United States - C--Construct New Outpatient Mental Health Addition (VA-19-00046877)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
27 August 2019
Opportunity publication date
25 July 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jul 24, 2019 12:13 pm

Page 7 of 9

DESCRIPTION: This is a Pre-Solicitation Notice for the establishment of an Architect-Engineering (A-E) contract with services to be performed at the Grand Junction VA Medical Center at 2121 North Ave Grand Junction, Colorado 81501. This requirement is being set-aside to Small Disabled Veteran Owned Small Business (SDVOSB) firms. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL; NO SOLICITATION PACKAGE WILL BE ISSUED UNTIL AFTER AN EVALUATION HAS BEEN MADE ON THE PROVIDED SF-330s. The SF-330 can be downloaded through the GSA Forms Library at: http://www.gsa.gov/portal/forms/type/TOP, scroll down to locate and click on the SF-330 hyperlink entitled, Architect-Engineer Qualifications. Written questions pertaining to this requirement should be submitted no later than 1:00 PM. Mountain Time (MT), August 6, 2019. Interested firms should submit their current SF-330, Parts I and II, to Donna.gillette@va.gov. The SF-330s are due no later than 1:00 PM, MT, August 27, 2019.

SCOPE OF WORK: This project requires the services of an architectural engineering firm (AE) having special knowledge of hospital design. The AE must have experience with mental health facilities; with constructing additional floors on existing buildings; and use of high-pressure steam for building heat and domestic water.

Intent

This project will add a second story to Building 45 to house the out-patient Mental Health department, providing spaces as listed in the space program. This contract will provide construction documents to achieve that intent.

Requirements

The AE selected is expected to:

Conduct a detailed preliminary investigation.

Physically survey as well as review record drawings of the existing building. Inform CO/COR of supplemental information gathering that may be required.

Develop conceptual floor plans showing how the spaces needed for this function can be accommodated in the available space. Two basic approaches must be addressed during Conceptual Design: A PACT model, where patient care spaces are separated from medical administrative spaces; and a traditional model, where patient care is provided in Provider offices. Architect must reference active clinics using these approaches and provide points of contact so that Mental Health staff can visit various locations to determine the best approach for this station.

Conceptual plans shall address integration of existing and proposed spaces for patient access and staff use.

Conduct on-site work session with User Group and other members of the Integrated Project Team to discuss conceptual options.

Describe all measures available to achieve the project objectives, including the benefits and drawbacks of each measure, to guide decisions by the facility during schematic design. The decision of which alternatives to select for the construction project rests with the VA.

The A/E shall determine if the required utilities for the project exist and if they are of adequate size and inform the CO and COR if there will be a need for increased capacity or new utilities. Utilities may include, but are not limited to electricity, gas, steam, water, storm sewer, TV/Cable, fire and police alarm interface, voice, and data communications.

The A/E shall develop a strategy to modify heat and domestic hot water equipment to use high pressure steam from the central plant, and to remove the existing low- pressure boilers in Building 45.

Develop a schematic floor plan based on the selected concept that achieves the project objectives as described on the Space Program.

Develop and describe a construction strategy that allows existing functions to continue during construction of the second story. Develop this strategy in development of construction documents.

Develop and describe an outdoor therapeutic space.

Participate in a conference call after VA has completed Schematic Design review.

Provide Activation Assistance, developing a fixture, furnishings, and equipment list; researching costs of these items; and assisting with the development of acquisition documentation.

Design and produce construction documents for implementation of the selected alternatives.

Submittals must include the components listed on the A/E Submission Instructions for Minor and NRM Construction Program https://www.cfm.va.gov/ til/ ae/ aesubmin.doc.

Provide a list to the VA of technical submittals that will be required.

Intended for long-term use, the project design must provide facilities that are of enduring quality; Energy and water efficient; Environmentally conscious; Functional and requiring low maintenance; Durable; Flexible for changing uses; Universally accessible; Sustainable; Operationally cost effective; Compliant with appropriate codes, statutes, and VHA requirements.

The internal partitions and doors must be designed to provide auditory privacy. Loud conversations should not be discernable outside treatment rooms.

The space should be non-medical, and recovery oriented in aesthetic.

The A/E will be required to develop corrections to the existing building space, including installation of partitions in the existing conference room to allow it to be used as three conference spaces; installation of AV equipment in the existing conference room; installation of a master switch; provide additional doorways in four locations; add card readers to ten interior doors; enclose police work station; and replace lights in existing waiting area.

Construction documents must be complete, clear, specific, accurate, coordinated between disciplines, quantifiable, and explicit in quality expectations for suitable materials, systems, and workmanship.

Throughout the design phases of a project, the A/E shall work closely with the COR and Integrated Project Team to ascertain and confirm all project requirements.

The A/E shall participate in the station Construction Safety Work Group Infection Control Risk Assessment; develop infection control measures; and show these on the construction documents.

The A/E shall determine if the construction will require a fire alarm or suppression system to be taken out of service; whether egress or access for emergency response will be blocked, or fire/smoke barrier walls to be breached. If so, A/E shall develop appropriate Interim Life Safety Measures and show these on the construction documents.

AE will participate in conferences calls after the VA has reviewed the Design Development (65%) review and the Final Design (95%) review.

Provide construction period services.

Attend Pre-Bid Conference and prepare documents to be released as Addenda to the request for bids, if applicable

Attend Pre-Construction Conference.

Review submittals, including Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing labor atory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents, and any substitution requests. Provide response to submittals within two business days of receipt.

Attend Weekly Construction Progress Meetings. This requirement may be fulfilled by phone or in person.

Periodically inspect work. The registered architects and engineers who are familiar with the design work of the project shall inspect completed work at critical completion points. [The AE shall suggest an appropriate number of inspections based on the complexity of the work.] [A/E shall provide three (3) site visits: one (1) at 75% construction completion, one (1) at or near construction completion for punch list items, and one (1) at the 11-month warranty timeframe.] A report which includes the purpose of the inspection, items reviewed, deficiencies observed, recommendations and additional actions required, shall be furnished to the Contracting Officer or his authorized representative within three (3) work days following the site visit date.

Respond to Contractor Requests for Information. [The AE shall respond to Contractor questions presented formally, as RFI s, within five (5) business days of submittal.] [The A/E shall respond/reply to Contractor questions presented formally, as RFI s, within one (1) business day to confirm the RFI was received and give an estimate of how long it will take the AE to resolve the issue. It is the goal of both the VA and the A/E to resolve the RFI in a expedited manner to maintain the construction schedule.] The AE shall maintain an RFI log showing issue, date of receipt, date of response, and indicating relation to modifications to contract if applicable. AE shall prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents.

Assist in review and preparation of Construction Contract Modifications. AE's review and recommendations shall include an independent breakdown of costs in detail with quantities and unit prices and shall cover both additions and deductions of labor, materials and equipment.

AE shall provide Project Close-Out and Post construction services.

Project Completion and Acceptance. The AE shall diligently monitor the Contractor s progress to complete the work in accordance with the Contract Documents and within the Contract Time for completion. AE Team shall attend scheduled final inspection. AE shall prepare a supplemental punch list to include incidental corrective work not addressed in the Contractor s punch list; review comments and punch list items generated for conformance with the requirements of the Contract Documents; and incorporate enforceable comments and punch list items into a single supplemental punch list.

Review of O&M Manuals. AE team shall provide a detailed list of closeout submittal requirements, review the Close-Out Submittals for compliance with the contract documents, and ensure that the information provided is specific to the equipment and systems installed in the project.

Training Plan for Client Agency Personnel. AE team shall review the Contractor s training plan and training material and monitor the satisfactory progress and completion of the plan.

Substantial Completion The AE shall assist in determining that: All contract work except incidental punch list items are complete; all systems and parts are functional; utilities and meters have been connected, tested, and function properly; Owner training has been completed; O&M Manuals meet specifications and have been delivered to owner; specified maintenance materials (tools, spare parts, extra stock, etc.) have delivered to Owner; specified required Special Inspection and Testing reports received by Owner.

Warranty Review. Should warranty problems arise, the VA may request assistance from AE to resolve the issue. AE shall attend the 11-month walk-through prior to expiration of the warranty period and issue a Warranty Inspection report to all attendees.

OFFERORS WILL BE EVALUATED ON THE FOLLOWING CRITERIA:

The submitted SF-330s will be evaluated on the following criteria:

This acquisition will be in accordance with FAR Part 36.602-1 and VAAR Part 836.601-1. The following evaluation criteria will be used to evaluate SF-330 technical proposals:

The A/E must demonstrate its qualifications with respect to the published evaluation criteria for all services. Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) and (6) are of slightly less importance than (1) through (4) but are equal value among themselves; Criteria (7) and (8) are the least important and listed in descending order of importance. Specific evaluation criteria include:

(1) Professional qualifications necessary for satisfactory performance of required services;

(2) 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;

(3) Capacity to accomplish the work in the required time;

(4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules;

(5) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project; and

(6) Location in the general geographical area of the project and knowledge of the locality of the project; provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project.

(7) Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

(8) Record of significant claims against the firm because of improper or incomplete architectural and engineering services.

Criterion1 - Professional Qualifications necessary for satisfactory performance of required services. Offerors will be evaluated in terms of the qualifications, competence and experience of the key personnel and technical team proposed to accomplish this work. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Provide a balanced licensed and or certified workforce in the following disciplines Architecture, Interior Design, Civil, Structural, Mechanical, Electrical, Fire Protection Engineering and LEED/Green Globes.

Submission requirements: Provide resumes for all proposed key personnel. Resumes are limited to one page each and should cite project specific experience and indicate proposed role in this contract. Provide professional registration, certification, licensure and/or accreditation. Indicate participation of key personnel in example projects in the SF-330 Part 1 Section G.

Criterion 2 - 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:

Special knowledge of hospital design

Experience with mental health facilities

Experience constructing additional floors on existing building

Knowledge of and experience in the use of high-pressure steam for building heat and domestic water. 

Submission requirements: Provide up to five (5) projects completed or substantially completed within the past five (5) years that best illustrate specialized experience of the proposed team in the areas outlined above. Example projects shall note project s square footage. All projects provided in the SF-330 must be completed by the office/branch/regional office/individual team member 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 2, Section F in evaluating Criterion 2.

Criterion 3 - Capacity to accomplish the work in the required time. Firms/teams will be evaluated in terms of their ability to plan for and manage work under the contract and capacity to accomplish the work in the required time.

Submission requirements: Describe the firm s ability to concurrently perform and manage multiple projects in different locations to meet aggressive schedules, multiple disciplines, and control costs and the firm s capacity to accomplish multiple projects simultaneously.

Criterion 4 - Past Performance Offerors will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. Failure to provide requested data, accessible points of contact, or valid phone numbers could result in a firm being rated lower. NOTE: Past performance information for projects listed under Criterion 1.

Submission requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF THERE IS NOT A COMPLETED CPARS/ACASS EVALUATION, the Past Performance Questionnaire (PPQ) included in this notice is provided for the offeror or its team members to submit to the client for each project the offeror includes under Criterion 1. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, offerors should complete and submit with their responses the first page of the PPQ (Attachment), which will provide contract and client information for the respective project(s). Offerors may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) if it is on the same form as posted with this Synopsis. Offerors should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Network Contracting Office 19, Attn: Donna Gillette via email at donna.gillette@va.gov prior to the response date. Offerors shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.

Criterion 5 - Location in the general geographical area (Grand Junction, CO) and knowledge of the (Grand Junction, CO); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract.

Submission requirements: Indicate firms/teams location, including main offices, branch offices and any subconsultants offices and demonstrate how this will be advantageous to the Government.

Criterion 6 - Location in the general geographical area (Sheridan, WY) and knowledge of the (Sheridan, WY); provided, that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms/teams will be evaluated on the locations of their office or offices that will be performing the work under this contract.

Submission requirements: Indicate firms/teams location, including main offices, branch offices and any sub consultants offices and demonstrate how this will be advantageous to the Government.

Criterion 7 Reputation and standing of the firm and its principal officials with respect to professional performance, general management, and cooperativeness.

Submission requirements: Offerors shall provide documentation (awards, certificates, publications, commendations from within the community) as evidence of reputation and standing of its firm.

Criterion 8 - Record of significant claims against the firm because of improper or incomplete architectural and engineering services. Offerors with substantiated claims against the firm because 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.

SELECTION INTERVIEW:

Interviews shall be scheduled with firms slated as the most highly qualified. Firms slated for interviews will be asked a series of established questions. Elaborate presentations are not desired.

GENERAL INFORMATION:

All design and work will conform to the current edition of the VA Master Specifications and VA Design Standards as published at the following site: www.cfm.va.gov; ASME, OSHA, IBC 2009, NFPA and NEC building codes and standards. Coordinate all work through the COR of Facilities Management Service. Contractor is responsible for all cleanups and refuse disposal throughout the construction period. The A-E firm will prepare drawings and specifications in sufficient detail such that qualified outside General Contracting companies can prepare accurate and timely proposals for the desired construction work. Microsoft Project scheduling and management software will be used by both the A-E and Contractors to allow for regular tracking of schedules and work by the VA Medical Center. Schedules with MS Project will be regularly sent to the COR upon project initiation and whenever significant changes occur in the schedule. The estimated magnitude of construction is between $10,000,000 and $20,000,000. The A-E will provide an initial estimate of cost to perform the above work and will design only those items that can be provided within the cost limitation. The Medical Center must remain operational throughout the construction period and a detailed sequence of work will be provided by the A-E to minimize impact of the construction. The A-E will provide documents at each submission as indicated in the statement of work. The NAICS code for this procurement will be 541330, Engineering Services. The current small business size standard for 541330 is $15.0 million.

Requirement for Electronic Submission

Unless paper offers are specifically authorized, all responses to this pre-solicitation notice must be submitted electronically as described below.  The only acceptable paper form for this requirement is the receipt of past performance questionnaires. Failure to comply with this requirement may jeopardize the possibility of receiving an award for the contract due to non-compliance with the terms of the solicitation.  You must submit your electronic offer, and any supplemental information (such as spreadsheets, backup data, technical information), using any of the electronic formats and media described below.

In addition, contractors are notified of the award via an electronic Notice of Award e-mail.  The award document will be attached to the Notice of Award e-mail.

Acceptable Electronic Formats (Software) for Submission of Offers

Files readable using the current Microsoft* Office version Products: Word, Excel, PowerPoint, or Access.  Spreadsheet documents must be sent in a format that includes all formulas, macro, and format information.  Print or scan images of spreadsheets are not acceptable.   Please see security note below for caution regarding use of macros. When submitting construction drawings contractors are required to submit one set in AutoCAD and one set in Adobe PDF. (Purpose: contracting can open the PDF version and engineering can open AutoCAD files)

Files in Adobe* PDF (Portable Document Format) Files:  When scanning documents scanner resolution should be set to 200 dots per inch, or greater.

Another electronic format.   If you wish to submit an offer using another format than those described in these instructions, e-mail the Contracting Officer who issued the solicitation. Please submit your request at least ten (10) calendar days before the scheduled closing date of the solicitation.   Request a decision as to the format acceptability and make sure you receive approval of the alternate format before using it to send your offer.

Please note that we can no longer accept .zip files due to increasing security concerns.

E-mail Submission Procedures: For simplicity in this guidance, all submissions in response to a solicitation will be referred to as offers.

Subject Line:  Include the solicitation number, name of company, and closing

date of solicitation.  Use only one of the terms Quotation, Offer, or Bid depending on the solicitation type. 

Size:  Maximum size of the e-mail message shall not exceed five (5) megabytes. The SF330, in its entirety, shall not exceed one email of 5MB. The SF330 (not including past performance questionnaires) are limited to 30 pages. If the page limits are exceeded, the pages in excess of the limit will not be read or considered. Only one email is permitted unless otherwise stated in this paragraph or in writing by the Contract Officer submitting the solicitation.

The Microsoft Outlook © Email time/date stamp will be used to date and time stamp offers for the official record of receipt for the submission. The date and time stamp in recipients inbox is the official record of receipt.

Security Issues, Late Bids, Unreadable Offers

Late submission of offers is outlined at FAR Parts 52.212-1(f), 52.214-7, and 52.215-1(c)(3).  Attention is warranted to the portion of the provision that relates to the timing of submission. 

 

Please see FAR 15.207(c) for a description of the steps the Government shall take with regard to unreadable offers.

 

To avoid rejection of an offer, vendors must make every effort to ensure their electronic submission is virus-free.  Submissions or portions thereof submitted and which the automatic system detects the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR Parts 14.406 and FAR 15.207(c ).

The virus scanning software used by our e-mail systems cannot always distinguish a macro from a virus. Therefore, sending a macro embedded in an e-mail message or an e-mail attachment may cause the e-mail offer to be quarantined. You may send both the spreadsheet and the spreadsheet saved in PDF format to ensure that your proposal is readable.

Password protecting your offer is not permitted. The Contracting Officer will file the offer electronically which will allow access only by designated individuals.

Important Notice: Apparent successful offerors must apply for and receive verification from the Department of Veterans Affairs Center for Verification and Evaluation (CVE) in accordance with 38 CFR Part 74 and VAAR 819.70 by submission of documentation of Veteran status, ownership and control enough to establish appropriate status, offerors must be both VISIBLE and VERIFIED by the Department of Veterans Affairs Center for Verification and Evaluation prior to contract award. Failure to be both VERIFIED by CVE and VISIBLE on VetBiz prior to contract award will result in the offeror s proposal being deemed non-compliant. All offerors are urged to contact the CVE and submit the required documents to obtain CVE verification of their SDVOSB status if they have not already done so.

852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED

SMALL BUSINESS SET-ASIDE (DEC 2009)

(a) Definition.  For the Department of Veterans Affairs, Service-disabled veteran-owned small business concern :

(1) Means a small business concern:

(i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans (or eligible surviving spouses);

(ii) The management and daily business operations of which are controlled by one or more service-disabled veterans (or eligible surviving spouses) or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran;

(iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; and

(iv) The business has been verified for ownership and control and is so listed in the Vendor Information Pages database, (http://www.VetBiz.gov).

(2) Service-disabled veteran means a veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16).

(b) General.  (1) Offers are solicited only from service-disabled veteran-owned small business concerns. Offers received from concerns that are not service-disabled veteran-owned small business concerns shall not be considered.

(2) Any award resulting from this solicitation shall be made to a service-disabled veteran-owned small business concern.

(c) Agreement.  A service-disabled veteran owned small business concern agrees that in the performance of the contract, in the case of a contract for:

(1) Services (except construction), at least 50 percent of the cost of personnel for contract performance will be spent for employees of the concern or employees of other eligible service-disabled veteran-owned small business concerns;

(2) Supplies (other than acquisition from a non-manufacturer of the supplies), at least 50 percent of the cost of manufacturing, excluding the cost of materials, will be performed by the concern or other eligible service-disabled veteran-owned small business concerns;

(3) General construction, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns; or

(4) Construction by special trade contractors, at least 25 percent of the cost of the contract performance incurred for personnel will be spent on the concern s employees or the employees of other eligible service-disabled veteran-owned small business concerns.

(d) A joint venture may be considered a service-disabled veteran owned small business concern if

(1) At least one member of the joint venture is a service-disabled veteran-owned small business concern, and makes the following representations:  That it is a service-disabled veteran-owned small business concern, and that it is a small business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement;

(2) Each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and

(3) The joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101 of the Federal Acquisition Regulation.

(4) The joint venture meets the requirements of 13 CFR 125.15(b).

(e) Any service-disabled veteran-owned small business concern (non-manufacturer) must meet the requirements in 19.102(f) of the Federal Acquisition Regulation to receive a benefit under this program.

Opportunity closing date
27 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?