Committee and other relevant physical security guidelines; The completed project shall be capable of achieving LEED Silver certification; All lighting shall be LED and dimmable; Security, access control, and surveillance to be tied into the existing security system; Building Management System to be tied into the existing Building Management System; All plumbing shall comply with VHA Directive 1061; HVAC system to be variable air volume type. Items b, c, d, e, and f apply to spaces being altered to support utility routing. No remodel work is intended in any area. All design should account for constructability and ensuring the construction is capable of being completed safely with minimal impact to the medical center operations. Project should be designed with bid deducts should bids come in above the estimate. This project is not expected to include more than 2 bid deducts. Anticipated time for completion of design is 179_calendar days including time for VA reviews. SITE INVESTIGATION A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon ""as built"" drawings. VA personnel will provide assistance with investigating the project site where prior experience with equipment and utilities will produce an appreciable advantage. The A/E firm shall be responsible for site review of the existing facility in order to field verify the owner's existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to the VA and corrected by the A/E firm. All site investigation shall be completed during the site investigation phase. Schematic The A/E shall do one onsite visit to the facility to meet and discuss with the Integrated Project Team. An agreed to and solid schematic design is the foundation for a successful design. The first meeting will be to do an initial site visit and hear the needs, wants and desires of the users for this space. The second meeting will be to present schematics for the project with A/E providing their pros/cons to each. This meeting can be site visit or TEAMs meeting. During this meeting the final schematic will be approved if justified. Project Phasing will be determined during this meeting. AE shall plan for design and design review meetings as part of the Scope of Work. Design Development Design Development: The A/E shall make investigations necessary to thoroughly evaluate the conditions of the existing space. The VA shall allow for five days of site investigation. Any investigation beyond that shall be at the A/E s expenses. The designer shall make recommendations that comply with the VA HVAC Design Manual and have been reviewed and approved by the medical center design team (this team will be identified in the future). The design shall include any energy efficiency improvements available for the application. The DD phase defines the space, a too scale depiction of spatial relationships, wall locations, restrooms, etc. All designs shall be in accordance with A/E Submission Instructions for Minor and NRM Construction Program, Program Guide PG-18-15, Volume C. Mechanical, plumbing, electrical, and fire and safety systems must meet current codes and standards, including VA Standards. All new space and utilities will be designed to meet the Interagency Security Committee s and other relevant physical security guidelines. The completed project shall can achieve LEEDS certification (actual certification will NOT occur). A/E shall provide a life safety code analysis of the proposed design in coordination with the existing adjacent functions to verify the proposed design does not generate any compliance issues. This is to include during the various phases. The A/E shall provide a certification that the Correct Reusable Medical Equipment Storage Project is a stand-alone project and does not require any follow-on project to make the space suitable for its intended occupancy. The A/E shall match existing finishes in hospital areas being modified to complete project work. Construction Documents A/E firm shall complete such further investigations to develop the accepted design development documents into working drawings and specifications for issuance through the competitive bid process. A/E firm shall provide a complete construction plan detailing all phases and sequencing of construction to minimize the impact on the facility. In most instances, copies of the VA Master Construction Specifications will be available off the Office of Construction & Facilities Management TIL website, which will be edited and incorporated in the project specifications. In those instances, where copies of the VA Master Construction Specifications are not available, the A/E shall develop the specification for incorporation into the project specifications. Copies of design guides, space criteria, room finishes, and other VA guidelines are also available off the Internet. It is required that the A/E design in accordance to VA guidelines as these guidelines supersede any other industry guidelines. It is important to note that all specification sections be thoroughly edited to maintain uniformity of formatting and structure. All spec writer notes must be removed. Working drawings and specifications shall provide for construction within the National Fire Protection Association Code, VA Standards, and other applicable national codes. the A/E shall package bid documents necessary to solicit, bid and award the construction of this project. A/E will provide a 1 to 2-page scope of work summary of the project to the contracting officer when 100% design documents are complete. The A/E shall provide a signed memorandum stating that this project has been designed as a standalone project. The VA shall provide this memorandum for signature. A/E firm shall provide two (2) copies of such drawings, copies of construction cost estimates, and specifications developed. Drawings shall be one (1) full size (36 x48 ) copy and one (1) half size (18 x24 ) copy and a set of specifications to the VA, and one (1) half size (18 x24 ) copy and a set of specifications to the contracting officer. Specifications should be hard copy and pdf format. Deliverables shall include (for ALL ELECTRONIC SUBMISSIONS, FILES MUST BE LESS THAN 10MB in size) Site Investi...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/734f83501da1400ba468d620448281a6/view)
- Place of Performance
- Address: Harry S Truman VAMC 800 Hospital Drive, Columbia, MO 65201, USA
- Zip Code: 65201
- Country: USA
- Zip Code: 65201
- Record
- SN06947869-F 20240131/240129230045 (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 |