Privately Funded
Bidding Soon
Documents Available
Publicly Funded
Addenda Available
Post-Bid
Saving Project...
Published April 1, 2025 at 8:00 PM
Updated October 1, 2024
Renovation of a mixed-use development in Chicago, Illinois. Completed plans call for the renovation of a medical facility.
36C25225Q0298 Effective Date: 03/15/2023 Revision: 01 This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Deviations FEB 2025 CAAC Letters 2025-01/02 (eff.02/18/2025). This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses. (Total SDVOSB Set Aside) who meet the following conditions: 1). Be actively registered and appear in SBA VetCert https://veterans.certify.sba.gov/ as a Service-Disabled Veteran Owned Small Business (SDVOSB) and 2). Meet the small business size standard requirement for the applicable NAICS code for this procurement (561621 Security Systems Services (except Locksmiths) / Size standard of $25 million). The associated North American Industrial Classification System (NAICS) code for this procurement is 561621, Security Systems Services. The small business size standard of $25M. The FSC/PSCs are 6350, Miscellaneous alarm, signal, and security detection systems, W063, Lease or Rental of Equipment-Alarm Signal, and Security Detection Systems, L063, Technical Representative-Alarm, Signal, and Security Detections Systems, 7G21, IT & Telecom, Digital Network Products (Hardware & Perpetual License Software). The Department of Veterans Affairs, Network Contracting Office 12 (NCO 12), Veterans Integrated Services Network 12 (VISN 12), Jesse Brown VA Medical Center, Police Services Division located at 820 S. Damen Avenue, Chicago, IL 60612-4223 has a requirement for the procurement of commercial equipment and services contract for a concealed weapons detection system. A concealed weapons detection system is needed in order to provide a safe environment for patients, staff, and visitors. A concealed weapons detection system will provide law enforcement personal with a first line of defense to avert threats, mitigate dangerous situations and/or possible events, and to engage with threatening individuals adequately and appropriately if encountered. This is a new requirement for the facility. The government is seeking to acquire a concealed weapons detection system and associated weapons detection monitoring & support services for a system capable of detecting concealed weapons and fully configured improvised explosive devices (IEDs) on persons and in obscured bags. System must unobtrusively scan individuals for hidden firearms and weapons without the need for physical searches. System must include multiple integrated cameras to positively match screening results with visitors and to seamlessly provide information to the security operation centers. System must be capable of monitoring multiple entry points of the facility. This is a non-personal services requirement. The contractor will be responsible for all management, oversight, supervision, labor, transportation, tools, materials, parts, other items, and the support necessary to perform work, execute services, and to successfully complete all deliverables as contained within this Statement of Work. All interested companies shall provide quotations for the following: Price/Cost Schedule & Item Information Base Period 05/01/2025 09/30/2025 Line Item Description Qty Unit of Measure Unit Price Total 0001 Weapons Detection System 0002 Installation 0003 Training 0004 Weapons Detection Monitoring & Support Services (for Weapons Detection System) 5 MO Option Year One 10/01/2025 09/30/2026 Line Item Description Qty Unit of Measure Unit Price Total 1001 Weapons Detection Monitoring & Support Services (for Weapons Detection System) 12 MO Option Year Two 10/01/2026 09/30/2027 Line Item Description Qty Unit of Measure Unit Price Total 2001 Weapons Detection Monitoring & Support Services (for Weapons Detection System) 12 MO Option Year Three 10/01/2027 09/30/2028 Line Item Description Qty Unit of Measure Unit Price Total 3001 Weapons Detection Monitoring & Support Services (for Weapons Detection System) 12 MO Option Year Four 10/01/2028 09/30/2029 Line Item Description Qty Unit of Measure Unit Price Total 4001 Weapons Detection Monitoring & Support Services (for Weapons Detection System) 12 MO Pricing Overview Total Cost for each Period of Performance Base Period $ Option Year One $ Option Year Two $ Option Year Three $ Option Year Four $ Total $ Statement of Work/Description/Specifications OBJECTIVE: The Police Services Division located at Jesse Brown VA Medical Center located at 820 S. Damen Avenue, Chicago, IL 60612-4223 requires a Concealed Weapons Detection System. Requirement includes installation of proposed system, training on the proposed system, monthly reporting, and monitoring and support services. A concealed weapons detection system is needed in order to provide a safe environment for patients, staff, and visitors. A concealed weapons detection system will provide law enforcement personal with a first line of defense to avert threats, mitigate dangerous situations and/or possible events, and to engage with threatening individuals adequately and appropriately if encountered. This is a new requirement for the facility. GENERAL: This is a non-personal services requirement. The contractor shall provide all management, oversight, supervision, labor, transportation, tools, materials, parts, other items, and the support necessary to perform work, execute services, and to successfully complete all deliverables as contained within this Statement of Work. The Government shall not exercise any supervision and/or control over contractor personal (which includes contractor service providers, contractor representatives, and subcontractors employed with and/or being utilized by the prime contractor) during all active performance periods of the final contract. All contractor personal shall be accountable solely to the Contractor, who in turn is responsible to the Government. SCOPE: The government is seeking to acquire a concealed weapons detection system and associated weapons detection monitoring & support services for a system capable of detecting concealed weapons and fully configured improvised explosive devices (IEDs) on persons and in obscured bags. System must unobtrusively scan individuals for hidden firearms and weapons without the need for physical searches. System must include multiple integrated cameras to positively match screening results with visitors and to seamlessly provide information to the security operation centers. System must be capable of monitoring multiple entry points of the facility. REQUIREMENTS / CHARACTERISTICS: Touchless security screening solution Real-time visual indicators of the location of threat items to target the search area(s) when identified. This includes multiple visual indicators for multiple threats on a single person or identification of threats (if present) when multiple people pass through the system. Must be able to provide statistical reports via a web-based application that include the number of people screened, alert counts and classification of alerts (i.e. Threat or Benign object / Gun versus umbrella) Report flexibility to cover time intervals ranging from 5-minutes, through hourly, daily, weekly, or monthly reports if required. Reports should be available for a single entrance through hundreds of entrances at multiple buildings to provide true enterprise report data. Utilization of Artificial Intelligence (AI) and advanced algorithms to differentiate between threats (guns, Improvised Explosives Devices etc.) and nonthreat items such as phones, keys, belt buckles etc.) so individuals are not required to divest everyday items when being screened and before entering the facility. Prior testing and approval to integrate directly with the most widely used Video Management System (VMS) platforms (Milestone or Genetec) Ability to integrate with Mass Notification software such as Titan and other similar software solution platforms Possess an open Application Programming Interface (API) that will allow integration with other VMS platforms commonly used at other Department of Veterans Affairs facilities. Operate at a range of minimum -20 Celsius and a maximum of 55 Celsius Ability to support situational awareness cameras that provide front and rearview capabilities for locations that wish to integrate with VMS. Possess a request assistance , call button , or equivalent that allows for messages to be sent to multiple recipients. Must be ADA (American with Disabilities Act) compliant Possess a Department of Homeland Security (DHS) Safety Act Designation. Standalone system that will operate and function on its own without the need to be connected to or integrated with an outside (information technology) network or system. PLACE OF PERFORMANCE: Work will be performed, services will be executed, and deliverables will be completed at Jesse Brown VA Medical Center located at 820 S. Damen Avenue, Chicago, IL 60612-4223. PERIOD OF PERFORMANCE: The expected period of performance for this acquisition is the following. Base Year: 05/01/2025 thru 09/30/2025 Option Year One: 10/01/2025 thru 09/30/2026 Option Year Two: 10/01/2026 thru 09/30/2027 Option Year Three:10/01/2027 thru 09/30/2028 Option Year Four: 10/01/2028 thru 09/30/2029 Option years may or may not be exercised based on the needs of (and at the discretion of) the U.S. Government. WORK HOURS AND SCHEDULE: All performance of work, execution of services, and completion of deliverables must be accomplished during the facility s normal business hours, 8:00 a.m. through 4:30 p.m. Monday through Friday, Federal Holidays excluded. Prior to any efforts that are undertaken proper coordination shall be initiated between the contractor and the government to ensure that services, work, and/or deliverables can be performed, executed, and/or completed when scheduled. Any work, services, and/or other tasks performed during other than normal business hours must be approved in advance by the Contracting Officer Representative (COR), Contracting Officer, and/or other authorized facility designee/representative. The Federal Holidays that are currently being observed by the facility are listed in the table below. New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth Independence Day June 19th Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 Other Federal Holidays Any other day specifically declared to be a national holiday (per Federal Statute, Executive Order, or by the President s Proclamation). An alternative schedule (different from the schedule described above) may be utilized if there is mutual agreement between the government and the contractor regarding this alternative schedule if implemented. PERSONAL PERFORMING WORK/SERVICES - REQUIRED CORE COMPETENCIES : Personal performing work, executing services, and completing deliverables during the active performance periods of the contract shall possess the knowledge, skills, and abilities required to successfully accomplish the following: Weapons Detection Monitoring & Support Services (for Weapons Detection System). No unqualified individual shall be allowed to perform work, execute services, and to complete deliverables at any time under the final contract while active. KEY PERSONAL During the active performance periods of the contract a Key Personal Person shall be designated by the contractor (to be contacted by the government when needed) regarding performance of work, execution of services, and completion of Deliverables as contained within this Statement of Work and covered by the final contract. This Key Personal person must have sufficient knowledge to be able to respond to technical questions by the government. 10. DELIVERABLES: Required Deliverables DELIVERABLE #1: INSTALLATION On or about sixty (60) days following contract award Contractor is responsible for providing all required installation of the weapons detection system. Such installation shall be at a level that enables full start up, operation, use, and full functionality of this system (in accordance with Original Equipment Manufacturer (OEM) guidelines) so that the system operates/functions as intended for its stated purpose DELIVERABLE #2: TRAINING On or about sixty (60) days following contract award contractor will provide a one-time training event to train facility personal on the following: Basic operation and use of the system, safety precautions & required safety tasks, and other end user required tasks that may be necessary. DELIVERABLE #3: OWNER, OPERATION, INSTRUCTION AND/OR EQUIPMENT MANUAL On or about sixty (60) days following contract award the contractor will provide in hard and electronic copy the following: An Owner, Operation, Instruction and/or Equipment Manual for the system acquired. DELIVERABLE #4: PROGRESS REPORTING, DOCUMENTATION, AND SERVICE LOGS On a monthly basis or when incidents occur the contractor shall provide status/progress reports, documentation, and/or service logs which capture and/or which otherwise encompass the operation, functionality, and status of the system. Such information includes but is not limited to maintenance, preventive maintenance, service, repairs that were conducted/performed on the system. Other information includes software or other enhancements, upgrades, & updates that may be needed (or which may be incorporated) on the system at a later date. DELIVERABLE #5: WEAPONS DETECTION SUBSCRIPTION SERVICES & MONITORING AGREEMENT On or about sixty (60) days following award a Weapons Detection Subscription Services & Monitoring Agreement (for the specific weapons detection system that is acquired) will be implemented. This agreement must include, contain, and/or otherwise encompass the following: Service, maintenance, preventive maintenance, part replacement, periodic system monitoring, troubleshooting, remote and onsite issue resolution and support Access to 24 x 7 support line staffed with technical experts possessing the required knowledge on the system to render support, provide assistance, and to solve problems with the system if they occur. Regular software upgrades that may include improvements such as faster processing, additional detection sensitivities, improvements to detection and nuisance alarm rates. Support outreach and overall support assistance which ensures continual, ongoing, uninterrupted use of the Weapon Security System to screen individuals and bags entering the facility. 11. VA INFORMATION & INFORMATION SYSTEM SECURITY & PRIVACY LANGUAGE Refer to Attachment 4: VA INFORMATION AND INFORMATION SYSTEM SECURITY AND PRIVACY LANGUAGE FOR INCLUSION IN CONTRACTS 12. OTHER REQUIREMENTS: Identification and Badges: Any individual performing work under this contract shall wear a badge or other identification while on site that is clearly displayed at all times. While on site, any person performing work directly or indirectly must be in a position to specify their authorized purpose for their presence at the facility in the event that such information is requested by VA facility personal. Parking: It is the responsibility of the contractor to park in the appropriate designated parking areas, to avoid ticketing or towing (if/when on site at the facility). Information on parking is available from the facility if requested by the contractor. Contract Administration: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements under the final contract when executed. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue changes that will impact/change price, quantity, or quality of performance of this contract. In the event the Contractor makes any such change at the direction of any person other than the Contracting Officer, this change shall be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof. All changes to the contract will be issued via an amendment and/or modification to the contract by the Contracting Officer in writing to the Contractor. Invoicing and Payment: Contractor is authorized prompt payment IAW applicable regulation following the successful performance of work, execution of services, and completion of required deliverables. Contractor invoices shall be submitted IAW VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Invoices submitted for payment must be detailed to the extent necessary to reflect the work done and the services performed during the time periods when completed so an accurate assessment can be made by the facility for certification of these invoices for payment. Advance payments are not authorized, and contractor is not authorized payment for planned or anticipated work not performed and/or for work that has not been successfully completed. Supplemental Insurance Requirements: In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. 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. 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. (b) General Liability: $500,000 per occurrences. (c) Automobile liability: $200,000 per person; $500,000 per occurrence and $20,000 property damage. (d) 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. Option to Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of the expiration of the current performance period. Option to Extend the Term of the Contract: The Government may extend the term of this contract by written notice to the Contractor; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. Period of Performance Base Period: 05/01/2025 to 09/30/2025 Option Year 1: 10/01/2025 to 09/30/2026 Option Year 2: 10/01/2026 to 09/30/2027 Option Year 3: 10/01/2027 to 09/30/2028 Option Year 4: 10/01/2028 to 09/30/2029 Place of Performance/Place of Delivery Address: Jesse Brown VA Medical Center 820 S. Damen Avenue Chicago, IL Postal Code: 60612-4223 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.201-1, Acquisition 360: Voluntary Survey (SEPT 2023) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEP 2023) Refer to Attachment 1 ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.204-7, System for Award Management (NOV 2024) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-20, Predecessor of Offeror (AUG 2020) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures (DEC 2023) FAR 52.209-7, Information Regarding Responsibility Matters (OCT 2018) FAR 52.214-21, Descriptive Literature (APR 2002), Alternate I (JAN 2017) FAR 52.225-18, Place of Manufacture (AUG 2018) FAR 52.227-15, Representation of Limited Rights Data and Restricted Computer Software (DEC 2007) FAR 52.233-2, Service of Protest (SEPT 2006) VAAR 852.209-70, Organizational Conflicts of Interest (OCT 2020) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71, Alternate Protest Procedure (OCT 2018) VAAR 852.239-71, Information System Security Plan and Accreditation (FEB 2023) VAAR 852.239-75, Information and Communication Technology Notice (FEB 2023) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) End of Addendum to 52.212-1 FAR 52.212-2, Evaluation-Commercial Items (NOV 2021) Refer to Attachment 2 ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024)(DEVIATION FEB 2025) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023) Addendum to FAR 52.212-4 FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) FAR 52.203-16, Preventing Personal Conflicts of Interest (JUN 2020) FAR 52.204-9, Personal Identity Verification of Contractor Personal (JAN 2011) FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.217-8, Option to Extend Services (NOV 1999) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) FAR 52.223-10, Waste Reduction Program (MAY 2024)(DEVIATION FEB 2025) FAR 52.227-14, Rights in Data-General (MAY 2014) FAR 52.227-19, Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.228-5, Insurance-Work on a Government Installation (JAN 1997) CL-120, Supplemental Insurance Requirements FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.237-3, Continuity of Services (JAN 1991) VAAR 852.201-70, Contracting Officer s Representative (DEC 2022) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.204-70, Personal Identity Verification of Contractor Personal (MAY 2020) VAAR 852.204-71, Information and Information Systems Security (FEB 2023) VAAR 852.208-71, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factor Commitments Orders and BPAs (JAN 2023) (DEVIATION) VAAR 852.211-70, Equipment Operation and Maintenance Manuals (NOV 2018) VAAR 852.212-71, Gray Market and Counterfeit Items (FEB 2023) VAAR 852.219-73, VA Notice to Total Set-Aside for Certified Service-Disabled Veteran-Owned Small Businesses (JAN 2023) (DEVIATION) VAAR 852.219-75, VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (JAN 2023) (DEVIATION) VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.237-74, Nondiscrimination in Service Delivery (OCT 2019) VAAR 852.237-75, Key Personal (OCT 2019) VAAR 852.239-70, Security Requirements for Information Technology Resources (FEB 2023) VAAR 852.239-73, Information System Hosting, Operation, Maintenance, or Use (FEB 2023) VAAR 852.239-74, Security Controls Compliance Testing (FEB 2023) VAAR 852.239-76, Information and Communication Technology Accessibility (FEB 2023) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025) Refer to Attachment 3 Invoicing The Contractor will submit each invoice online, including all back-up data, to VA s Electronic Invoice Presentment and Payment System. The Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website: http://www.tungsten-network.com/US/en/veterans-affairs/ to begin submitting electronic invoices, free of charge. Additional information can be found at http://www.fsc.va.gov/einvoice.asp. Protests Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. All quoters shall submit the following: Refer to ATTACHMENT 1: Tailored FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES When preparing offers/quotes in response to this solicitation offerors shall refer to FAR 52.212-1 (Instructions to Offerors Commercial Items), FAR 52.212-2 (Evaluation-Commercial Items) and Addendum FAR Part 52.212-2. These sections contain specific instructions, guidance, format, and exact requirements for what constitutes a complete and responsive offer/quote. As specified in these sections an incomplete and/or non-responsive offer/quote shall not be considered for a contract award by the contracting officer. All quotes shall be sent to the Contracting Officer at Stacy.Massey@va.gov. 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 price and other factors resulting in a Contracting Officer s decision for the quote that is most favorable to the Government. Refer to ATTACHMENT 2: TAILORED 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES. The following are the decision factors: Technical specifications and compliance with requirement Compatibility with existing equipment, Delivery schedule, Contractor capability and past performance, and Price The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum. The government is not required to select a response that exceeds the minimum. Responses may exceed requirements. Each response must at a minimum meet the solicitation requirement. 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." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 5:00pm on March 20, 2025. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
Sub-Bidding
Medical
$250,000.00
Public - Federal
Renovation
Documents for this project are exclusively Specifications. If Plans become available, we will add them here.
5
Trades Specified
Division 00 - Lorem Ipsum
One Low Price
- One license and one market
- Details and key contacts on all bidding projects
- Organize your pipeline with a digital bid board
- Automatically match opportunities to your profile
- Saved searches deliver daily project leads to your email inbox
Market Pricing Around
- All Starter Product functionality
- Access to all documents (plans, specifications, and addenda)
- Access to planning projects
- Access to contact information
- Ability to Export
Find More Local Projects
Within 75 Miles of This Project
You’ve Reached the Free View Limit
Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.
Come back in [[refresh_days]] to get [[project_count]] more free projects.
April 10, 2025
May 9, 2025
820 S Damen Ave, Chicago, IL
Related To This Project
Chicago, IL
Bid Date: Apr 30 2025
Chicago, IL
--
Chicago, IL
--
Chicago, IL
Bid Date: Apr 04 2025
Chicago, IL
Bid Date: Mar 27 2025
Chicago, IL
Bid Date: Mar 27 2025
Chicago, IL
Bid Date: Apr 15 2025
Chicago, IL
--
Chicago, IL
Bid Date: Mar 25 2025
Chicago, IL
Bid Date: Apr 01 2025
Chicago, IL
Bid Date: Mar 20 2025
Chicago, IL
--
Chicago, IL
--
Chicago, IL
--
Chicago, IL
Bid Date: Apr 15 2025
Recently Viewed
--
--
--
--
--
--
--
--
--
--
Unlock Efficiency: The Future of Commercial Construction is Data-Driven
Sign up now to get free company and project data. No payment required.
.webp)
Get the right
data with Project Intelligence
Project Shared
with
example@example.com
.webp)
Upgrade now for industry‑leading commercial construction data.
You've reached the free-view limit.
Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.
Choose what you would like to do.
Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.
What is your business type?
We have a wide variety of products that are purpose built for certain business types.