C1da A Amp E Expand Emergency Department Va 19 00090486 Va 20 00015345

Tender Detail

29609747
36C25920R0060
Self Funded
C1da A Amp E Expand Emergency Department Va 19 00090486 Va 20 00015345
ICB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20
21-05-2020

Work Detail

Page 12 Of 12 Description This Is A Pre Solicitation Notice For The Establishment Of An Architect Engineering A E Contract With Services To Be Performed At The Oklahoma City Vamc 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 September 23 2019 Interested Firms Should Submit Their Current Sf 330 Parts I And Ii To Aldo Girany Va Gov The Sf 330S Are Due No Later Than 1 00 Pm Mt October 7 2019 Scope Of Work This Project Requires The Services Of An Architectural Engineering Firm Ae Having Special Knowledge Of Designing Parking Garages The Ae Must Have Experience With Working Around A Working Hospital Intent This Project Will Add A Parking Garage S For An Approximately 460 Space Expandable Multi Use Parking Structure Utilizing A Combination Of Cast In Place Concrete Foundations And Walls And Precast Concrete Framing This Contract Will Provide Construction Documents To Achieve That Intent Requirements The Ae Selected Is Expected To Development Of A Full Design Bid Build Package And Request For Proposal Rfp Packages For An Approximately 460 Space Expandable Multi Use Parking Structure Utilizing A Combination Of Cast In Place Concrete Foundations And Walls And Precast Concrete Framing The Overall Will Footprint Will Be Limited To Approximately 20 000 Sq Ft On The Northwest Corner On The Okcva Property This Structure Shall Include At Least One 2 Elevator Two 2 Stairwells Security Lighting Amp Cctv Emergency Call System Site Landscaping Controlled Parking Access And Provisions For Future Expansion Phases Design Engineering And Surveying Necessary For The Removal Of The Existing Surface Parking And Landscaped Areas And Relocation Of All Necessary On Site And Off Site Utilities The A E Services Shall Include But Not Limited To The Following Multi Disciplined Design Support And Consultant Services Proposed Work Plan Approach Site Investigations Including Surveying Amp Testing Geotechnical Studies And Soils Studies Civil Engineering Architectural Design Structural Engineering Universal Design Sustainable Design Environmental Design Including Mitigation And Permitting For Any Identified Impacts Mechanical Electrical And Plumbing Mep Engineering Including Fire Protection Lighting Design Fire Life Safety Alarm Protection System Physical Security And Access Control Systems Wayfinding And Signage Systems Design Landscaping Construction Cost Estimating Construction Phasing Environmental Protection And Other Permits And Approvals As Appropriate Preparation Of High End Media To Support Public Outreach Programs Design Management Approach And Logistics Plan Development Design Qa Qc Program Including But Not Limited To Contractor Submittal Review Contract Modifications Engineering Advice During Construction Preparation Of Omb 300 Documentation Energy Computations Leed Studies Certification Life Safety Code Studies As Built Preparation Value Engineering Studies Evaluations Inspection Evaluation And Reports On Completed Projects The A E Shall Be Required To Prepare Plans Specifications Design Analyses And Cost Estimates Using Current Department Of Veterans Affairs Master Specifications Unified Facilities Guide Specifications International Building Codes National Fire Protection Association Codes And Other Agency Standards As Required For A Variety Of Projects In Addition The A E Shall Be Required To Follow Va Specific References Provided In The Department Of Veterans Affairs Technical Information Library At Http Www Cfm Va Gov Til Additional Design Services That May Be Identified By Okcva On An As Needed Basis This Contract Is Entered Into Pursuant To Far Part 12 Acquisition Of Commercial Items The Okcva Requires A Contractor To Manufacture Deliver Assemble Remove The Existing And Install New Surgical Lighting And Boom In Or Suites 1 And 2 The Okcva Requires That All Surgical Lights And Booms Be Manufactured In Accordance To The Existing Room Dimensions 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 Amp 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 Amp 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 Through 7 Are Of Slightly Less Importance Than 1 Through 4 But Are Equal Value Among Themselves 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 6 Use Of Service Disabled Veteran Owned Small Businesses 7 Experience In Construction Period 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 Additionally Offerors Will Be Evaluated On Their Record Of Working Together As A Ream 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 Lead Designer In Each Discipline Shall Be Registered But Does Not Have To Be Registered In The Particular State Of This Project 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 To Include Offeror S Proposed Personnel In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To Special Knowledge Of Parking Garage Design Experience Working Around A Working Hospital 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 To Include Capacity Within The Key Disciplines Required By This Project Additionally Offerors Will Be Evaluated On The Volume Of Work Awarded By The Va During The 12 Months Before The Closing Date 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 Additionally Offerors Will Be Evaluated On The Reputation And Standing Of The Firm And Its Principals With Respect To Professional Performance General Management And Cooperativeness Offerors Will Be Also Evaluated On Their Record Of Significant Claims Against The Firm 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 Aldo Fred Girany Via Email At Aldo Girany 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 Also Submit Information Regarding Whether Any Significant Claims Have Been Filed Against The Offeror Criterion 5 Location In The General Geographical Area Oklahoma City Ok And Knowledge Of The Oklahoma City Ok 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 6 Use Of Service Disabled Veteran Owned Small Businesses The Extent To Which Potential Contractors Identify And Commit To The Use Of Service Disabled Veteran Owned Small Businesses Veteran Owned Small Businesses And Other Types Of Small Businesses As Subcontractors Will Be Evaluated Submission Requirements Indicate Service Disabled Veteran Owned Small Business Sdvosb Firms Teams Proposed To Be Used On This Project Criterion 7 Experience In Construction Period Services 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 Will Be Evaluated Submission Requirements Indicate From Projects Submitted In Criteria 2 The Extent And Magnitude Of The Construction Period Services Regarding The Areas Stated Above Included In Those Projects 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 Vaar 852 219 10 Va Notice Of Total Service Disabled Veteran Owned Small Business Set Aside Jul 2016 Deviation A Definition For The Department Of Veterans Affairs Service Disabled Veteran Owned Small Business Concern Or Sdvsob 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 See Vaar 802 201 Surviving Spouse Definition 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 Iv The Business Has Been Verified For Ownership And Control Pursuant To 38 Cfr 74 And Is So Listed In The Vendor Information Pages Database Https Www Vip Vetbiz Gov And V The Business Will Comply With Subcontracting Limitations In 13 Cfr 125 6 As Applicable 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 Verified Service Disabled Veteran Owned Small Business Concerns Offers Received From Concerns That Are Not Verified Service Disabled Veteran Owned Small Business Concerns Shall Not Be Considered 2 Any Award Resulting From This Solicitation Shall Be Made To A Verified 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 The Concern Will Comply With The Limitation On Subcontracting Requirements In 13 Cfr 125 6 D A Joint Venture May Be Considered A Service Disabled Veteran Owned Small Business Concern If The Joint Venture Complies With The Requirements In 13 Cfr 125 15 Provided That Any Reference Therein To Sdvo Sbc Is To Be Construed To Apply To A Va Verified Sdvosb As Appropriate E Any Service Disabled Veteran Owned Small Business Concern Non Manufacturer Must Meet The Requirements In Far 19 102 F Of The Federal Acquisition Regulation To Receive A Benefit Under This Program End Of Clause

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail