SOLICITATION NOTICE
C -- 558-24-156 Install SPS AHU A/E Services
- Notice Date
- 6/6/2025 11:54:56 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24625R0041
- Response Due
- 7/11/2025 7:00:00 AM
- Archive Date
- 10/18/2025
- Point of Contact
- Mark Griffin, Contract Specialist, Phone: No telephone inquiries will be accepted
- E-Mail Address
-
Mark.Griffin2@va.gov
(Mark.Griffin2@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Durham, North Carolina 27705 The NAICS Code for this procurement is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. The projected award date for the anticipated A-E contract is on or before December 17, 2025. The NAICS code for the anticipated Construction project is projected to be 236220 and magnitude of construction is predicted to be between $2,000,000 and $5,000,000 (VAAR 836.204). The anticipated award date of the construction phase of the project is to be determined (TBD). An Architect & Engineer (A-E) contract will be negotiated for the development of complete construction documents which include working drawings, specifications, reports, and construction period services. The A-E will be given written information; participate in project planning meetings, pre-proposal meeting, and pre-construction meeting as required; communicate with VA personnel via telephone or e-mail; and is expected to coordinate so that the final documents include all requirements in accordance with industry standard practices, VA standards, VA design manuals, and review comments. SCOPE OF WORK A/E part one services (also known as Design Phase) for this design project includes phasing recommendations, investigative surveys, reports, planning, design work, preparation of contract drawings and construction specifications, preparation of cost estimates at 15%, 35%, 65%, 95%, 100% design, final construction bid document, and provision of construction period services as necessary for all demolition, construction, inspection, testing and certification for all mechanical, electrical, and plumbing components for the project. A/E part two services of this design project (also known as Construction Period Services) includes responding to construction contractor Requests For Information (RFIs) during the solicitation and construction phases of the construction project, attendance at pre-bid, post-award and kick off construction project conferences, review of construction material submittals and shop drawings, approximately 2 site visit per month during construction (both scheduled and emergent) to ensure compliance with the design drawings and specifications, preparation of site visit reports, coordination with project commissioning requirements, review of any construction project modifications for cost and technical acceptability, attendance and participation during the final acceptance inspection, preparation of the punch list, and preparation of record drawings of the completed construction project based on the construction contractor s as-built drawings. The A/E shall prepare a submittal log to be utilized by the VA during construction period services, maintain the RFI log, and provide meeting minutes for weekly construction meetings throughout the duration of construction and design. The A/E shall be solely responsible for the management, including all associated labor, equipment, materials, mailing costs, and inspection, to meet the requirements of the design project. The A/E shall further provide meeting minutes for all meetings held under this design project. Design shall be done in such a way that Sterile Processing Services (SPS) area will continue to meet Heating, Ventilation, and Air Conditioning (HVAC) and regulatory requirements, or a temporary Air Handling Unit (AHU) shall be part of design while a new unit is being placed. Designs for construction must produce a complete and usable facility or improvement when constructed. The A/E shall certify that their design (including all bid alternates/bid deducts) is independent of any future construction project. In addition, the A/E shall certify that it has produced a design that does not include cost of furniture and equipment. Furniture and equipment will be procured by the VA. The above paragraphs constitute a basic outline of the work to be accomplished and in no way comprises all the details for design of this project. The A/E shall initiate detailed inspection of the project site to determine the needs and conditions for the design of this project. Copies of facility record drawings will be made available to the highest rated A/E firm; the A/E will verify the validity of the record drawings prior to the start of design work and conduct site investigations as necessary throughout the design. DESIGN CRITERIA The VA Technical Information Library (TIL) available at http://www.cfm.va.gov/til/index.asp is managed by the VA Office of Construction and Facility Management and is the master repository for all VA Numbered Standards for Construction to include design and construction specifications, procedures, standard details, Building Information Modeling/Computer-Aided Design (BIM/CAD) standards, equipment guides, space planning and design guides. The documents of the TIL shall be the minimum design criteria for all VA projects performed in the construction of new facilities and the modernization, alteration, addition, or improvement of its real property. All design documents shall be developed in accordance with the VA TIL, including (but not limited to) the following listed Department of Veterans Affairs References: All Federal and local codes including: NFPA 101, 92B, 92, 96, 72, 13, 241, and 90a National Electric Code (NEC) Life Safety Codes Other applicable codes VA Numbered Standards for Construction: PG-18-1� Master Construction Specifications PG-18-3� Design and Construction Procedures PG-18-4� Standard Details and CAD Standards PG-18-5� Equipment Guide List H-18-8� Seismic Design Handbook PG-18-9� Space Planning Criteria, and VA-Space & Equipment Planning System (VA-SEPS) PG-18-10� Design Manuals (by discipline) PG-18-12� Design Guides PG-18-13� Barrier Free Design Standard PG-18-14� Room Finishes, Door, and Hardware Schedule Change Summary PG-18-15� Minimum Requirements for A/E Submissions PG-18-17� Environmental Planning Guidance D-7545� Cultural Resource Management H-7545� Cultural Resource Management Procedures Office of Construction & Facilities Management - Architect/Engineer Information: National CAD Standard, VHA Application Guide VA BIM Standard v2.2 Drawing Deliverable Requirements (DDR) VA Standards Alert 017 Infrastructure Standards for Telecommunications Spaces and all standards, guides, and manuals incorporated by reference (https://www.cfm.va.gov/til/sAlert/sAlert017.pdf Design must adhere to the following energy requirements: All new construction shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2010, if life cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2010 to document the energy savings. Should the 30% reduction in energy consumption prove not to be life cycle cost effective, then the A/E shall evaluate alternative designs at 5% successive decrements in order to identify the most energy-efficient design that is life cycle cost effective. The following parameters shall be used for performing the analysis: 20-year life-cycle period for system comparisons Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, etc. 7% Discount Factor Neither includes taxes, nor insurance while computing cost. Where conflicts exist between VA adopted codes and standards and the documents on the TIL, the A/E shall bring this to the attention of the VA. The resolution of the conflict shall be made by the authority having jurisdiction for VA to ensure consistency department wide. DESIGN Provide design documents with working drawings, specifications, and cost estimate at 15%, 35%, 65%, 95%, and 100% design and final stages. Design Deliverables: Part I 15% Design Report: Prior to the initiation of any detailed design, the A/E shall, in conjunction with representatives of the Engineering Department, review documentation, conduct department interviews and tour project areas. Next the A/E will develop at least three alternatives, which will be presented to the Engineering Department for selection with Rough Order of Magnitude (ROM) construction estimates. Part II - 35% Submission: The requirements are working drawings at the 30% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 1 full size set of drawings (22 x 34 ) on bond paper, 2 half size set of drawings (11 x 17 ) on bond paper, 1 copies of the marked-up specifications, 1 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications (.docx and .pdf) on a CD ROM. Part III - 65% Submission: The requirements are working drawings at the 65% stage, marked-up specifications, and a detailed construction drawings and cost estimate showing a quantitative survey of all labor and material. Submit 1 full size set of drawings (22 x 34 ) on bond paper, 2 half size set of drawings (11 x 17 ) on bond paper, 1 copy of the marked-up specifications, 2 copy of the preliminary construction cost estimate, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part IV - 95% Submission: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, and finalized specifications. Submit 1 full size set of drawings (22 x 34 ) on bond paper, 2 half size set of drawings (11 x 17 ) on bond paper, 1 copies of the marked-up specifications the updated construction cost estimate, the submittal register, Narrative for the Invitation for Bid (Provide the brief description of work for inclusion in the IFB, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Part V - 100% Submission: Provide 2 full size set of drawings (22 x 34 ) on bond paper, 1 sets of half size drawings (11 x 17 ) on bond paper, 1 bound sets of specifications, and an electronic copy of the drawings (.pdf and AutoCAD), specifications on a CD-ROM, and a final detailed construction cost estimate. Part VI - Final Submission: Provide 2 full size set of drawings (30 x42 ) on bond paper, 2 sets of half size drawings on bond paper, a bound set of specifications, a set of unbound specifications, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications on a CD-ROM. Additionally provide: Narrative for the Invitation for Bid (IFB): Provide the brief description of work for inclusion in IFB. Provide 2 copies. Engineering Calculations: Provide analysis including Engineering Calculations. Provide 2 copies. Justifications: Provide justification statements for any sole source items and any Or-equal items included in the design. Provide 2 copies. The design deliverables must adhere to the following requirements: Specifications: The project specifications shall be prepared in Microsoft Word by the A/E from the VA Master Specifications. The general format shall include Part 1-General, Part 2-Products, and Part 3-Execution. Part 1 verbiage shall include the general requirements, identify applicable standards, and identify submittals required for a particular specification. This information should be directly related and correspond to a specific submittal number enumerated in the Submittal Register as identified below. Part 2 shall include description of the salient characteristics of the products. Part 3 shall include a description of the methods used to install items of construction. The A/E shall identify all VA Master Specification sections applicable to the project and edit them accordingly to fit the scope of work. If additional specification sections are needed that are not listed in the VA Master Specs, the A/E is responsible to write and edit an appropriate CSI format specification section. Specifications shall be printed on 8 ½ x 11 bond paper using 12pt Times-New-Roman fonts. The A/E shall incorporate into the specifications and its construction site inspection procedures the applicable Infection Control and Dust Control provisions. Construction Cost Estimates: The A/E shall prepare Construction Cost Estimates in Microsoft Excel using the CSI 34-division format. The Cost Estimates shall include a copy of the quantity take-offs, breakdown of individual line items that accurately reflect the quantity take-off of the various categories of work involved, unit of measure, quantities, unit cost, overhead, and profit. All cost data shall be taken from the most current version of a recognized industry standard, e.g. Means Estimating Guides. For items that are not in the industry standards, vendor quotes and justification for labor hours shall be provided. Construction Cost Estimates shall be submitted with 15%, 35%, 65%, 95%, 100% design reviews and for the Final submission. As part of the cost estimating effort, the A/E shall provide a Schedule of Values such that discrete elements of the Specifications are identified and may be used in negotiations with a proposal bidder. Submittal Register: The A/E shall develop a list of all uniquely identified submittals required by the specifications in Section 1 of each individual specification and the Attachment A. This submittal register should be submitted to the COR for approval in Microsoft Excel using the CSI 34-division format. The register should include specification reference, and item to be reviewed/approved and correspond to the Submittal Requirements as identified in the Specification Section addressed in paragraph above. Submittal Register shall be submitted with 95%, 100% design reviews and for the Final submission. Provide 2 copies with each submission. Narratives: Written narratives shall be included as part of each design submission. The narrative should be used to elaborate on and provide an explanation of key design decisions by A/E and/or the VA, objectives, obstacles, alternatives and resolutions, design issues or decisions relating to constructability, and in general to communicate all information relevant to the design submission. Provide 2 copies with each submission. Reproduction: The A/E shall be responsible for all reproduction during design. All other reproduction for in-house reviews, consultants, etc. shall not be reimbursed. Submission Due Dates: Part I 15% (Design Report) 30 Days from NTP VA Review 45 Days from NTP Part II - 35% (Design program, Schematic Design) 75 Days from NTP VA Review 90 Days from NTP Part III - 65% (Design Development) 125 Days from NTP VA Review 145 Days from NTP Part IV - 95% (Design Development, Construction Document) 175 Days from NTP VA Review 195 Days from NTP Part V - 100% (Construction Documents Check set) 225 Days from NTP VA Review 240 Days from NTP Part VI - Final Documents due 260 Days from NTP Period of Performance Design completion: 260 calendar days; includes VA design reviews. Procurement timeframe: 180 days from the time Engineering submits package to contracting. Designer shall answer pre-bid RFIs and provide updated construction documents to capture any changes made through the procurement process. Construction period services: 365 calendar days from construction award date. Total contract period: 805 calendar days. CONSTRUCTION Bidder Site Visit: Participate and facilitate this site visit in conjunction with the Contracting Officer, COR, contractors, and representatives of the Building Committee as needed. At this meeting, potential contractors will walk the site limits to discuss the scope of work. The A/E shall also be required to evaluate RFI s resulting from the Bidder Site Visit to clarify project requirements. Pre-Construction Meeting: Participate and facilitate this meeting in conjunction with the Contracting Officer, COR, contractor, and representatives of the Building Committee as needed. At this meeting the staging area and work site rules shall be discussed again with the contractor (these should already be included in the specifications). Contract specifications should require a construction schedule submitted within 14 calendar days from the Notice to Proceed. Submittal Review and Logs: The A/E shall prepare and maintain a log of key submittals and of RFIs and provide the same to the Contracting Officer and COR. Reviewed submittals are to be returned within 5 working days to the COR. The A/E is fully responsible for review of all submittals, retaining a record copy of submittals for turn over to the owner upon project completion, and communication with the contractor regarding any deficiencies or changes required to the submittals. Response to RFI s: The A/E shall be responsible for evaluating RFI s to determine if a change will be required. The A/E shall then provide recommendations to the Contracting Officer. Within 48 hours, the A/E shall provide in writing the information, clarification or revision material needed to properly answer the RFI and to resolve the issue. The A/E shall include a cost/credit estimate for RFI s which result in a change to contract cost. The A/E shall determine if there is any schedule impact associated with the change in contract Construction Change Orders: The A/E shall prepare the Statement of Work and Cost estimates (returned within 10 calendar days) and track the total cost and changes to the project. This includes the review of the contractor s change order/modification proposal for construction change orders, as well as the formulation of an IGCE for the modification, as requested. The A/E's reply regarding their review of cost proposals and their recommendations shall include an independent breakdown of costs in detail, quantities, and unit prices and shall cover both additions and deductions of labor, materials, and equipment. The A/E shall also supply cost estimates as requested by the COR for Requests for Proposals for anticipated changes. All documents in any of the electronic formats listed above. Note: If major modification, VA will provide additional time and document format guidance. Monthly Site Inspections: The A/E shall meet monthly or requested by the VA with the contractor, COR and others needed to inspect the progress of the construction and report any deficiencies to the same. Weekly Progress Meetings: In conjunction with the monthly site inspection, the A/E shall hold formal progress meetings with contractor, contracting officer, and COR. At these meetings the agenda shall contain a narrative of work completed the previous month, work upcoming, submittals or RFIs outstanding, schedule update, any special coordination items requiring actions, and discussion of change orders or time extension requests. Minutes of this meeting shall be issued within 3 working days of the meeting. Final Acceptance Testing: The design team shall provide engineers that will conduct final acceptance testing of the systems that were designed and installed during this project. The engineers shall provide a detailed acceptance test report upon project completion. The engineers shall coordinate all testing with the Durham VAMC. Third-Party Commissioning: The A/E shall provide Commissioning and Commissioning Agent services and deliverables in accordance with the reference document, OCFM Whole Building Commissioning Process Manual located on the TIL (https://www.cfm.va.gov/til/Cx-RCx/CxManual.PDF). See Commissioning Agent Tasks in each section of the reference document. The Commissioning Agent shall be involved in all phases of the project, including both design and construction. It is anticipated that the Commissioning Agent will participate in the following: design reviews, owner s requirements updates, design phase commissioning planning (facilitate), commissioning specification reviews (facilitate), construction project meetings, construction observation visits, equipment startup and testing, Testing Adjusting and Balancing (TAB) verification, and project commissioning (facilitate in coordination with General Contractor). The commissioning process shall be adapted to the size and complexity of the project. Deliverables shall be as described in the reference document. Additionally, the A/E shall develop the commissioning plan, pre-functional checklists, systems functional performance test checklists, integrated system test checklists, and edited master specification templates to serve as a starting point for the commissioning process on all projects based on the following Systems to be Commissioned. Project Close Out: The A/E shall receive notice of intent for final inspection from the COR, and contractor shall propose a time and place for this to occur in conjunction with the Contracting Officer and the COR. Following the final inspection, the A/E shall issue a punch list. Contract documents shall specify that the contractor has 15 calendar days to complete the punch list and notify the A/E and VA for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Record Drawing Submission: Provide 2 updated sets of drawings (22 x34 ) on bond marked as As-built Drawings that include the contractor s mark-ups and an electronic copy of the drawings (.pdf and AutoCAD) on a CD-ROM. END OF STATEMENT OF WORK A-E SELECTION PROCESS: The agency has convened an evaluation board for the evaluation of responses to this notice. Responses will be evaluated in accordance with the Selection of Architects and Engineers Statute (Public Law 92-582), formerly known as the Brooks Act, and implemented in Federal Acquisition Regulation (FAR) 36.6. Specifically, SF 330 submissions will be evaluated to identify the most highly qualified firms, using the selection criteria identified below. Discussions will be held with at least three (3) of the most highly qualified firms, in accordance with FAR 36.602-3(c). The processes at FAR 36.602-4 and FAR 36.606 will then be followed. Selected firms will be notified by telephone or email of selection and provided further instructions. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact or valid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 must be completed by the office/branch/individual team member performing the work under this contract. SELECTION CRITERIA: Evaluation and selection of firms will be based on submissions and direct responses to the following criteria which are numbered in descending order of importance: Primary Selection Criteria (listed in descending order of importance): Professional qualifications necessary for satisfactory performance of required services, highlighting recent experience of the project team with comparable hospital projects completed within the last five years. Do the project team's qualifications reflect recent direct experience with hospital projects of a similar scope to those planned at the Durham VAMC? Is the architect/engineer offering a team where each member has over five years of experience in the project's key engineering disciplines? The architects and engineers on the firm's staff representing the project or signing/stamping drawings in each discipline must possess a minimum of five (5) years of experience and are required to be licensed, registered, or certified by a US state, the District of Columbia or a US territory. Provide professional license jurisdiction of issue and license numbers and/or proof of licensure. At a minimum, the offeror shall describe the professional qualifications and not less than five (5) years of experience in the required disciplines. Disciplines required for this project include, but are not limited to: Architectural, Structural, Cost Estimation, and Project Management. The evaluation will consider education, certifications, training, registration, overall and relevant experience, and longevity with the firm. Offer must include the following statement of SDVOSB compliance when submitting the personnel proposed to perform the work under this requirement: I [signatory authority] ______, [company] _______ certify that the team proposed to perform under this requirement demonstrates the capability of 50% SDVOSB performance in compliance of 48 CFR 852.219-10. Specialized experience and technical competence in the type of work required, particularly in HVAC systems, infection control, and life safety requirements. Does the architect/engineer demonstrate an understanding of the project and any unique architectural/engineering aspects, along with a plan to address them? Does the architect/engineer team have experience with remodeling and installing new air handling units (AHUs) or projects similar to this scope? Offeror shall provide a minimum of 3 (three) but no more than 5 (five) recent and relevant projects to demonstrate its specialized experience and technical competence. ""Relevant"" is defined as those task requirements identified in the Scope of Work (i.e. remodeling and installing new air handling units (AHUs) or projects similar to this scope). ""Recent"" is define as services provided within the past 5 (five) years. Each project shall include the following: Project title, location, and detailed narrative describing the scope of services provided, including the type of work performed by the offeror and its role in the project, i.e., prime contract, Teaming Partner, or subcontractor Project Owner, owner's point of contact, including telephone number and email address. Services & Deliverables provided under the contract/task order Period of Performance, including start and completion dates Total dollar value of the project. Capacity to accomplish the work within the required timeframe. Does the proposed design team have the capacity to handle this project? Has the firm shown a history of meeting design schedules and a track record of effective teamwork? The evaluation will consider the firm s plan and ability to meet the schedule of the overall project, as well as the available capacity of personnel in key disciplines. Provide the available capacity of required disciplines by providing current project workload, inclusive of all projects awarded during the previous 12 months and the full potential value of any current indefinite delivery contracts. Provide a draft schedule IAW the 260-calendar day period of performance required for this project. Past performance on contracts with Government agencies and private industry, focusing on cost control, quality of work, and adherence to performance schedules in a hospital setting. Does the proposed architect/engineer have a history of satisfactory or above ratings on hospital projects? Does the architect/engineer have a solid reputation and standing regarding professional performance, management, and cooperativeness? On contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. CPARS data or PPQs (if no CPARS data is available) must be provided for projects submitted under Factor 1 (Specialized Experience). Please utilize the attached PPQ document, if needed. Government Past Performance Information Systems may be accessed. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being considered less qualified. The following information is required for all projects: contract/task order number, project title, prime firm, start date, and completion date. Evaluations may also include additional performance-related from the firm, customer inquiries, Government databases, publicly available sources, and additional projects in CPARS. Experience in construction period services, including professional field inspections, reviewing construction submittals, responding to RFIs, and supporting construction contract changes such as drafting statements of work and cost estimates. Do the qualifications show the architect/engineer s commitment to proactive and consistent representation during construction, particularly in responding to RFIs, reviewing submittals, managing change orders, and conducting site visits? No record of significant claims against the firm due to improper or incomplete architectural and engineering services. The extent to which potential firms identify and commit to using service-disabled Veteran-owned small businesses, Veteran-owned small businesses, and other types of small businesses as subcontractors. Location. In the event that evaluations of SF330s result in the same rating, proximity to the facility will be used as a tiebreaker. The distance will be calculated using Google Maps. For firms with multiple/regional offices, the location of the primary project team will be used to calculate the distance, which should be provided in the SF330. The Department of Veterans Affairs shall evaluate each potential contractor in terms of the following as M firm meeting the synopsized selection criterion and ""NM"" means that the firm did not meet the synopsized selection criterion.: Selection Criteria Selection Criterion 1, Professional Qualifications Selection Criterion 2, Specialized Experience Criterion 3, Capacity Criterion 4, Past Performance Criterion 5, Experience in Construction Period Services Criterion 6, No record of Significant Claims Criterion 7, Identify and Commit to SDVOSB/VOSB/Small Business Subcontractors PLEASE NOTE: The A-E Evaluation Board must be provided with complete and accurate information for ALL seven (7) evaluation factors above in order to rank as qualified and eligible firms. Therefore, the A-E firm must expand upon, as it deems necessary, on any evaluation factor not well demonstrated or addressed with Part 1A to Part IG and Part II of the SF330. The A-E firm shall use PartIH and/or use additional sheets to supplement/address all evaluation factors to clearly demonstrate its qualifications. LIMITATIONS: 852.219-73 VA Notice of Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses. 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction. SUBMISSION CRITERIA/REQUIREMENTS: Interested firms having the capabilities to perform this work must submit: ONE (1) ELECTRONIC SF 330, including Parts I and II, and attachments (if any) electronically to the Contracting Team: Branch Chief: Vangie.Miller@va.gov Contract Specialist: Mark.Griffin2@va.gov Contracting Officer: Alice.Custis@va.gov No later than 10:00 a.m. Eastern Daylight Time on July 11, 2025. Interested firms are responsible for ensuring electronic delivery of submission by the time and the date specified. It is highly recommended interested firms confirm electronic submissions have been received by the Contracting Officer. Size limits of e-mails are restricted to 10MB. If more than one email is sent, please number emails in Subjects as 1 of n . (Example: SF330 Submission, 36C24625R0041 Install SPS AHU, Project # 558-24-156 Firm s Name (1 of n, 2 of n, etc.). All SF330 submissions shall be clearly indicated in subject line, displaying the procurement number and project title (abbreviated or shortened is okay). Interested firms are responsible for ensuring delivery of submission. ALL SF 330 SUBMISSIONS MUST INCLUDE THE FOLLOWING INFORMATION, EITHER ON THE SF 330 OR BY ACCOMPANYING DOCUMENT: 1) Cage Code 2) SAM Unique Entry ID Number (UEI) 3) Tax ID Number 4) The E-mail address and Phone number of the Primary Point of Contact 5) SF 330 MUST INDICATE THE PERCENTAGE of the contract performance cost that will be expended by the prime firm s employees and in which discipline(s) and subcontracted percentage of contract performance cost to be expended (and in what disciplines). Any subcontracted or otherwise business entity must be identifi...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/53d18991a53b4dcab03567c6d5d8a442/view)
- Place of Performance
- Address: Durham VA Medical Center 508 Fulton Street, Durham, NC 27705, USA
- Zip Code: 27705
- Country: USA
- Zip Code: 27705
- Record
- SN07468806-F 20250608/250606230054 (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 |