The RFP Database
New business relationships start here

Expanded Long Term Care-Hospice Services (VA-19-00041251)


West Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT. THERE IS NO SEPARATE RFP PACKAGE TO DOWNLOAD.
NAICS Code: 541- Professional, Scientific, and Technical Services; 541310- Architectural

The Department of Veterans Affairs Medical Center (VAMC); VISN 5 Contracting, 200 Veterans Drive, Beckley, WV 25801 is advertising for Architectural/Engineering Services to provide Schematic Design, LCCA, Design Development, Construction/Bid Documents, Specifications, Construction Cost Estimates, and Construction period services for the Expand Long Term Care Hospice Services 36C245-19-R-0046 at the VAMC, 200 Veterans Drive, Beckley, WV 25801.

This acquisition is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Any subsequent award will require firms to be registered in System for Award Management (SAM) (www.sam.gov) as well as VETBIZ VIP (www.vetbiz.gov) registered/verified Service Disabled Veteran Owned Business.

Mileage Restriction: In accordance with VAAR 805.207, this procurement is restricted to Service-Disabled Veteran-Owned Small Businesses (SDVOSB), eligible AE firms must have a working office location within 0-500 miles of the VA Medical Center, 200 Veterans Drive, Beckley, WV 25801. This distance is determined according to www.mapquest.com and will be included as an evaluation factor for technical evaluation.

THIS IS NOT A REQUEST FOR PROPOSAL. This is a request for SF 330's Architect/Engineer Qualifications packages only.

Submission Requirements: This acquisition is for A/E Services and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. Firms registering for consideration for future Federal AE projects are encouraged to electronically submit SF 330 Part II, General Qualifications, to http://www.bpn.00v/orca/login.aspx, and to update at least annually. Qualified firms must submit their completed SF 330 to the Veterans Affairs Medical Center, VISN5 Network Contracting Office, 200 Veterans Drive, Building 3A, Beckley, WV 25801, Attn: Millard Adkins. Interested firms having the capabilities to perform this work must submit four (4) hard copies of Standard Form 330 (SF 330) and one (1) CD no later than 1:00 pm Eastern Standard Time on June 7, 2019. Hard copies shall be in binders. YOUR RESPONSE SHALL BE TABBED IN ACCORDANCE WITH AND IN THE SAME ORDER OF THE EVALUATION FACTORS LISTED BELOW. FAILURE TO FOLLOW THIS SAME FORMAT IN THE SUBMISSION WILL RESULT IN REJECTION OF SF330. The SF330 can be found on the GSA forms website www.gsa.gov. Submissions by electronic/fax means are NOT permitted. All questions are to be sent to the attention of Millard.Adkins@va.gov. Potential contractors must be registered in SAM (www.sam.gov) and visible and certified in VetBiz (www.va.gov/osdbu) at time of submission of their qualifications in order to be considered for an award. Additionally, the submission must include an insert detailing the following information: Dun & Bradstreet number, Tax ID Number, the email address and phone number of the primary point of contact, and a printed copy of the firms VetBiz Registry. Offerors shall provide all documents listed and comply with all proposal instructions for their proposal to be considered responsive to this notice. This review may eliminate offerors that fail to provide all the required information and documents in the format and detail specified. A VIP unverified SDVOSBs will be considered non-responsive as it is deficient and therefore will not be evaluated.


This is a Service Disabled Veteran Owned Small business set aside. NAICS Codes: 541310, Size standard is $7.5 million. This is not a request for proposal nor will a solicitation package or bidder/plan holder list be issued. There are no solicitation documents available. This procurement is subject to the availability of funds. The Government is under no obligation to award a contract because of this announcement.


The selected A/E firm shall be in accordance with FAR Part 2.101 definition of Architect-engineer services as defined in 40 U.S.C. 1102 and FAR Part 36.6 to provide professional A/E services for the project as required. The SDVOSB Architectural firm must employ the principle Architect responsible for design of this project, i.e. and be involved heavily in all aspects of the design, stamping drawings along with the other team disciplines. A/E(s) signing drawings must be licensed in the State of West Virginia. The license(s) are required at the time of an award to prospective A/E(s). The following A/E disciplines are expected to be required for this design effort: architecture, structural, civil, mechanical, plumbing, electrical, fire protection, industrial hygiene, interior design, surveyors, cost estimators, certified physical security specialist or other types of A/E services as defined by FAR Part 36.6 that may be necessary. Upon award, the scope may include, but is not limited to:

A complete design for new construction and needed infrastructure to add an additional floor onto existing Building 35 for long term Hospice care. Building 35 was completed in 2015, provides 15,662 SF of space, and was designed to support additional floors. The new addition to Building 35 should increase space by at least approximately 12,000 SF. The intent of this project is to provide Hospice/CLC patient care services to Veterans.
The architect shall produce construction drawings for demolition and new construction including phasing plans for work, outages and temporary access during construction.
The architect shall verify and detail all utility moves and upgrades to support the new floorplans.
All Construction drawings estimates, and specifications shall be provided to execute a turnkey construction project.
Construction period services
Submission review and approvals for 100% drawings and specifications.
Site visits per VA request.
5.2.1 Minimum of 30 visits total 10 for design and 20 for construction.
Update drawings (as-built conditions from contractor red line drawings), and
VA correspondence during construction.
A/E will respond on site within a thirty-six (36) hour period when
requested.
At the 10% design review, (3) design options shall be presented in a design charrette. The presentation will provide 3 options of floorplan designs for VA Management to review. One of the three design choices shall be a cantilevered top floor which will provide additional square footage. One site visit by team.
At the 25% design review, (3) design options with estimated costs shall be presented based on the previous (10% review) in a design charrette. The presentation will provide 3 options of floorplans and choices for different combinations of materials and color palettes for both interior and exterior features. VA leadership will make a final option selection after the 25 % review. The preferred options will be executed in the remaining design effort and rendered as 3D output provided to the VA. This expected deliverable should be similar to Revit software animation. Three site visits by team.
At the 50% design review, narrative report addressing bid deduct alternatives, design calculations or analysis of the selected design, itemized cost estimate and specifications shall be presented. The review will also include the architectural, structural, electrical, plumbing, HVAC, site, fire protection and phasing drawings. Two site visits by team.
At the 75% review, narrative report addressing bid deduct alternatives, construction phasing, design calculations or analysis, itemized cost estimate and specifications of the selected design shall be presented. The review will also include the architectural, structural, electrical, plumbing, HVAC, site and phasing drawings. Two site visits by team.
At the 100% design review, narrative report addressing bid deduct alternatives, design calculations or analysis of the selected design, itemized cost estimate and specifications shall be presented. The review will also include the architectural, structural, electrical, plumbing, HVAC, site, fire protection and phasing drawings. One site visit by team.
At the final design review, narrative report addressing bid deduct alternatives, design calculations or analysis of the selected design, itemized cost estimate and specifications shall be presented. The final review will also include the architectural, structural, electrical, plumbing, HVAC, site, fire protection and phasing drawings.
Final Inspection with one site visit by team.
Design will include estimate for 2nd party and 3rd party geotechnical/material testing.
Design shall include AE consultation for 3rd party commissioning of building.

PROJECT SCOPE:

The A/E shall provide design services for Minor construction project 517-600. This project will design for new construction and needed infrastructure to add an additional floor on top of the existing Adult Day Health Care.

This project goal is to move the hospice services out of the main building to a more personal space away from the hospital so veterans, loved ones and friends can be in a home like setting. This project is needed to provide a dedicated private hospice space for end of life care for patients and their families. The current hospice is housed with the current residents and is not conducive to end of life care. This project will work to create a dedicated space away from the hospital day to day noise to provide a better sense of dignity with dying.

The BeckleyB Hospice and CLC Center of Excellence will meet the increasing demand for inpatient care for both short and long-term care needs of all veterans. The project would provideB a dedicated Hospice Unit with 10 - 12 patient rooms and an additional family member overnight sleeping room. Patient room entrances will be recessed from the main hallway and include adequate family space within the room, built-in furniture, private bathrooms, and individual balconies. The new design will include a library/quiet room, family kitchen/pantry area, family dining space, children s space, documentation room, community bathroom with walk-in whirlpool tub and parlor shop (hair washing station), laundry room, family sized covered porch, and bereavement room. The project will require a new external elevator structure which is ADA compliant and capable of transporting ambulatory patients. A new generator will be required to provide back-up power to building 35.

The new floor addition needs to provide 12,000 SF or more of new space to Building 35. The design will need to be engineered to hold an additional floor in the future.
Renovations in Building 35 will also be accomplished to allow for a smooth connection. Included in the design will be all site work required to integrate this new addition completely into the campus. All first-floor areas, such as kitchen, stairs, hallways, and other areas will be incorporated into the new design.
Design shall comply with all current VA design guidelines and specifications. VA space criteria shall be used as a guide with Community Living Center standards implemented into the plans.
Design manuals and specifications can be found at http://www.cfm.va.gov/TIL/. Proposed work located at the Beckley VA Medical Center, Building 35; in Beckley WV.
The selected A&E is encouraged to attend pre-bid job showing. Selected A&E shall provide responses to questions asked by potential bidders and issue written responses.

Project shall be designed and constructed to meet all VHA requirements including VA sustainability and green energy initiatives. See VISN 5 Energy and Water Requirements.

Project shall be designed with coordination with all VA staff input for various program areas that have impact on this unit.

Planning must include a total of 20% deductive bid alternates that will need to be identified and incorporated as part of the bidding documents.

Specifics:

This design should be for a construction budget of $9,000,000.00. Completed design shall result in a cost that is within the budget limitations. If the base bid cost exceeds budget, the A/E shall re-design or take necessary steps to reduce the cost so that budget limitations are not exceeded. Any deducts should be noted on Final Design drawings.

Provide contract specifications utilizing the VA Master Specifications edited to remove all impertinent specs for this project.

Attend design review meetings and make all necessary site visits during design to gather information necessary from the existing sites, building plans, utility plans, etc. to provide a complete assessment of the proposed work. A thorough as-built shall be conducted of the existing site conditions to complete a full detailed set of documents.
Assess the intent and scope of this project and work with the Medical Center staff to develop a final design and cost estimate to best suit the needs and constraints of the government, while incorporating VAMC Beckley Engineering/Facilities Management

Service, Safety, Infection Control, Long Term Care, and Contracting Officer comments into the final design package.

Incorporate in the preliminary drawings the pre-construction risk assessment
evaluations.

Provide bound specifications and 100% construction drawings with all references
bound. Construction documents will be required to be furnished in hard copy, electronic .dwg & PDF files (AutoCAD 2018 or most current at the time of final design submission) and electronic .pdf files. All AutoCAD drawings (including subcontractors) shall be in an organized drawing file system using its Project Browser/Navigator .

VA cannot send or receive any emails that contains more than 5mb of data. AE shall bind or combine files to conform to the 5mb limit.

Cost estimates will be formulated detailing quantities of materials, labor, profit, overhead, insurance, taxes, etc. in the format found at
http://www.cfm.va.gov/contract/aedessubreq.asp

Final drawings will detail measures to be taken by the contractor to assure life safety and infection control. A preconstruction risk assessment will be completed and included in project submissions.

Plans for phasing construction to minimize impact on the medical center will be incorporated into the construction documents. Plan construction activities to include impacts on the medical center such as relocating patient and staff, equipment, providing temporary barriers, providing temporary utilities, minimizing impact on patient flow, etc.

Provide construction administration to include shop drawings/submittal review, site inspections, and RFI response.


SITE INVESTIGATIONS:

A/E shall make site visits as necessary to verify existing conditions and interview VA staff. Note: Information including drawings and other documentation provided to the A/E is used as reference only. All dimensions and existing conditions will be field verified and documented by the AE in the final design package. All additional references and specifications are available in VHA s Technical Information Library at address http://www.cfm.va.gov/TIL/. A/E shall field verify every aspect that relates to the project. Coordinate visits with the Project Manager/Contracting Officer Representative (COR)

assigned after award. The A/E shall arrange for and oversee the performance of such investigations. Auto CAD architectural background drawings will be provided by the VA upon request.

The A/E shall independently field verify all existing dimensions, wall layouts, utilities, material types and every other design aspect that relates to the project.
EXPECTATION: Submit review package so they are received on the noted day.

Review
Due Date
(Calendar Days After NTP)
Initial Site Investigation & Design Charrette
15

10% Design Review & Design Charrette
45

VA 10% Review - Completed
75

25% Design Review & Design Charrette
105

VA 25% Review - Completed
135

50% Design Review & Presentation
225

VA 50% Review - Completed
255

75% Design Review & Presentation
315

VA 75% Review - Completed
345

100% Construction Documents
375
VA 100% Review - Completed
405

Final Construction Documents
435

Note: Notice to Proceed (NTP) will be issued in writing or via teleconference call meeting.
DESIGN REQUIREMENTS:

Expectations: Submit complete review package in accordance with the following requirements and guidelines outlined in

http://www.cfm.va.gov/contract/aeDesSubReq.asp. Please pay specific attention to the schematic, design and construction submission requirements. As appropriate

depending upon the complexity of the design, the A/E may elect to delete individual submissions which are not required.

Deliver:
All design packages will be delivered directly to FMSL (Engineering) on the established dates for VA review. A transmittal letter is required to go to the Contracting Officer on the same day as delivery. Include all information as follows and as outlined in the attachments for each submission. Information required for each submittal is outlined in Program Guide PG-18-15 Volume C November 2008. The manual is available at the following address: http://www.cfm.va.gov/contract/aeDesSubReq.asp. Prepare working drawings on AutoCAD MEP/Architecture, 2018 versions or most current at the time of final design submission, utilizing its smart capabilities chases. All AutoCAD drawings (including subcontractors) shall be in an organized drawing file system using its Project Browser/Navigator .

Note: In the interest of time, electronic submittals of design documents are preferred to expedite review time. PDF Email Attachments (5mb limit) or an internet Share Point site for file downloads are acceptable. Final and As Built copies should be supplied in both electronic and Hard Copy formats.

CONSTRUCTION PERIOD SERVICES:

Provide assistance to the VA to determine whether the contractor or subcontractor meets qualification requirements, support by written recommendations of any problems or litigation encountered in past based on firsthand knowledge.

AE will review all submissions and provide recommendations to the VA within five
calendar days upon request. AE will review and provide replies to contractor / VA generated RFIs when required by the project manager within five calendar days.

A/E will review and work cooperatively with 3rd party VA commissioning agent/firm.


AE will review contractor's cost estimates, methods of work, materials and provide recommendations to the VA.

Make site visits on requests of the VA and prepare written reports to include agreed upon changes in design as determined necessary during the construction. Visits made based on errors and omissions in design will be at no cost to the VA.

Participate in partial/final acceptance inspections as scheduled and generate punch list items for completion. The punch list shall reference the contract documents for specific deficiencies (i.e. specification section, drawing detail, etc.)

Prepare as-built drawings on original set with A/E s stamp, based on record drawings that the contractor kept during construction. Transpose contractor s as-builts to
AutoCAD (.dwg) and provide a set of updated as-builts on CD within 30 days to the Project Engineer. Final drawing submittal will include hard copies as described for other submissions as well as a CD clearly labeled with the project name, number and submittal date containing: Folder labeled bid documents . All specifications bound in one (1) word document (make sure spec sections are separated by page breaks). All drawing sheets in one .pdf file.

All bound or combined files shall be limited to 5mb.
Folder labeled DWG s with subfolders containing engineering disciplines (Architectural, MEP, Structural, Civil, etc.) which includes the .arj file (for every discipline) to launch and organize the drawing file system and make all drawings the current project inside of AutoCAD.

Folder labeled PDF sheets containing separate .pdf documents for each discipline.

Folder labeled cost estimate containing a copy of the final construction cost estimate documents

Folder labeled calculations containing final calculation documents.

Folder labeled specifications with a word document for each spec section

Folder labeled misc for IH reports, materials testing, VPDES permit, soils tests, sustainability checklist, etc.
Upon construction completion, red line drawings will be furnished to the A/E to prepare as built drawings. Final as built drawings will be furnished as master building drawings in a project manager format prescribed by the VA.


The A/E shall review and approve all specified equipment and installation submittals and shop drawings. The A/E shall attend the pre-construction conference to review and
confirm project scope. During construction, the A/E shall allow for a minimum of 10 site visits as directed and scheduled by the COR.


1. New Construction:

All new construction shall be designed to achieve an energy consumption level that is at least 30% below the level achieved under ASHRAE Standard 90.1-2004, if life-cycle cost effective. Use Appendix G of ASHRAE Standard 90.1-2004 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 to identify the most energy-efficient design that is life-cycle cost effective.

The following parameters shall be used for performing the analysis:

20-year life-cycle period for system comparisons
Use Public domain programs such as TRACE, E-CUBE, Carrier E20-II, etc.
7% Discount Factor
Neither include taxes, nor insurance while computing cost.

2. Major & Minor Renovations and Major Equipment Replacements:

For Major Renovations: Shall include any renovation where an entire area is gutted and rebuilt. Any replacement of central HVAC equipment or changes in air distribution shall be considered a Major Renovation.

Reduce the energy cost budget by 20% below pre-renovations 2003 baseline. A/E shall estimate 2003 baseline energy consumption before the renovation and compare it to the proposed design after the renovation, and document the 20% savings. The primary unit for energy budget reporting is the British Thermal Unit (BTU) per square foot of the area to be renovated. A/E shall develop the energy budget as required in ASHRAE 90.1-2004, Appendix G, using the same parameters outlined above for new construction.

For Minor Renovations: Shall be defined as a small portion of a building, where only architectural treatments, or simple equipment replacement is planned. The renovation will have little to no impact on the central HVAC System, or energy use within the renovated area.

Any part of the renovation which impacts energy consumption shall be designed with the mandate to reduce energy consumption. For example, if exterior walls are part of

the project, then their R-Value shall be increased. If lighting fixtures are to be replaced, then they shall be replaced with the most energy efficient fixture that is cost effective (20-year life).

3. Renewable Energy Resources:

For any work, renewable (geothermal, heat recovery, wind, PV solar, solar hot water, etc.) shall be evaluated for life-cycle cost effectiveness.

The Government anticipates award of a firm-fixed price Architectural Services contract. (Note: The Government reserves the right to cancel the contract(s) at any time if it is in the best interest of the Government.)

The North American Industry Classification System (NAICS) Codes that apply to this solicitation are 541310 Architectural Services (Small Business size standard of $7.5 million dollars average annual gross revenues for the past three fiscal years).


The A/E selection criteria shall include the following elements (I) through (VII), listed in order of importance or merit. FAILURE TO CLEARLY ADDRESS ALL LISTED EVALUATION CRITERIA AND INFORMATION REQUIRED BY THE SUBMISSION REQUIREMENTS BELOW MAY RESULT IN REJECTION OF SF 330. The AE interview scoresheet (table) reflected below shows the evaluation factors that will be used to evaluate each firm (as a team) for both shortlist SF330 s and upon completion of all interviews. The table shows the posted Weights for each factor and the evaluators will assign a raw score, that raw score will be multiplied to the Weighted value to arrive at a weighted score. These scores will then be totaled for a total weighted score. It is anticipated that at least 3-5 AE firms will be granted an interview (this number could be reduced or expanded if it is determined to be in the best interest of the Government. Eligible AE firms must have a working office location within 0-500 miles of the VA Medical Center, 200 Veterans Drive, Beckley, WV 25801. This distance is determined according to www.mapquest.com and will be included as an evaluation factor for technical evaluation.

Evaluation Factors

I - Professional Qualifications Necessary for Satisfactory Performance of Required Services 30
Who will be the designated project manager for the project? The individual needs to be on the call to discuss the questions below. What is their discipline, how much I - Professional Qualifications Necessary for Satisfactory Performance of Required Services experience does the individual have with project management? What is the level of experience of the project manager and other professionals as relates directly with VA? What is the level of experience of the team related to health care/CLC/Hospice? What is their overall knowledge of hospice designs, construction and VA requirements? What is their overall knowledge of adding vertical additions to existing buildings?
1. Key personnel have less than 1-year experience, no team experience, limited hospice experience
2. Key personnel have less than 3 years experience, minimal to no team experience, minimal hospice experience
3. Key personnel have 3 - 5 years experience, minimal to moderate team experience, moderate hospice experience
4. Key personnel have 5 - 10 years experience, moderate team experience, high level of hospice experience
5. Key personnel have more than 10 years experience, moderate team experience, exceptional level of hospice experience

II - Specialized Experience with Healthcare Facility Related Designs, Complex Electrical and Mechanical Experience and Technical Competence in the Type of Work Required.20
Who will be the lead mechanical, electrical, other person/s for the project? The individual/s need to be on the call to discuss the questions below. How much experience does the individual/s have with designing mechanical, electrical, or other systems? What is the level of experience directly with VA? What is the level of experience related to health care? What is their overall knowledge of hospice designs, construction and VA requirements? What is their overall knowledge of adding vertical additions to existing buildings.
1. No previous experience with VA healthcare facility related designs
2. 1-2 recent VA healthcare facility related design but no complex electrical and mechanical, vertical additions, experience similar in size and scope
3. 3-4 recent VA healthcare facility related design but no complex electrical, mechanical, vertical additions, experience similar in size and scope
4. 5 or more recent VA healthcare facility related design with some complex electrical and mechanical, vertical additions, experience similar in size and scope
5. 5 or more recent VA healthcare facility related design with complex electrical and mechanical, vertical additions, experience similar in size and scope

III-Past Performance on Contracts with Government Agencies and Private Industry in Terms of Cost Control, Quality of Work, and Compliance with Performance Schedules 20
Describe a previous successful VA hospice projects. (past performance) What is the difference between hospice opposed to normal CLC with respect to your previous design/s? What are some of the highlights you would like to talk about, were there any lessons learned? Describe a recent project where an addition was added to the existing building, how was it phased and what are some of the challenges anticipate for our project? Describe a successful project relating to renovating or adding new SQFT to a existing building.
1. 3-4 projects with specific hospice experience and minimal to moderate terms of cost control, quality of work and compliance with schedules shown, phasing, lessons learned
2. 5 or more projects with specific hospice experience and moderate terms of cost control, quality of work and compliance with schedules shown, phasing, lessons learned
3. 5 or more projects with specific hospice experience with terms of cost control, quality of work and compliance with schedules shown, phasing, lessons learned

IV- Organization, Management and Quality Control 15
Who is responsible for quality control (QC)? How does the QC relate to the project? Who completed (or will complete) QC for the project? How does the prime (management of the sub-consultants) intend to guarantee their performance, cooperation and involvement of all individuals? What happens when something goes wrong?
1. Management process not defined, no reference to successful quality control or complex requirements and no organizational chart provided
2. Management process partially defined, some reference to quality control and/or complex requirements and/or no organizational chart provided
3. Management process defined, some reference to quality control and/or complex requirements and organizational chart provided
4. Management process more clearly defined, reference to good quality control and/or complex requirements and organizational chart provided
5. Management process directly defined, significant reference to quality control and complex requirements and organizational chart provided

V- Capacity 10
Describe the prime s relationship with the listed sub-consultants, and their experience together. Also discuss the prime's capacity as a company and include specific individuals, please further discuss the other subs capacity to accomplish the needed work.
1. 1-2 projects with a design value 400,000 or more with none to limited upcoming capacity to complete the work
2. 3-4 projects with a design value 400,000 or more with available upcoming capacity to complete the work
3. 5-6 projects with a design value 400,000 or more with available upcoming capacity to complete the work, and a plan showing existing work load with this project included.

VI- Litigation and Insurance 2
1. Describe any significant claims against the firm because of improper or incomplete architectural and engineering services in the last 10 years.

VII Location 3
AE firms must have a working office location within 0-500 miles of the VA Medical Center, 200 Veterans Drive, Beckley, WV 25801. This distance is determined according to www.mapquest.com
1. 0 miles to 50 miles
2. 50 miles to 300 miles
3. 300 miles to 500 miles



This acquisition is for Architect/Engineer (A/E) services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. All submissions will be evaluated in accordance with the evaluation criteria. A "short listing" of 3-5 (more or less) firms deemed most highly rated after initial source selection (shortlisted) will be chosen for interviews. 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.

NOTE: UPON AWARD, THE FOLLOWING WILL APPLY:
The A/E disciplines include, but are not limited to, the following: Architectural, Civil, and Mechanical/Electrical/Plumbing (MEP) which includes the following disciplines: estimating, structural, mechanical (HVAC), electrical, plumbing, geotechnical, design, certified physical security specialist and engineering services related to healthcare facilities.
Award is contingent upon the availability of funds.

Contracting Office Address:
Department of Veteran Affairs
Millard Adkins, CO
517/90C
200 Veterans Drive, Building 3A
Beckley, WV 25801
Point of Contact(s):
Millard M Adkins, Contracting Officer, email address: millard.adkins@va.gov

Millard Adkins
Department of Veterans Affairs NCO 5
Beckley VAMC, Building 3A room 203
200 Veterans Drive
Beckley, WV 25801

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP