The RFP Database
New business relationships start here

Upgrade Clinical Space Extended Care Building 1


New York, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS NOTICE TYPE: SOURCES SOUGHT
To obtain capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. This is for market research, not a solicitation
No Assigned Solicitation, This Is Not a Solicitation

Synopsis:

THIS IS A SOURCES SOUGHT NOTICE FOR SDVOSB or VOSB ARCHITECT-ENGINEERING SERVICES FOR ARCHITECT AND ENGINEERING SERVICES FOR UPGRADE CLINICAL SPACE EXTENDED CARE BUILDING 1 PROJECT. THIS IS NOT A SOLICITATION NOR A REQUEST FOR PROPOSAL. IF YOU ARE A QUALIFIFED RESPONSIBLE ARCHITECT AND ENGINEERING FIRM PLEASE SEND EMAIL OF INTEREST (SEE WHAT TO SEND BELOW) BY JULY 28, 2019 11:59 PM ET TO: JOSEPH.ERCOLE@VA.GOV

The U.S. Department of Veterans Affairs, VA Medical Center (VAMC) Lyons NJ is seeking qualification statements from Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) Architect/Engineering (A/E) firms, NAICS 541310, to provide professional design services to upgrade clinical space extended care in building 1 at the VAMC Lyons NJ, to determine potential business sources and set-aside potential from SDVOSB and VOSB possibility for this project Architect and Engineering ( A/E ) service. This project will upgrade clinical space extended care in building at VA Medical Center Lyons, 151 Knollcroft Road Lyons, NJ 07939.

Response to this notice will be used to determine potential business sources and set-aside potential possibility for this project. Design and renovation work at the facilities is done in accordance with the guidelines of the most current VA Design Requirements and Criteria and VA Federal Specifications Standards Specifications available online at http://www.cfm.va.gov/TIL/. Firms with services and capability to provide full-service for Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Upgrade Clinical Space Extended Care in Building, Project No. 561A4-18-118, at VAMC Lyons NJ.

WHAT TO SEND: THIS SOURCES SOUGHT NOTICE IS FOR SERVICE DISABLED VETERAN OWN SMALL BUSINESSES AND VETERANS OWNED SMALL BUSINESSES TO PROVIDE ARCHITECT-ENGINEERING SERVICES. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses interested, qualified and capable of performing the work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Respond via email to joseph.ercole@va.gov and responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business [e.g. Services Disabled Veteran Owned Small Business, Veteran-owned small business] and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

ARCHITECT-ENGINEERING FIRMS THAT ARE SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES OR VETERAN OWNED SMALL BUSINESSES, WHICH MEET THE REQUIREMENTS DESCRIBED IN THIS ANNOUNCEMENT ARE INVITED TO SUBMIT THE FOLLOWING TWO (2) ITEMS TO JOSEPH ERCOLE, VA CONTRACTING OFFICER:

(a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business [e.g. Services Disabled Veteran Owned Small Business, Veteran-owned small business] and
Provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below.

Architect-Engineering Sources Sought Notice:
The purpose of this Sources Sought Notice is to find interested qualified responsible Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses, as stated in selection criteria below as Architect and Engineering service firms to provide site survey, drawings, specifications, construction documents (including all mechanicals and utilities), cost estimates, and other items necessary suitable to deliver construction and bid documents for upgrade clinical space extended care building 1 at the VAMC Lyons NJ.

The following engineering and architectural services will be required: This is a request for capability statement. This not a request for proposal nor for SF330s. Expected services will include site investigations, analysis, design, calculations, cost estimates, preparation of working drawings and specifications, and construction period services. As-builts and site visits during construction will be part of the scope. The company must have the capability to design clinical space extended care at the VAMC Lyons NJ; see specifics listed below. This would include the services of certified and registered professionals.

Eventual selection criteria will be based on, but not be limited to, the following eleven (11) items: (1) Specialized experience and technical competence in the type of work required, including experience in similar projects, of similar magnitude, past performance on similar medical care projects, maintaining project schedules, and project budgets, cost control, quality of work, and compliance with performance schedules; (2) Professional qualifications as necessary for satisfactory performance of required services and overall engineering design experience and capability with superior performance evaluations on completed government agency and VA contracts; (3) Qualifications of staff to be assigned, with special emphasis on field personnel to be utilized; (4) Cost control effectiveness; (5) Ability of A/E to produce all plan documents on a AUTOCAD/CADD system fully compatible with most current AUTOCAD/CADD and the ability to provide specifications in CD/DVD formats, with specifications in Microsoft Word, and drawings in DWG formats and PDF formats; (6) Geographic location and facilities of the working office(s); (7) Demonstrated success in prescribing the use of recovered materials and achieving waste reduction and energy efficiency in facility design; (8) construction cost control effectiveness; (9) Capacity to accomplish work in required time [A/E award to begin about Fall 2019 continuing through A/E schedule end date about six (6) months later, with an anticipated construction contractor award to follow], A/E is responsible for limited time post construction services; (10) Location of A/E firm headquarters and the office location area of consideration with a geographical area evaluation criteria near VA Medical Center Lyons, 151 Knollcroft Road Lyons, NJ 07939; and (11) Selection criteria shall be in accordance with FAR 36.602-1 and VAAR 836.602. Potential vendors are bound by the clauses contained in FAR part 4.11 and 4.12 (SAM, ORCA, etc.) and must be registered in VetBiz and SAM.

A/E firms, which are Service Disable Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB), that meet the requirements listed in this announcement, are invited to submit the above 2 items (1. Company information, 2. Capability statement) no later than July 28, 2019 11:59 PM ET via email at: joseph.ercole@va.gov
This is the email for Joseph Ercole, Contracting Officer, located at VA Medical Center Northport, 79 Middleville Rd., Bldg. 10, Northport, NY 11768.
Response for each applicant is limited to 15 pages each, exclusive of photos or drawings with brief captions.

This is not a Request for Proposal (RFP). Following this Sources Sought Notice, depending on the responses, a competitive solicitation will be issued accordingly. Eventual contractor award is subject to the availability of funds.

A/E Project Information:

NOTE: Supplement B of SF 252 will only be available upon solicitation, a solicitation is anticipated in the future.

PROJECT NO. AND NAME: 561A4-18-118, UPGRADE CLINICAL SPACE EXTENDED CARE BUILDING 1:
This Project is for professional A/E services to prepare specifications, drawings and cost estimates for upgrade clinical space extended care building 1 at the VAMC Lyons NJ. Design work performed shall be in accordance with all current rules and regulations and codes. The Project includes site preparatory and upgrade clinical space extended care building 1 at the VAMC Lyons NJ. Technical disciplines for design services include but are not limited to: Architectural specifications, equipment specifications, structural, sanitary, plumbing (if applicable), electrical, barrier free design, fire protection, phasing, infection control measures, interim life safety measures, equipment, critical path method, and estimating. The Project will comply with VA-adopted codes and standards including VA Directives, Design Manuals, Master Construction Specifications, Design Criteria and other Guidance on the Technical Information Library (http://www.cfm.va.gov/til/). The estimated magnitude of construction project is between $1,000,000.00 and $2,000,000.00.

I. SCHEMATICS. General Scope. The Architect-Engineer (A/E) shall review the program materials furnished by VA to ascertain the requirements of this phase of the work and shall prepare Schematic Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B, which details the minimum requirements for various A/E submissions. Services under this phase shall include but not be limited to all requirements as defined in Supplement B.
II. DESIGN DEVELOPMENT DOCUMENTS. General Scope. The A/E shall review the program materials furnished by VA and all prior submissions to ascertain the requirements of this phase of the work and shall prepare Design Development Documents illustrating the scale and relationship of Project components for review and approval of VA as further described in Supplement B. Services under this phase shall include, but not be limited to the following: (1) Architectural design including space planning, equipment layout and material finishes; (2) Structural design for support of new equipment and evaluation of existing conditions; (3) Mechanical, Electrical and Life Safety design and evaluation of existing conditions. (4) Cost Estimate(s) and schedules; (5) Presentations and Review Submissions.
III. CONSTRUCTION DOCUMENTS. (a) General Scope. Based upon the approved Schematics and Design Development Documents, other program materials furnished by VA, and any further adjustments in the design scope or quality of the Project, the A/E shall ascertain the requirements of this phase of the work and shall prepare, for approval by VA, Construction Documents and other documents setting forth in detail the requirements for bidding and contracting for the con struction of the Project and as further described in Supplement B. Services under this phase shall include: (1) Architectural Design Documents setting forth in detail the architectural construction requirements including complete sections, details, schedules, material and color selection, and technical discipline coordination; (2) Structural Design Documents setting forth in detail the structural construction requirements including all structural plans, elevations, sections, details, schedules, and calculations sizing all columns, beams, slabs and coordinating the work with all other design disciplines; (3) Mechanical Design Documents setting forth in detail the mechanical construction requirements including all mechanical plans, elevations, sections, details, and schedules; (4) Electrical Design Documents setting forth in detail the electrical construction requirements including all electrical plans, elevations, sections, details, diagrams and schedules; (5) Cost Estimate(s) setting forth in detail quantities of materials, labor, equipment, profit, overhead, insurance, etc.; (6) Specifications for all sections of the work utilizing the VA Master Specification system setting forth in detail all requirements for the construction fully coordinated with the drawings and other Construction Documents; and (7) Presentations and Review Submissions. The A/E shall assist the Contracting Officer in coordinating the development of a CPM (Critical Path Method) network for the construction of the Project. The CPM network shall provide a phasing schedule which will promote a proper and efficient organization and sequence of construction. Construction Documents shall be packaged for bidding and construction in accordance with the CPM network.
IV. SITE SURVEYS, SUBSURFACE AND OTHER INVESTIGATIONS. The A/E shall arrange for and oversee the performance of, subsurface exploration, test pits, probes and other such investigations that the A/E determines are required for the proper design of the Project.
V. BID ALTERNATES. Throughout the design phases, the A/E shall identify alternatives for a minimum of 10 percent of construction costs that can be taken as potential bid deducts in the event construction bids received are higher than anticipated. The alternates shall be designed so that, if required to award the bid within the approved total project cost, the Project remains a stand-alone project and can be activated according to its intended function upon completion.
VI. SERVICES DURING BIDDING PERIOD. The A/E shall provide all services required for advertising for and securing construction bids. The A/E shall attend authorized conferences, including Pre-Bid Conference and Pre-Construction Conference, as directed by the Contracting Officer.
VII. SERVICES DURING THE CONSTRUCTION PERIOD. The A/E shall act in an advisory and consultant capacity to the Contracting Officer. The A/E, when requested, shall assist the Contracting Officer and his Resident Engineer to interpret the construction documents and shall: (1) recommend any action(s) he deems suitable for the satisfactory prosecution of the construction work; (2) prepare any supplemental drawings, specifications or other documents that may be required to clarify or supplement the construction documents; and (3) assess the preparation of Construction Contract Modifications initiated by or through VA to be executed in accordance with the Construction Documents. The A/E shall review all Government initiated and/or the Construction Contractor's cost proposals for construction modifications when requested by the Resident Engineer. The A/E's reply regarding his review of cost proposals and his 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. The A/E shall check Government furnished and/or the Construction Contractor's shop drawings, detail drawings, schedules, descriptive literature and samples, testing laboratory reports, field test data and review the color, texture and suitability of materials for conformity with the design concept and construction documents. The A/E shall recommend approval, disapproval, or other suitable disposition. The A/E shall notify the Resident Engineer in writing of any and all deviations from the requirements of the construction documents that he has found in the Construction Contractor's submittals. During the Construction Period, the A/E shall make visits to the Project site. The A/E shall observe the construction and advise the Resident Engineer of any deviations or deficiencies. The A/E shall provide registered architects and engineers who are familiar with the design work of the Project to act as observers and advisers to the VA team conducting intermediate inspections, partial final and/or final inspection(s) of the Project.
VIII. POST-CONSTRUCTION SERVICES. For a period of one (1) year after final payment, the A/E shall be obligated to furnish advisory or consulting services which are normal to such a professional contract and necessary to assure the proper functioning of elements of the A/E design. The Construction Contractor shall furnish to the A/E a marked-up set of prints showing all changes made during the construction period. The A/E shall incorporate into the drawings all significant changes marked-up by the Construction Contractor and, any significant changes made by solicitation amendments and construction contract modifications. The A/E shall prepare record drawings by making changes on the original contract drawings. Submission shall be subject to the approval of the Contracting Officer as to quality and completeness.
IX. CONTRACT SECURITY. This contract does not involve VA sensitive information and contractor personnel do not require access to VA systems. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of VA.
DESIGN WORK FOR THE PREPARATION OF PLANS AND SPECIFICATION TO BE ACCOMPLISHED SHALL INCLUDE BUT NOT BE LIMITED TO THE FOLLOWING:
1. Demolition of 2,000 sf of exisiting vacant space.
2. Preparation of plans and specifications identifying new architectural layout.
3. A/E will complete drawings and specifications.
4. A/E will work with a VA Interior Designer to develop a schedule of finishes, including walls, floors, ceilings.
5. During the site investigation and preliminary design portion of the project, the A/E will meet with the Safety Manager of the facility and he will provide the A/E with information concerning safety requirements that will need to be incorporated into the construction specifications.
6. As-built drawings will be verified by the A/E prior to using information contained in these drawings for design. A/E design shall also include requirements contained in VA standards. Drawings shall be on standard VA drawing sheets in accordance with VA Construction Standards and VA Standard Details. Construction drawings shall be provided on AutoCAD. VA Master Construction Specifications will be furnished in MS Word format. All final construction documents will be submitted to the VA on a CD provided by the A/E. The A/E will edit the specification specific to this project. All cost estimates shall be on VA Form 10-6238. Cost estimates shall be quantitative based on drawings and specifications, indicating labor and materials for each branch of work and reflecting estimated cost for each item. Cost estimates shall include 10% for overhead and 10% for profit and an allowance for General Conditions.
7. The A/E shall develop bid alternates to keep the final construction cost within the approved budget. In order to accomplish this, the final construction documents shall have bid alternates so that the lowest bid alternate is 10% less than the approved construction budget, based on the A/E's final cost estimate.
8. The A/E shall send receipt requested one set of full sized drawings for review by the VA Safety & Fire Protection Engineer.
Drawings shall be completed including, but not limited to the following:
Demolition work required for each area.
All preliminary drawings shall be not less than 1/8" scale.
Area finishes (existing versus proposed)
Structural, electrical, and mechanical modifications required.
All new work to be added to existing work shall be shown and identified. All existing items requiring removal to provide for new work installation shall be shown & identified.
Provide a design analysis describing proposed construction and phasing. Provide information as to how Life Safety and other applicable codes are being met.
Specifications: Provide a marked-up copy of all applicable VA Master Specifications edited to the scope of the project.
The A/E shall incorporate all comments from previous VA reviews.
Drawings shall be complete and checked for errors, ready for use as final contract documents including special requirements (i.e. mechanical, electrical, structural, etc.).
Construction phasing schedule
Construction specifications shall be prepared in final draft; incorporating bid alternates as required.
Updated construction cost estimate. Cost estimate shall reflect labor and material for each category of work based on quantitative take-off, including overhead and profit. The cost for each bid alternate shall be identified in the cost estimate, if applicable.
Provide five (5) copies of all review material.

100% COMPLETED DRAWINGS & SPECIFICATIONS
1. The 100% phase involves the production of complete drawings, specifications, and other documents necessary for the bidding and construction of the project. Also included at this phase are the final detailed cost estimate, the final phasing plan and the construction schedule.
2. It is the A/E Firm's responsibility to provide a quality set of documents. Related documents shall be complete, fully coordinated and ready for reproduction for contract.
3. Prior to reproduction for issue for construction bids, the A/E Firm shall make any changes to the documents identified as necessary.
4. The A/E Firm shall deliver the original contract drawings to the COR after the previous review comments are incorporated and the contract drawings have been approved. The contract drawings shall bear the seal of the Registered Architect and Professional Engineer responsible for the design.
5. Submit a complete set of applicable VA Master Specifications edited to reflect the scope of work of the project. Also, submit copies of any architectural specifications prepared by the A/E Firm from any source other than VA Master Specifications. Ensure the specifications have been edited and tailored in their application to represent accurate
coordination between the drawings and specifications.

ARCHITECTURAL
1. Submit a 100% complete and coordinated set of construction drawings and specifications.
2. Submit fully dimensioned floor plans showing all revisions required by comments from the previous review meetings.
3. Submit interior details.
4. Submit drafting symbols, and abbreviations, general notes and schedules that are complete and coordinated with all contract documents.
5. Submit demolition plans, existing finish schedule and notes, on demolition plans.
6. Submit equipment plans and details with all revisions from comments on previous submittal.

ARCHITECTURAL SPECIFICATIONS
1. Assure the original specification drafts have been edited and tailored in their application to represent accurate coordination between the drawings and specifications.
2. Submit one full set of drawings of all disciplines, fully coordinate.
3. Submit a brief description of work for inclusion in the Pre-Solicitation Notice.
4. Final Bid Document Submittal:
5. Revise draft specifications to incorporate:
6. All changes, resolution of conflicts and modifications noted in previous reviews.
7. Results of any drawing changes not shown on the drawings that affect the specifications.
8. Type the specifications in final format and content including any desk copy changes made by the VA staff at the previous reviews. Submit a complete set of the typed architectural specifications including one full set of final drawings of all disciplines, fully coordinate.

EQUIPMENT SPECIFICATIONS
1. Submit typed master specifications in final format and content.
2. Include a set of equipment drawings fully coordinate.

STRUCTURAL
1. Include all completed structural drawings. All drawings shall be checked and coordinated with other disciplines prior to submission for review.

SANITARY (If Applicable)
1. Submit 100% complete drawings to include the following:
2. Previously submitted drawings that have incorporated comments of the last review.
3. Legend, notes, and details.

PLUMBING (If Applicable)
1. Submit 100% complete drawings to include the following:
2. Previously submitted drawings that have incorporated comments of the last review.
3. All piping sized.
4. Plumbing riser diagram plans.
5. Demolition plumbing floor plans.
6. Legend, notes and details.

ELECTRICAL
1. Submit 100% complete drawings including legend symbol list, details and schedules.
2. On the electrical one-line diagrams and risers show the final sizes, ratings, feeders and identification of the electrical equipment.
3. Plans shall include any major equipment to be removed and/or relocated. Any equipment, devices or fixtures to remain and be reused shall be shown where necessary for rewiring.
4. Indicate the short-circuit current values available at each level of distribution on the one-line and riser diagrams.
5. Submit a full set of floor plans. Show locations of primary distribution switchgear, feeder routing plan and other major pieces of equipment.
6. Phasing and shutdown requirements.

BARRIER FREE DESIGN (If Applicable)
1. Complete all drawings and specifications. Ensure that every effort to make this facility accessible to handicapped employees and patients has been taken in this design.

FIRE PROTECTION
1. Complete all drawings and specifications. Ensure compliance with NFPA. Provide hydraulic calculations used to derive the pipe and equipment dimensions and ratings.

PHASING REQUIREMENTS
1. Phasing requirements shall describe the general sequence of the project work, estimated project duration (including allowances for delivery items), and what government constraints will exist that will influence the Contractor's approach to the construction project. In addition, special attention shall be given to asbestos abatement requirements to ensure that the project phasing plan and associated cost are reasonable. Adequate time shall be allocated for the evaluation for asbestos abatement areas in addition to the time to perform the asbestos abatement work that must precede the general construction. The Engineering Firm shall submit the following phasing information:
2. Phasing Narrative in written form which outlines phasing requirements and sequence with all areas of the project identified as a part of some phase. Each phase description shall include constraints particular to that phase, what other phases that must precede it, and any VA moves which must precede the start of the phase or phases. If equipment and other removable items require storage and relocation by the government, because of asbestos abatement, these requirements shall be listed in the phasing narrative. Special phasing constraints which may be common to the project should be listed at the end of the narrative and not within each individual phase description.
3. Individual phases shall be outlined and labeled on all drawings including site, architectural, structural, plumbing and electrical drawings. Phases shall be outlined on the submitted full sized drawings.
4. All systems shall be designed so that, upon completion of a particular phase, the entire area covered by that phase can be occupied by the Medical Center personnel with all systems functioning properly.

The A/E shall incorporate all comments from the previous review into the final working drawings and specifications.
1. Final construction cost estimate shall be provided.
2. Final construction specifications.
3. Final construction contract drawings.
4. Final construction project schedule.
5. Provide five (5) copies of all review material.
NOTE: All final construction specifications must be provided on Microsoft Word software, in addition to providing five (5) hardcopies. All drawings shall be stamped and signed. All final construction drawings must be provided on AutoCAD, in addition to providing one (1) set of Mylar and five (5) blue line copies.
Construction Period Services
Review materials, submittals, shop drawings, schedules, etc.
1. Provide recommendation to Resident Engineer as to each submittal being approved, disapproved, or approved as noted. Include review comments as to appropriateness of submittal and conformance to construction drawings and specifications.
2. Provide list of submittals and status report of submittals processed.
3. Review and advise the VA of contractors request for information.
4. Review change orders and provide A/E cost estimate to support VA's negotiations with contractor.
5. Furnish as-built drawings at completion of construction.
6. Advise the VA of the timeliness of the contract with his approved schedule.
7. Site visits:
Pre-bid Conference.
Preconstruction Conference.
Eight (8) field visits during construction (All field visits are to be followed by a job meeting).
One (1) Final Inspection, to include construction punch list/report.
The A/E shall adhere to the following criteria for CAD under this contract.
A. Graphic Format
All CAD data shall be supplied in the latest version of the translation format, Drawing Exchange Format (DXF). The contractor will be responsible for ensuring that all files shall translate to the VAMC's target CAD system.
B. Delivery Media
All CAD data shall be delivered on a CD ROM. All data files shall be organized using the directory structure (path) as outlined in the CAD Standards, Naming Conventions section of this document. All files shall be free of corrupted or unusable data.
C. CAD Standards
1. CAD drawings shall be 2-dimensional drawing files. All drawings should be registered with the lower left limits set at 0,0 x-y coordinate vectors.
2. Translated files shall not exceed 1.44 MB unless approved by C.O. R.
3. Lettering: Only default font style 0 shall be accepted. No attempt to map fonts to Drafix should be made.
-The text sizes to be used are as follows:
General Notes & Associated Text at 1/8"
Drawing Subtitles at 1/4"
Drawing Main Titles at 1/2"
Or Approved by C.O.R.
4. Symbology (graphic libraries/details/border and drawing sheets) shall be provided to the contractor by the Department of Veterans Affairs upon request. These graphics libraries shall be project specific. The contractor shall provide VA with any special symbology developed for this project on separate delivery diskette.
5. Layering/Level Standards shall follow the American Institute of Architects (AIA) "Recommended Designations for Architecture, Engineering, and Facility Management Computer Aided Design". Cad layers guidelines shall be performed during translation.
6. All files created for use by the Department of Veterans Affairs will conform to the following directory path and file naming conventions:
Directory Path: \station number\building number\project number\discipline\11 character file name (includes 3 character extensions)

What is a "sources sought" notice? A Sources Sought notice is a synopsis posted by a government agency that states they are seeking possible sources for a project. It is not a solicitation for work, nor is it a request for proposal. For more information on description and definition of Sources Sought notice please see Federal Acquisition Regulations (FAR) Subpart 7.3 and OMB Circular A-76. This announcement is a Sources Sought, not a Solicitation.
-END-

Joseph R Ercole
Contracting Officer
(718) 584-9000 x6098

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP