Similar Projects
Hi-Reach Cleaning Services
Term Contract
Sub-Bidding
Tampa, FL 33607

Glass Cleaning and Pressure Washing Services
Term Contract
Sub-Bidding
Tampa, FL 33607

VISN 8 - Tampa, Gainesville, West Palm Beach, Bay Pines, Miami, Orlando, Florida and San Juan, Puerto Rico- Indefinite Delivery-Indefinite Quantity (IDIQ)
Term Contract
Post-Bid
Tampa, FL 33602

Landfill Disposal Site for Ash Residue (Re-Bid)
Term Contract
Post-Bid
Tampa, FL 33602

Elevator Maintenance
Term Contract
Results
FL

Stainless Steel-316 Hardware
Term Contract
Results
$38,444 CJ est. value
Tampa, FL 33602

Vegetation Control - Hillsborough
Term Contract
Sub-Bidding
$75,000 CJ est. value
Seffner, FL 33584

Pressure Cleaning and Gum Removal
Term Contract
Post-Bid
Sarasota, FL

Pre-Event Emergency Roadside Assistance Services (ERAS)
Term Contract
Post-Bid
$5,000 CJ est. value
Largo, FL 33773

Upholstery and Carpet Cleaning
Term Contract
Post-Bid
FL

Bed Bug Extermination Services
Term Contract
Post-Bid
$73,000 est. value
FL

Landfill Reduction of Solid Waste from Resource Recovery and Advance Technology
Term Contract
Post-Bid
Tampa, FL 33602

Major Roads Resurfacing Services
Term Contract
Post-Bid
$16,600,000 CJ est. value
Seffner, FL 33584

Job Ordering Construction Term Contract 9
Term Contract
Post-Bid
$4,500,000 CJ est. value
Seffner, FL 33584

Water and Wastewater Facilities Repair and Renovation Job Order Contracting
Term Contract
Post-Bid
$500,000 CJ est. value
Tampa, FL 33602

Last Updated 08/21/2023 01:12 PM
Project Title

H312--Fire Damper & Smoke Inspection Services

Physical Address View project details and contacts
City, State (County) Tampa, FL 33612   (Hillsborough County)
Category(s) Single Trades
Sub-Category(s) Service/Term Contracts
Contracting Method Competitive Bids
Project Status Sub-Bidding, Request for Qualifications, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for Fire Damper & Smoke Inspection Services at James A. Haley Veterans Hospital (JAHVH), as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A Firm-Fixed Price purchase order is anticipated. (ii) The solicitation number is 36C24823Q1795 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04 (eff. 06/2/23). (iv) This procurement is set-aside based on an order of priority as established in 38 U.S.C. 8127. TIERED COMPARATIVE EVALUATIONS INCLUDING SMALL BUSINESS CONCERNS: This solicitation is being issued as a tiered evaluation for SDVOSB concerns, or in the alternative, a set-aside for other small business concerns with HUBZone small business concerns and 8(a) participants having priority. The associated North American Industrial Classification System (NAICS) code for this requirement is NAICS Code 561790: Other Services to Buildings and Dwellings and has a size standard of $9 Million. For tiered evaluation purposes, to be considered as a Service Disabled Veteran Owned Small Business (SDVOSB), prospective offerors shall be a verified in the U.S Small Business Administration (SBA) Veteran Small Business Certification (VetCert) home page: https://veterans.certify.sba.gov/ at the date and time set for receipt of offers. Responses shall be on all or none basis, no partial submissions will be accepted. Quote must be valid for 90 days. All offerors must be registered in System for Award Management (SAM) at https://www.sam.gov at time offers are due to be considered for an award of a federal contract. Registration must be complete and not missing elements such as representations and certifications. (v) Line-Item Numbers (LINs): PRICE SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ The Contractor shall furnish all labor, material, tools, equipment, fuel, supervision, and insurance required to inspect and certify all listed Fire/Smoke Dampers for Building 100 (New Bed Tower), in accordance with (IAW) the Performance Work Statement (PWS). Contract Period: Not to Exceed (NTE) 365 Days POP Begin: 09-15-2023 POP End: 09-14-2024 PRINCIPAL NAICS CODE: 561790 - Other Services to Buildings and Dwellings PRODUCT/SERVICE CODE: H312 - Inspection - Fire Control Equipment GRAND TOTAL __________________ DELIVERY SCHEDULE: James A. Haley Veterans Hospital (JAHVH) 13,000 Bruce B. Down Blvd. Tampa, FL 33612-4745 (vi) See Performance Work Statement (PWS) (Attachment 1). (vii) PERFORMANCE MONITORING: See PWS. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (ix) The award will be based on a TIERED COMPARATIVE EVALUATION. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Evaluations of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Price, Technical Approach (including liability insurance, licenses/permits to perform work in the State of Florida, Limitation of Subcontracting (LoS) Certification, and New Vendor Form - Attachment 2), and past performance. Contractors shall provide the following: Technical Approach: Contractor shall provide a technical approach for Fire/Smoke Damper Inspection Services in accordance with (IAW) the PWS. Technical approach statement MUST be submitted separate from the price schedule/quote. Insurance: Contractor shall provide proof of liability insurance coverage as stated in the PWS. Licenses/Permits: Contractor shall obtain all applicable license(s) and applicable permits to provide Fire/Smoke Damper Inspections in the State of Florida as stated in the PWS. Limitations of Subcontracting (LoS) Certification (if applicable): Contractor must be able to comply with limitations on subcontracting clause in VAAR 852.219-75. Contractor MUST complete the Limitation of Subcontracting Certification (See VAAR 852.219-75 clause below) and submit with quote. New Vendor Form: Contractor shall complete the New Vendor Form (Attachment 2). Past Performance: Contractors submitting a quote shall be regularly established in the business of providing the services identified in the PWS and who have experience with commercial contracts of similar demand or greater, with conditions and scope as required for this contract. Contractors submitting a quote shall provide three (3) identified references when submitting their quote. Emphasis will be on recent and relevant past performance. Recent is defined as work performed within the last three years. Relevant is defines as work similar in scope of the work described in the PWS. Contract: Start Date of Contract: End Date of Contract: Reference s Name and Phone Number: Type of work performed & product used: Following receipt of quotes, the Government will perform a tiered comparative evaluation of the services quoted. The Government will compare quotes to one another to select the service that best benefits the Government by fulfilling the requirement. The evaluation of Government requirements outlined in this request for quote will determine suitability. Past performance evaluations will be conducted using information obtained from the Contractor Performance Assessment Reporting System (CPARS), and information from any other sources deemed appropriate. When evaluating past performance, the government will consider the currency and relevancy of the information, the source of the information, the context of the data, and the general trends in the contractor s performance. Quoters without available relevant past performance history will not be evaluated favorably or unfavorably. The Government reserves the right to obtain past performance information from other available sources. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. Information not contained in quotes will not be considered during the evaluation. The Government intends to make award selection without any follow up communication but may determine after evaluating submitted quotes that clarification may be necessary and conduct them as appropriate. The Government reserves the right to make no award if no quotes meet the requirements of this solicitation. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. (x) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html https://www.va.gov/oal/library/vaar/index.asp 52.203-3 Gratuities (APR 1984) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (MAY 2011) 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.209-5 Certification Regarding Public Matters (AUG 2020) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) 52.212-1 Instructions to Offerors - Commercial Products and Commercial Services (MAR 2023) 52.212-2 Evaluation Commercial Products and Commercial Services (NOV 2021) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (DEC 2022) 52.228-5 Insurance Work on a Government Installation (JAN 1997) 52.232-39 Unenforceability of Unauthorized Obligations (JUN 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) 52.233-2 Service of Protest (SEP 2006) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 52.242-17 Government Delay of Work (APR 1987) 852.203-70 Commercial Advertising (MAY 2018) 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) 852.233-71 Alternate Protest Procedure (OCT 2018) 852.242-71 Administrative Contracting Officer (OCT 2020) (End of Clause) 52.219-14 LIMITATIONS ON SUBCONTRACTING (OCT 2022) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that (1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3). (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a)(3). (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15. (4) Orders expected to exceed the simplified acquisition threshold and that are (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405 5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii). (5) Orders, regardless of dollar value, that are (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 8.405 5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a North American Industry Classification System (NAICS) code for (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (2) Supplies (other than procurement from a nonmanufacturer of such supplies), it will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. (3) General construction, it will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor s 85 percent subcontract amount that cannot be exceeded; or (4) Construction by special trade contractors, it will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor s 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause [] By the end of the base term of the contract and then by the end of each subsequent option period; or [] By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (1) In a joint venture comprised of a small business protA(C)gA(C) and its mentor approved by the Small Business Administration, the small business protA(C)gA(C) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the small business protA(C)gA(C) in the joint venture must be more than administrative functions. (2) In an 8(a) joint venture, the 8(a) participant(s) shall perform at least 40 percent of the work performed by the joint venture. Work performed by the 8(a) participants in the joint venture must be more than administrative functions. (End of Clause) VAAR 852.215-71 EVALUATION FACTOR COMMITMENTS (OCT 2019) (a) The offeror agrees, if awarded a contract, to use the service-disabled veteran-owned small businesses (SDVOSBs) or veteran-owned small businesses (VOSBs) proposed as subcontractors in accordance with 852.215 70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors, or to substitute one or more SDVOSBs or VOSBs for subcontract work of the same or similar value. (b) Pursuant to 38 U.S.C. 8127(g), any business concern that is determined by VA to have willfully and intentionally misrepresented a company s SDVOSB/VOSB status is subject to debarment for a period of not less than five years. This includes the debarment of all principals in the business. (End of Clause) VAAR 852.219-75 VA NOTICE OF LIMITATIONS ON SUBCONTRACTING--CERTIFICATE OF COMPLIANCE FOR SERVICES AND CONSTRUCTION (NOV 2022) (a) Pursuant to 38 U.S.C. 8127(k)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: (i) [X] Services. In the case of a contract for services (except construction), the contractor will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219 73 or VOSBs as set forth in 852.219 74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Other direct costs may be excluded to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service as set forth in 13 CFR 125.6. (ii) [] General construction. In the case of a contract for general construction, the contractor will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219 73or VOSBs as set forth in 852.219 74. Any work that a similarly situated VIP-listed subcontractor further subcontracts will count towards the 85% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (iii) [] Special trade construction contractors. In the case of a contract for special trade contractors, the contractor will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs as set forth in 852.219 73 or VOSBs as set forth in 852.219 74. Any work that a similarly situated subcontractor further subcontracts will count towards the 75% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (2) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (3) If VA determines that an SDVOSB/ VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee. (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating section 1001 of title 18. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance with the limitations on subcontracting requirement. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed, and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification I hereby certify that if awarded the contract, [insert name of offeror] will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror]. Printed Name of Signee: ___________ Printed Title of Signee: _____________ Signature: ____________ Date: ______________ Company Name and Address: _______________ (End of Clause) VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018) (a) Definitions. As used in this clause (1) Contract financing payment has the meaning given in FAR 32.001. (2) Designated agency office means the office designated by the purchase order, agreement, or contract to first receive and review invoices. This office can be contractually designated as the receiving entity. This office may be different from the office issuing the payment. (3) Electronic form means an automated system transmitting information electronically according to the accepted electronic data transmission methods and formats identified in paragraph (c) of this clause. Facsimile, email, and scanned documents are not acceptable electronic forms for submission of payment requests. (4) Invoice payment has the meaning given in FAR 32.001; and (5) Payment request means any request for contract financing payment or invoice payment submitted by the contractor under this contract. (b) Electronic payment requests. Except as provided in paragraph (e) of this clause, the contractor shall submit payment requests in electronic form. Purchases paid with a Government-wide commercial purchase card are considered to be an electronic transaction for purposes of this rule, and therefore no additional electronic invoice submission is required. (c) Data transmission. A contractor must ensure that the data transmission method and format are through one of the following: (1) VA s Electronic Invoice Presentment and Payment System at the current website address provided in the contract. (2) Any system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) and chartered by the American National Standards Institute (ANSI). (d) Invoice requirements. Invoices shall comply with FAR 32.905. (e) Exceptions. If, based on one of the circumstances in this paragraph (e), the Contracting Officer directs that payment requests be made by mail, the Contractor shall submit payment requests by mail through the United States Postal Service to the designated agency office. Submission of payment requests by mail may be required for (1) Awards made to foreign vendors for work performed outside the United States. (2) Classified contracts or purchases when electronic submission and processing of payment requests could compromise the safeguarding of classified or privacy information. (3) Contracts awarded by contracting officers in the conduct of emergency operations, such as responses to national emergencies. (4) Solicitations or contracts in which the designated agency office is a VA entity other than the VA Financial Services Center in Austin, Texas; or (5) Solicitations or contracts in which the VA designated agency office does not have electronic invoicing capability as described above. (End of Clause) SUPPLEMENTAL INSURANCE REQUIREMENTS A In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: A (a)A Workers' compensation and employer s liability:A Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes.A If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage.A Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. A (b)A General Liability: $500,000.00 per occurrences. A (c)A Automobile liability: $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. A (d)A The successful bidder must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (End of Clause) (xii) The clause at 52.212-5, Contract terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203 6 Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (NOV 2021) 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (NOV 2021) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) 52.219-8 Utilization of Small Business Concerns (Oct 2022) 52.219-28 Post Award Small Business Program Representation (MAR 2023) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (DEC 2022) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) 52.222-35 Equal Opportunity for Veterans (JUN 2020) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) 52.222-37 Employment Reports on Veterans (JUN 2020) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-41 Service Contract Labor Standards (AUG 2018) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-50 Combating Trafficking in Persons (NOV 2021) 52.222-54 Employment Eligibility Verification (MAY 2022). 52.222-55 Minimum Wages Under Executive Order 13658 (JAN 2022) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2022) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) 52.225-1 Buy American Supplies (OCT 2022) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (DEC 2022) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2021) 52.229-12 Tax on Certain Foreign Procurements (FEB 2021) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (End of Clause) WAGE DETERMINATION The DOL Wage Determination for the specific locality is available at www.SAM.gov ; please note the listing below is not all-inclusive wage determination of each area of performance. It is the contractor s responsibility to obtain and evaluate each wage determination locality. Area: Florida Counties of Hernando, Hillsborough, Pasco, Pinellas Wage Determination No.: 2015-4571 Revision No.: 20 Date of Last Revision: 12/27/2022 https://sam.gov/wage-determination/2015-4571/20 (xiii) There are no additional contract requirements, terms, or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Site-Visit: NONE. Vendor Questions: All questions pertaining to this solicitation shall be in writing, sent by email to Jose.Ortiz-Velez@va.gov and must be received no later than (NLT) Tuesday, August 15, 2023, by 12:00 PM EST. No further questions will be accepted after that date and time. Answers to Vendor Questions: Answers to vendor questions will be posted on www.SAM.gov (Contract Opportunities) on Wednesday, August 16, 2023, by 5:00 PM EST.. (xvi) For questions regarding the solicitation, please contact Mr. Jose E. Ortiz-Velez at Jose.Ortiz-Velez@va.gov or (813) 938-0593. End of Document

Details

Division 01 - General Requirements.
Division 10 - Specialties.
Division 11 - Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents