C1DA--Upgrade Building 8 Elevator
PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured in accorda... PUBLIC ANNOUNCEMENT FOR PROCUREMENT OF ARCHITECT-ENGINEERING (A/E) SERVICES: This is a request for Standard Form 330, Architect-Engineer Qualifications only. A-E Services are being procured 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) subpart 36.6. All submissions will be evaluated in accordance with the below selection criteria. The Government will not pay, nor reimburse, any costs associated with responding to this request. The Government is under no obligation to award a contract as a result of this announcement. Firms will be selected based on demonstrated competence and qualifications for the required work. Any resulting award for the proposed A/E services will be procured under a negotiated Firm-Fixed Price contract. The NAICS Code for this acquisition is 541330, Engineering Services, and the applicable Small Business Size Standard is $25.5 million annual revenue. During performance, the selected A/E firm will be required to attend meetings in person, on site, at the Salem VA Medical Center, Salem, VA. Therefore, the area of consideration is RESTRICTED to a maximum 500-mile radius of the Salem VA Medical Center, 1970 Roanoke Blvd, Salem, Virginia 24153 in which either the A/E firm s Primary or established Auxiliary/Satellite office must be located. NOTE: The 500-mile radius will be measured by one or more of the nationally recognized commercial free on-line mapping services from the Primary or established Auxiliary/Satellite Office Address to the above VA address (shortest driving distance option). Proximity of the firms assigned office, to the project site, including within the 500-mile radius, is one of the criteria on which selection of the most highly qualified firms will be based. Interested parties shall ensure current licensing to provide real property design services (Engineer Services) in accordance with the State regulations of which the firms assigned office is located, and shall have a current registration in: (1.) the System for Award Management (SAM) database at https://www.sam.gov, (2.) and the Vendor Information Pages database at http://www.va.gov/osdbu, if applicable, and (3.) have submitted the current cycle VETS-4212 Report at http://www.dol.gov/vets/programs/fcp/main.htm (for contracts in the amount of $150,000.00 or more). Failure of a proposed SDVOSB to be certified by the CVE at the time the SF 330 is submitted shall result in elimination from further consideration. DUE DATE FOR SF330 QUALIFICATIONS SUBMISSIONS: February 08, 2023 @ 10:00am EST PROJECT INFORMATION: Project No.: 658-22-106 Project Title: Upgrade Building 8 Elevator Place of Performance: Salem VA Medical Center (VAMC), 1970 Roanoke Blvd, Salem, Virginia 24153 A/E STATEMENT OF WORK Upgrade Elevators PART A SCOPE OF WORK Architect-Engineer Services shall include: Provide professional engineering services to include option analysis, phasing design, investigative surveys and reports, planning, consultation and visits, design work, preparation of contract drawings and specifications, preparation of cost estimates and provision of construction period services as necessary for demolition, construction, inspection, testing and certification for all required components for Project No. # 658-22-106 Upgrade Elevator- Building 8, at VAMC Salem, Virginia.  This contracted work is to develop a design package to facilitate award of a construction contract representing works in Building 8 to include replace/upgrade elevators, components, equipment, and appurtenances for the hydraulic elevator. The elevator is at the end of its useful life and is need of replacement and upgrade. A complete design package shall provide a fully functional elevator and ensure the Medical Center remains capable of providing safe, high-quality care to our veteran population. The A/E shall conduct design charrettes with representatives from Engineering and Maintenance. The project should account for all architectural, mechanical, electrical, plumbing, structural, civil, data/telecommunication, life safety, controls, and all other impacts to the Medical Center as a result of the renovation and shall include but not limited to the following: Develop plans and specifications for construction of the elevator in accordance with VA Standards, VA Design Manual, federal. state and local requirements. The design must consider requirements of the overall project as the desired future condition and allow for future construction of follow-on components, if needed, without significant effect to the project constructed under this contract. Trace all existing and identify all areas serving by the current system in Building 8. A/E shall be responsible for conducting site visits for the purpose of data gathering, investigation and documentation of all existing conditions. Perform such investigations as required to accurately verify all existing conditions. Do not rely solely upon as built drawings. The A/E shall be responsible for site review of the existing facility in order to field verify the owner s existing documents and as-built drawings. Any modifications that are required to be made as a result of the site review shall be communicated to VA and corrected by the A/E firm. Summary of findings from the review of building records, reports, plans and interviews with station personnel. The A/E shall demonstrate existence of a Quality Control (QC) system that will be used for all work submitted to the Government. The QC system shall be utilized by the A/E and all subcontractors and shall, at a minimum, include the following: Coordination of drawings and specifications within each discipline, and between all disciplines. Verification that all documents to be submitted are accurate and correct. Checklists for internal review of drawings, specifications, calculations, and cost estimates. Verification, prior to submittal to the Government, that all required documents for each submission are included and complete, per the contract requirements. Verification that all required documents have undergone a QC review prior to submittal to the Government. The Government requires documentation and submittal of all QC work performed. Drawings - submit construction drawings in accordance with VA guidelines. Specifications submit specifications in accordance with VA guidelines. Calculations Submit all calculations in published format in addition to native file format. Calculations shall be included with every submission after the design report. Provide construction period services which shall include submittal review, RFI responses, site visits, progress meeting attendance (virtual accepted), change order review including preparation of an Architect s Supplemental Instruction (ASI) as necessary, and as-built preparation. Commissioning: The construction and intended use requires commissioning. The A/E shall edit and incorporate the VA s commissioning Specifications into the design and complete set of construction documents as applicable. The Specifications are to be edited in which the Construction contractor shall procure the 3rd party Commissioning Agent to oversee and execute the contract required commissioning activities during Construction. Design Cost: All offerors are advised that in accordance with VAAR 836.606-71(a) the total cost of the architect or engineer services contracted for must not exceed six percent (6%) of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm(s) selected in accordance with the process outlined below. Provide all necessary site visits for design and construction not listed under construction period services. All work to be performed for this project must meet all Center for Engineering, Occupational Safety and Health (CEOSH); National Fire Protection (NFPA); National Electric Code (NEC); National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); Federal, State, and Local regulations and codes; and Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) standards and guidelines. Coordinate all correspondence with regulatory agencies through the Contracting Officer Representative (COR) prior to contact with the regulatory agency. In particular, this project will require coordination with State Historic Preservation Office due to its vicinity to historically significant structures and the historic district associated with the Salem VAMC. The design for Building 8 shall incorporate all electrical, mechanical, structural and architectural components necessary to provide for a complete structural and functional area. Design shall be in accordance with all applicable requirements of Center for Engineering, Occupational Safety and Health (CEOSH); National Fire Protection Association (NFPA), Environmental Protection Agency (EPA),Occupational Safety Health Agency( OSHA), Building Official Code Administrators (BOCA), National Plumbing Code, National Electric Code, American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE), Center for Disease Control (CDC), National Safety Code, AIA Guidelines for Construction and Equipment of Hospital and Health Care Facilities, VA Specifications, VA Standard Details, VA Construction Standards, VA Design Guides , VA Design Manuals and applicable local, National Electrical Manufacturers Association (NEMA); Energy Independence and Security Act of 2007 (EISA 2007); Underwriters Laboratory, Inc. (UL); Federal, State, and Local regulations and codes; and Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) standards and guidelines. The A/E shall conduct a minimum of two design charrettes at 30% stage to ensure the elevator meets the requirements of the VA and to identify all needs in phasing, temporary air impact, interim life safety, and infection control requirements. The A/E shall provide all requirements for NESHAP compliance for Building 8. (Attachment A) The A/E shall add specifications for quality control for the design package. (Attachment B) 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 90.1-2019, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2019 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 A/E shall add specifications for energy requirements for each design package (Attachment C). The A/E shall include a Preconstruction Risk Assessment in each design package. (Attachment D). 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. Design is to be accomplished using AutoCAD 2020 to include BIM. Design and cost estimate are to follow A/E requirements listed on the VA website (RS Means, Cost Works). As part of the A/E design and construction period services is required to purchase and utilize Submittal Exchange. 1.   All documents transmitted for purposes of administration of the contract are to be in electronic (PDF) format and transmitted via an Internet-based submittal service that receives, logs and stores documents, provides electronic stamping and signatures, and notifies addressees via email. A..    Internet-based submittal service shall be used for transmittal of all submittals, request for information (RFI), progress documentation, contract modification documents (e.g., change proposals, change orders), certified payrolls, daily reports, test reports, and any other document the COR wishes to make part of the project record. B.    Prime Contractors, subcontractors, suppliers, and Architect's consultants are to be permitted to use the service at no extra charge. C.  Paper document transmittals will not be reviewed; emailed PDF documents will not be reviewed. D. All other specified submittal and document transmission procedures apply, except that electronic document requirements do not apply to samples or color selection charts. 2..   The cost of the service is to be paid for by A/E. 3..   Set up ownership of the electronic submittal service account such that the Government is the sole owner and has full rights to the account. Coordinate with the Contracting Officer Representative to fulfill this requirement. 4..   Submittal Service: The selected service is: Submittal Exchange (tel: 1-800-714-0024): www.submittalexchange.com. 5.   Training: Selected service shall include web-based training sessions for Government, Contractor, and A/E personnel. 6.   Project Closeout: The Government shall determine when to terminate the service for the project. Selected internet based service shall provide archived copies of all files to the Government as part of closeout. Deliverables: Design Report: Prior to the initiation of the detailed design, the A/E shall, in conjunction with the COR to review documentation, conduct department interviews and tour project area. Next the A/E will develop an alternative for the Building 8 design package, which will be presented to the COR for selection. Design Scope: Once an alternative/option is selected, the A/E shall develop and provide one complete set of drawings and specifications for Building 8 for bidding and construction purposes which encompass the selected option. Additionally, the A/E shall provide a detailed cost estimate of the project construction costs, and a constructability analysis identifying the most efficient, cost-effective ways to accomplish the construction while allowing for the least disruption of hospital operations. The following A/E design submissions shall be in accordance with the A/E requirements listed on the VA website: Part I: 30% 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 2 half size set of drawings (22 x 34 ) on bond paper, 2 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 II: 60% Submission: The requirements are working drawings at the 60% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 2 half size set of drawings (22 x 34 ) on bond paper, 2 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: 95% Submission: The requirements are working drawings at the 95% stage, marked-up specifications, and a detailed construction cost estimate showing a quantitative survey of all labor and material. Submit 2 half size set of drawings (22 x 34 ) on bond paper, 2 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 IV: 100% Submission: The requirements are complete construction drawings showing all details and views, updated detailed cost estimate, and finalized specifications. Submit 2 half size set of drawings (22 x 34 ) on bond paper, 2 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 V: Final Submission: Provide 1 set of drawings (30 x42 ) on bond paper, 6 sets of half size drawings on bond paper, 2 sets of specifications, and an electronic copy of the drawings (.pdf and AutoCAD) and specifications (.docx and .pdf) on a CD-ROM. 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 a Construction Cost Estimate in Microsoft Excel using the CSI 34-division format. The Cost Estimate 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. A Construction Cost Estimate shall be submitted with 30%, 60%, 95% and 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 for each building package. Construction Schedule: The A/E shall develop a construction schedule with phasing to minimize interruptions to normal operations of the Medical Center which shall include a timeline for projected outages highlighting the facility interruption time frame for the affected area. Phasing sequences shall be clearly delineated in the construction documents. The A/E shall provide and present a detailed project work plan, including schedule, explicit phasing directions, space access and occupancy schedules, work schedules to include off-shift, weekend and holiday work requirements, staging and shop areas, construction waste management, infection and noise control, life safety compliance, wall material and finish schedules in areas where demolition of walls for access is required, work turnaround requirements, property protection and cleanup/restoration requirements. For equipment above ground level that requires lifting, a detailed site plan for lifting equipment, whether ground or air based, shall be provided, to include areas requiring evacuation, safety zones and demarcation, placement plans for ground-based equipment including load bearing capability of underground utility systems and soil suitability, overhead utility and obstruction avoidance, circulation plans to include routine and emergency access, pedestrian access control, and time of day/day of week definition to minimize patient care disruption. 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. Inspection and Acceptance Testing plan: Provide a detailed inspection and acceptance testing plan for the package to provide contractors with acceptance milestones and incremental punch list management direction during construction. The intent of this plan is to provide an orderly method for the VA COR to periodically recognize beneficial use of the completed elements of work. 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. 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. Narratives: Written narratives shall be used as part of each design submission for each package. 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. Reproduction: The A/E shall be responsible for all reproduction. Note that all bid administration activities will be performed by the VA Contracting office. Submission Due Dates: Part I - 30% Schematic Design: 45 Days from NTP Part II - 60% Design Development: 90 Days from NTP Part III - 95% Construction Documents: 135 Days from NTP Part IV - 100% Final Design Due: 165 Days from NTP Part V - Final Stamped/Sealed Documents: 180 Days from NTP Note: The VA will have 4 weeks minimum to review and coordinate each A/E submission package. If the VA workload does not allow for a thorough review within the designated timeframe, the A/E shall not proceed to the next design phase until comments have been received from the VA. The A/E will be entitled to a time only contract extension for the number of VA review days beyond the designated timeframe. The A/E shall be responsible for all design related meeting minutes. Provide the following construction period services: Pre-Construction Meeting: Participate in these meetings for Building 8 designs. At these meetings, 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 10 working days from the Notice to Proceed. Submittal Review and Logs: 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 10 working days to the COR. Designer 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 5 working days, 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. Construction Change Orders: A/E shall provide prompt response when contacted by the Contracting Officer Representative to review and provide analysis of change orders and costs within five (5) work days. Monthly Site Inspections: A/E shall provide construction site visits including the final inspection when requested by the Contracting Officer Representative (COR) to inspect the progress of the construction and report any deficiencies to the same. The A/E will also make a written inspection report within two (2) work days after each site inspection including the final inspection punch list. Monthly Progress Meetings: In conjunction with the site inspection, when requested by the COR, 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 are the responsibility of the A/E and shall be issued within 3 working days of the meeting. Project Close Out: 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 working days to complete the punch list and notify the A/E for re-inspection. Following re-inspection and project acceptance the closeout phase will occur. Record Drawing Submission: Provide 2 updated set of drawings (30 x42 ) on bond marked as As-built Drawings that include the contractor s mark-ups and an electronic copy of these updated drawings in AutoCAD and Adobe PDF format on CD-ROM. PART B - Supplement B 1. Government Supplied: The facility record drawings and AutoCAD files are available for the A/E s use. NOTE: Not all record drawings are available on AutoCAD. Additionally, it is emphasized that the accuracy of facility record drawings must be field verified by the A/E. Prints of any current as-built drawings may be made available to the A/E during any of their site visits if requested. Any existing as-built drawings will be made available to the A/E; however, their accuracy shall be verified by the A/E as part of investigative services. VA specifications, construction standards, design manuals, etc. are available through the VA Technical Information Library at http://www.cfm.va.gov/til. This web site also includes the guidelines for AutoCAD work. The project design shall be completed in accordance with this A/E scope and all appropriate Department of Veterans Affairs (VA) standards, specifications, and other criteria otherwise required by the VA. The A/E shall retrieve all VA design information and standards from the VA Facilities Web Site (http://www.cfm.va.gov/til). These documents and all national, state and local codes adopted and used by the VA shall be incorporated in the design of this project and reflected in the construction cost estimate. The following references, as applicable, shall be utilized for planning and design purposes: National CAD Standards and Standard Details PG-18-4 VHA Program Guide PG-18-3 VA Master Construction Specifications PG-18-1 H-18-8 Seismic Design Requirements Sanitary Design Manual for Hospital Projects PG-18-13 Barrier Free Design Handbook NFPA Codes Design Manuals PG-18-10 (BIM Standard applies) DUSHOM Memorandum, dated September 5, 2017: Interim Guidance for Heating, Ventilation, and Air Conditioning Requirements Related to Reusable Medical Equipment s Reprocessing and Storage. Cultural Resource Management D-7545 & H-7545 Government-furnished Record Drawings (A/E to field verify conditions) PG-18-15 A/E Submission Requirements. PG-18-12 Design Guides (graphical, by function) PG-18-14 Room Finishes, Door, and Hardware Schedules Facility Guidelines Institute (FGI) American Institute of Architects (AIA) PART C Required Training All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: 1. Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix A relating to VA information and information systems. 2. Successfully complete the appropriate VA privacy training and annually complete required privacy training. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. END OF STATEMENT OF WORK PROJECT DESCRIPTION: The A/E shall provide design services for NRM construction project 658-22-106, Upgrade Building 8 Elevator . Design shall comply with VA guidelines and specifications. Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Proposed work is located at Salem VA Medical Center. Project shall be designed and constructed to meet all VA sustainability, green and energy initiatives. Project targets reduced energy consumption by 30%. A/E is responsible for all documentation and correspondence necessary for final certification and ensuring all regulatory requirements are met for certification. This is a cradle to grave process ensuring certifications and approvals are documented and submitted. Guidance is available at http://www.cfm.va.gov/til/sustain.asp. DESIGN COSTS: All offerors are advised that in accordance with VAAR 836.606-71(a) the total cost of the architect or engineer services contracted for must not exceed six percent (6%) of the estimated cost of the construction project plus any fees for related services and activities. Additionally, FAR 52.236-22 Design Within Funding Limitations, will be applicable to this procurement action. Design limitation costs will be provided to the most highly rated AE firm(s) selected in accordance with the process outlined below. SDVOSB SET-ASIDE: This request for A-E firm qualifications packages is 100% set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB) concerns under VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (Dec 2009). LIMITATIONS ON SUBCONTRACTING: In accordance with VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and 13 CFR 125.6, a service disabled veteran-owned small business concern (SDVOSB) agrees that, in the performance of the contract, it will not pay more than 50% of the amount paid by the government to it, to firms that are not similarly situated. Firms that are similarly situated are those that are also CVE-registered SDVOSBs. 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 w...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »