Rock Island Arsenal - Base Operations Support Services
US · Score 66
ViewUS
Federal Government
<p>The purpose of this amendment is to publish the responses to the RFIs and extend the bid opening date to 3/24/2026 @ 1 PM E.S.T.</p> --- ATTACHMENT: attachment_1.pdf --- Questions/RFI for 36C24626B0018: EMS Salisbury VAMC 1. 1.7 AS-BUILT DOCUMENTATION. C.: Does the contractor or the government select the “third-party testing company?” a. If contractor, does the contractor need to factor in the cost? Contractor, subject to VA approval a) Yes 2. SECTION 01 91 00, 1.1 COMMISSIONING DESCRIPTION: Does the contractor or the government select the “commissioning agent/party”?” a. If contractor, does the contractor need to factor in the cost? The Contractor selects and hires the CxA, subject to VA approval. a) yes 3. Will the government allow contractors to work after normal duty hours and would after- hours work require government escort? Yes and it is dependent on the area, but the majority will not require an escort. 4. Is there going to be a facility shutdown period? Yes 5. Existing System Survey Responsibility: The SOW indicates that some system components and field locations remain unidentified (e.g., Schneider I/O modules and pneumatic components). Can the Government confirm whether the Contractor is responsible for the full field survey and identification of these components, or if additional information/drawings will be provided? Yes—per the SOW, the Contractor is responsible for performing the full field survey and identification of all remaining unknown system components. 6. Existing Equipment Re-Use: The SOW states certain components may remain (relays, valves, damper motors, sensors, etc.). Can the Government clarify: a. Which devices are required to remain, and The SOW does not identify specific devices that must remain. Instead, it requires the Contractor to evaluate all existing relays, valves, damper motors, and sensors and determine which are suitable for reuse. b. Whether replacement of questionable devices should be included in the base bid or handled via modification? Yes. The Contractor must include all replacement devices necessary to complete the EMS conversion, particularly where pneumatic or obsolete components exist, or where required for Siemens control sequences. 7. Work Phasing / Hospital Operations: Since this work occurs in an active medical facility, can the Government provide guidance on: a. Required phasing or work-hour restrictions, Contractor is required to phase work to prevent disruption to operations and to coordinate activities impacting occupied patient areas. The Contractor must propose phasing and obtain VA approval. b. Whether after-hours work will be required, and Yes c. If shutdown windows will be coordinated by the VA? Yes 8. IT / Network Coordination: For integration of CAT6 networking and switches into the VA infrastructure, will the Government: a. Provide IP addresses and network configuration, and Yes b. Require VA OI&T approval or cybersecurity review prior to system commissioning? Yes 9. Commissioning Agent: The SOW identifies a Commissioning Agent (CxA) role. Will this commissioning agent be: a. Provided by the VA, or No b. Required to be contracted by the Prime Contractor? Yes 10. Server Location and Hardware Requirements: The SOW states a new Siemens server will replace the existing server in Building 31. Can the Government confirm: 36C24626B0018 Accord Federal Services, LLC. a. Whether rack space, power, and cooling are already available, and Yes b. If server hardware specifications must meet specific VA standards? must comply with VA cybersecurity and interoperability standards 11. Ceiling Access and Restoration: The scope mentions ceiling removal and reinstallation. Can the Government clarify whether the Contractor is responsible for: a. Full ceiling system restoration, Yes b. Patch and paint of affected areas, and Yes c. Infection Control Risk Assessment (ICRA) requirements during ceiling work? Yes 12. Scope of work: Please clarify which buildings are to be included in this project? Building 2 Existing Siemens network connectivity (Building 5) Server replacement location (Building 31) 13. Power wiring: – Please clarify which contractor is expected to provide 120v power wiring where required by the project? Electrical Contractor 14. EMT Requirements: Please clarify if conduit is required in all locations or if plenum cabling is acceptable in concealed and accessible areas. Also, please clarify if there are different requirements for 120v power vs low voltage controls wiring? Yes. The drawings require all wiring to be in conduit unless specifically noted otherwise. No such exceptions are shown. No. The drawings do not allow plenum cable as a substitute for conduit. No. Both are required to be routed in conduit unless otherwise noted 15. What are the specifications for the acoustical ceil Must match existing in kind TECHNICAL QUESTIONS Question 1 — Wireless Sensor Acceptability for Monitoring-Only Points The Statement of Work specifies CAT6 cabling to connect new Siemens controllers on the occupied 3rd and 5th Floors. For monitoring-only points (temperature zones, differential pressure, humidity, indoor air quality) that do not perform direct equipment control, would the VA accept LoRaWAN wireless sensors that present data as native BACnet/IP objects on the Siemens Desigo front-end, provided they comply with ASHRAE Standard 135? Justification: LoRaWAN wireless sensors eliminate the need for new cable runs through occupied patient care ceilings, reducing infection control risk, ILSM coordination, and disruption to clinical operations. Data from wireless sensors is exposed as standard BACnet analog input, binary input, and multistate value objects — indistinguishable from hardwired sensors on the Siemens Desigo server. The contract drawings and specifications require all Siemens BAS controllers and monitoring points on the 3rd and 5th floors to be connected using hardwired CAT6 cabling installed in conduit. The Direct Digital Control System (Section 23 09 23) mandates a BACnet/IP, Ethernet-based architecture utilizing wired copper/fiber media. All sensors are specified as wired electronic devices connected directly to DDC controllers. Wireless BAS sensors or wireless BACnet/IP gateways are not included in the contract and are not permitted under the current design. If the Contractor wishes to propose a LoRaWAN wireless monitoring solution, it must be submitted as a formal Variation Request per Section 01 33 23 for Government review and approval. Question 2 — Unidentified Survey Zones The SOW states that survey items remain for Building 2, including: • Fan coil controls • Temperature zones of the Ground, 1st, and 2nd Floors • Points connected to Schneider I/O modules (4 total) in Mechanical Equipment Room G009 Once these survey items are identified, would the VA consider wireless monitoring solutions for these zones as an acceptable means of integration into the Siemens Desigo BACnet system, particularly if hardwired infrastructure does not currently exist in those areas? Justification: These zones are currently unscoped and may require change orders to address via hardwired methods. Wireless sensors can be deployed rapidly to cover newly identified zones without additional conduit, cabling, or ceiling penetrations — reducing schedule risk and maintaining the 365-day completion requirement. Wireless monitoring solutions may only be considered if submitted as a formal Variation Request in accordance with Section 01 33 23, including full technical documentation and justification for Government review. Until such a variation is approved, wireless solutions are not acceptable under the contract. Question 3 — ASHRAE 36 High-Performance Sequences The SOW states: "Programming... will only meet ASHRAE 36 guidelines for high- performance sequences of operation where such devices already exist." Would the VA accept the addition of wireless sensors (occupancy, CO₂, VAV box position feedback) to enable ASHRAE 36 high-performance sequences in areas where such devices do not currently exist, provided the sensors integrate into the Siemens Desigo system via BACnet/IP? Justification: ASHRAE 36 high-performance sequences — including demand-controlled ventilation, occupancy-based setback, and static pressure reset via VAV damper polling — require sensor inputs that the current specification does not provide in all zones. Wireless sensors can fill these gaps without modifying the base Siemens controller architecture, enabling energy savings and improved indoor air quality across Building 2. Wireless sensors to support ASHRAE 36 sequences are not acceptable under the current contract. The Contractor may submit such a proposal as a formal Variation Request in accordance with Section 01 33 23 for Government review. Question 4 — BACnet/IP Gateway Integration with Siemens Desigo Server The SOW specifies a new Siemens server in Building 31 with BACnet/IP and MSTP networking throughout Building 2. Would the VA permit a LoRaWAN-to-BACnet/IP gateway to be connected to the existing Building 2 Ethernet network switches (G009, Room 3177, Room 5003, Penthouse), allowing wireless sensor data to be discovered and polled by the Siemens Desigo server as standard BACnet objects? Justification: LoRaWAN-to-BACnet/IP gateways (such as the RAKwireless RAK7437 or MultiTech Conduit with BACnet bridge) translate wireless sensor data into BACnet/IP objects that the Siemens Desigo server discovers via standard BACnet "Who-Is" protocol. This requires only an Ethernet port on an existing network switch — no modifications to the Siemens controller architecture, programming methodology, or network topology. The gateway operates on an isolated VLAN and supports AES-128 encryption on all wireless transmissions, meeting VA cybersecurity requirements. A LoRaWAN-to-BACnet/IP gateway connected to these switches is not acceptable under the base contract. Such an approach could only be considered if submitted as a formal Variation Request in accordance with Section 01 33 23, including full technical and cybersecurity justification for Government review. Question 5 — VA IT Coordination for Wireless Infrastructure The SOW requires the Low Voltage/Communications Contractor to coordinate with the VA IT department for switch integration and IP address assignments. Would this coordination process extend to LoRaWAN gateway devices that connect via Ethernet to existing network switches, and what VA IT security review process would apply? Justification: LoRaWAN operates on unlicensed 900 MHz spectrum and does not connect to the VA IT network at the RF layer. Only the Ethernet-connected gateways require IP address assignments and VLAN configuration. Understanding the VA IT approval process for these devices will ensure compliance and avoid commissioning schedule delays. The base design is wired BACnet/IP only; wireless/gateways aren’t included. You’ll need a formal Variation first, then OI&T security review/approval via the submittal process defined in Div. 01. Question 6 — Variation Submittal Process Per Section 01 33 23, Paragraph 1.5.J, the contract permits variation submittals where advantageous to the Government, including documentation of the nature of the variation and an estimate of benefits. Would a submittal for a wireless sensor technology variation be reviewed under this process during the construction phase, and what documentation would the VA require to evaluate such a variation? Justification: The existing variation submittal process in the contract specifications provides a formal pathway for introducing alternative technologies that benefit the Government. A LoRaWAN wireless sensor variation would include technical submittals, BACnet integration documentation, and a description of how the wireless alternative reduces construction disruption while expanding monitoring capabilities. Yes. A wireless-sensor technology proposal would be evaluated as a Variation Submittal under Section 01 33 23, Paragraph 1.5.J, during the construction phase. Wireless sensors and wireless BAS gateways are not included in the contract documents and therefore require a formal variation. To evaluate such a variation, the VA would require the documentation specified in 01 33 23, including (1) a description of the nature of the variation, (2) documented benefits to the Government, and (3) all relevant technical submittals. Additional required materials include device manufacturer data, BACnet object mapping, cybersecurity and VA IT integration information, updated network and controls diagrams, and commissioning procedures, consistent with the requirements in Division 01 and specification Sections 23 09 23 and 01 91 00. Question 7 — Campus Scalability and Future Buildings The SOW references three separate BAS vendor systems (Siemens, JCI, Schneider) across the Salisbury VAMC campus, with this project focused on Building 2. Does the VA have plans or interest in extending energy management monitoring to other campus buildings, and would a wireless sensor infrastructure deployed in Building 2 be considered a strategic asset for future campus-wide integration? Justification: A LoRaWAN gateway network deployed for Building 2 provides RF coverage that naturally extends to adjacent buildings and outdoor areas. This creates a foundation for campus-wide monitoring (energy submetering, environmental monitoring, asset tracking) without duplicating infrastructure for each building — a significant long-term value for the VA. Possible only via a VA-approved Variation, with full technical, cybersecurity, and commissioning documentation; not part of current base design. TECHNOLOGY SUMMARY For the VA's reference, LoRaWAN (Long Range Wide Area Network) is: • IEEE-standardized wireless protocol (LoRa Alliance, 600+ member companies) • Deployed in 190+ countries across healthcare, government, industrial, and commercial facilities • Battery-powered sensors with 5-10 year battery life (no wiring required) • Multi-floor RF penetration — 3-5 gateways cover an entire multi-story building • BACnet/IP compatible via certified gateway devices • AES-128 encrypted end-to-end wireless transmissions • Compliant with ASHRAE Standard 135, IEEE 802.3, and FCC Part 15 regulations ABOUT SENZARY Senzary is a digital transformation company specializing in IoT infrastructure solutions, including: • LoRaWAN, 5G, and CBRS wireless network design and deployment • Gateway platforms: Kerlink, Milesight, Adtran, RAKwireless • BACnet and building automation system integration • ThingsBoard IoT platform administration and analytics • Multi-site deployments across utilities, industrial, and government environments • Government contracting experience via SAM.gov and Sourcewell cooperative purchasing We appreciate the VA's consideration of these questions and look forward to the responses. 1. Who is the go-to fire alarm contractor that services the Salisbury VA Hospital? MSS Fire and Security 2. Are there any restrictions on apprentice ratios or manpower composition during sensitive electrical work or testing periods? No explicit restrictions, beyond federal apprentice-based ratio and hour minimums, Apprentices must be supervised by journeymen, And registered through DOL-approved programs, With NECA’s 2 per 3 ratio and 15% labor hours compliance where applicable. 3. Please clarify how partial completion of electrical work will be validated relative to testing, commissioning, and acceptance requirements. Partial completion of electrical work is validated only through the contract-mandated CQC, testing, and commissioning processes. Electrical work must pass the Preparatory, Initial, and Follow-Up CQC phases, demonstrate readiness through Pre-Functional Checklists, and complete all startup and Functional Performance Testing before the VA performs Pre-Final and Final Acceptance Inspections. Partial or incomplete systems cannot be accepted or commissioned, and no portion of electrical work is validated until it has fully satisfied these requirements. 4. The specifications call for comprehensive Testing, Adjusting, and Balancing (TAB) of HVAC systems. Please confirm the extent of this work. Are we required to re-balance all air outlets and hydronic terminals throughout the areas served by the new AHUs, or just balance the new equipment to match the design flow rates? Please provide drawings showing clear scope and all areas that are to be included as part of TAB and as part of pretesting. Per Section 23 05 93, Testing, Adjusting, and Balancing (TAB) shall be performed on all HVAC air and hydronic systems served by the new or modified equipment associated with this project. The specifications require full-system balancing and do not permit limiting TAB to only new equipment. All air outlets, terminal units, duct branches, hydronic terminals, coils, valves, and associated components must be balanced to the design flow rates within the specified tolerances. TAB is also a prerequisite for functional performance testing under Sections 23 08 00 and 01 91 00; therefore, full air and hydronic balancing must be completed prior to commissioning and acceptance. The mechanical drawings (2-M-101 through 2-M-161) define all areas included in TAB and pretesting. 5. We note that normal VA working hours are 7:00 AM to 4:30 PM, Monday through Friday. Please confirm if any work must be performed outside of those hours. Specifically: will high-noise operations (core drilling, demolition of concrete or ductwork) or system shutdowns (like switching over an AHU or tying into electrical/steam mains) be restricted to evenings or weekends to avoid disrupting hospital operations? Yes. This determination will be made in coordination with VA operations, based on clinical impacts and safety requirements. 6. Please provide contact information for the control systems integrator. The VA does not provide that information. The SOW only identifies responsibilities and qualifications for the Controls Contractor, described as: “Controls Contractor (Siemens Certified)” Must install, program, and integrate the Siemens Desigo system Must be Siemens-certified and experienced with federal/VA projects 7. Will the Prime Contractor and its subcontractors have access to any on-site restroom facilities? The contractor is required to provide supplemental temporary sanitary facilities 8. Will the Prime Contractor need to provide temp office space and fencing for lay down area ? The Prime Contractor is required to provide its own temporary office space and any fencing required to secure the laydown/storage area. Temporary buildings—including offices, storage units, and fenced areas—must be approved by the Contracting Officer and supplied, installed, maintained, and removed by the Contractor at no cost to the Government. Laydown and material storage are limited to areas assigned by the VA, and the Contractor is responsible for securing and controlling these areas in accordance with the Construction Security Plan. 9. During construction, noise and vibrations will occur within the mechanical rooms. Are there any adjacent spaces that will require quiet hours or special noise/vibration restrictions during normal working hours? If so, what are the quiet hours for those spaces? The contract does not designate any specific adjacent areas with defined quiet hours. However, per Section 01 00 00, the Contractor must minimize interference with Medical Center operations, including avoiding the use of equipment that transmits noise or vibration through the building structure in occupied areas unless approved by the COR. Should noise or vibration from mechanical room work impact nearby clinical spaces, the VA may require that such work be performed outside normal hours. Off-hours work requests must be submitted 72 hours in advance for COR/CO approval. 10. How many hours of shut down time will the contractor have to make the final connections the temporary unit for the existing duct and turn it on as temporary? Shutdowns must be scheduled during allowable windows (typically 8:00 PM–5:00 AM in the off-season for HVAC-related tie-ins), and all shutdown durations must be proposed by the contractor in a written shutdown plan and approved by the COR. The VA will authorize a shutdown period that causes the least disruption to Medical Center operations, and no outage may occur without advance approval (minimum 7–10 days depending on system). Continuous service must be maintained via temporary equipment throughout the shutdown. 11. Is there a service elevator that contractors will be able to use? Yes 12. The total duration of the project is 365 Calendar Days. What is the VA's assumption regarding the time required for submittals and the lead times of HVAC equipment? How much time was assumed for these two processes? How much time was assumed for actual construction? The contract does not assign specific durations for submittals, HVAC equipment lead times, or construction. Instead, the VA requires the contractor to develop a complete CPM schedule that incorporates: VA’s review durations (20–30 business days depending on submittal type) Actual manufacturer lead times (as proposed by the contractor) All construction and commissioning activities All phasing, outages, and coordination requirements The entire sequence of submittals, procurement, construction, testing, and commissioning must be completed within the 365-calendar-day contract period, and the contractor is responsible for planning adequate durations for each activity in the CPM schedule. 13. Please confirm payment for stored materials/equipment will be considered upon review of proper documentation. Yes. Payment for stored materials and equipment will be considered by the VA upon submission and approval of the required documentation. All such materials must have approved submittals, be properly stored and protected, and be included in the contractor’s monthly Application for Payment. Payment may be withheld if approvals are incomplete or if storage conditions do not meet contract requirements. 14. Will the VA confirm that a Notice to Proceed will not be awarded until ALL materials are ordered and delivered on site? The VA cannot confirm this. The contract documents contain no requirement that all materials be ordered or delivered to the site prior to issuing the Notice to Proceed. NTP is issued following contract award and before development of the schedule, QC plan, submittals, and procurement. Delivery of materials is only required later as dictated by approved submittals and specific activity requirements. 15. Please verify the minimum numbers of ON SITE personnel that will be required to fulfill the roles of GC Superintendent, SSHO, and CQC System Manager. The VA contract requires a minimum of three (3) dedicated, full-time onsite management personnel at all times during construction: one (1) Superintendent, one (1) SSHO, and one (1) CQC System Manager. Each role must be filled by a separate individual with continuous onsite presence during all work activities. Alternates with equal qualifications must be designated for absences. These requirements are mandatory and enforced under Sections 01 35 26 (Safety Requirements) and 01 45 00 (Quality Control). 16. Please identify location of lay down area on campus map or plans. At the end of the parking lot to the Northeast of Bldg 6: Coordinates (35.68728776219891, - 80.48909609559284) 17. Per spec 01 45 00, "The CQC system Manager is required to be a graduate engineer, graduate architect, or a graduate of construction management, with a minimum of 10 years construction experience on construction similar to the scope of this Contract. This CQC System manager is on the site at all times during construction and is employed by the General Contractor." Please confirm that the CQC system manager is in fact required to have one of the 3 degrees noted above. Yes 18. Please confirm if work can be completed in all areas and floors simultaneously or grouped together as determined by the GC and as outlined on sheet 2-M-101.d IF there are certain areas that must be complete prior to working in others, please specify this required phasing and please identify the estimated time to complete each of these separate phases. Work in all areas and floors cannot automatically be performed simultaneously. The project must follow the VA-mandated phasing sequence defined in Section 01 00 00 (Phases I–IV). The Contractor may propose simultaneous work in multiple areas/floors (such as those shown on sheet 2-M-101.D), but such sequencing requires COR approval and must not conflict with required shutdown-dependent phases. The VA did not assign assumed durations for any phases; all phase durations must be developed by the Contractor and included in the CPM schedule, fitting within the overall 365-day contract time. 19. Please confirm no hard barriers and no negative air pressure will be required for ICRA in work areas as these items are not detailed in the plans as specified. IF the ICRA classification for this project is one that would require these types of barriers, please include these details on the drawings so all GC's are bidding the same scope. Hard barriers and negative air pressure ARE required for ICRA per Specification 01 35 26, regardless of whether they are shown on the drawings. The project takes place in an active VA Medical Center, and the specification mandates fire-rated temporary partitions, HEPA negative air machines, containment enclosures, walk-off mats, and dust control measures. Drawings are not updated to show temporary ICRA barriers; the contractor must develop an ICRA plan for VA approval. The ICRA classification will determine if additional controls are required, but the baseline containment measures already apply. 20. Please provide finish schedule for new ceiling type to be provided as per notes on 2- M-101.D. Sheet Keynote 2 of 2-M-101.D states “Install new 4x2 Flush Face ceiling system in the same location and orientation as the original.” 21. Please confirm no drywall patching will be required for new work. If any work will be required cutting and patching of walls, please provide wall type at each area. Drywall patching will be required where new work involves cutting or penetrating walls. The specifications require the contractor to cut, patch, repair, firestop, and restore all disturbed wall surfaces to match existing conditions --- ATTACHMENT: attachment_2.pdf --- AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT BPA NO. 1. CONTRACT ID CODE PAGE OF PAGES 2. AMENDMENT/MODIFICATION NUMBER 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NUMBER 03-17-2026 1 5. PROJECT NUMBER (if applicable) 3 659-22-100 CODE 7. ADMINISTERED BY (If other than Item 6) CODE 0001 6. ISSUED BY Department of Veterans Affairs Network Contracting Office 6 1601 Brenner Ave Salisbury NC 28144 8. NAME AND ADDRESS OF CONTRACTOR (Number, street, county, State and ZIP Code) (X) 9A. AMENDMENT OF SOLICITATION NUMBER To all Offerors/Bidders 36C24626B0018 9B. DATED (SEE ITEM 11) X 10A. MODIFICATION OF CONTRACT/ORDER NUMBER 10B. DATED (SEE ITEM 13) CODE FACILITY CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers X Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: is extended, X is not extended. (a) By completing Items 8 and 15, and returning __________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter or electronic communication, provided each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA ** HOUR & DATE for Receipt of Offers is EXTENDED to: 03-24-2026 1PM EDT (If required) 1 CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b). (such as changes in paying office, appropriation date, etc.) C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return ___________ copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) The purpose of this amendment is to post the response to the RFIs and extend the bid opening to 3/24/2026 @ 1 PM E.S.T. Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED (Signature of person authorized to sign) (Signature of Contracting Officer) PREVIOUS EDITION NOT USABLE STANDARD FORM 30 Prescribed by GSA - FAR (48 CFR) 53.243 (REV. 11/2016) RFI responses and extending the bid opening to March 24, 2026 at 1PM E.S.T. Microsoft Teams meeting Join: https://teams.microsoft.com/meet/2599840579613?p=UX9uE5SYPM86iugath Meeting ID: 259 984 057 961 3 Passcode: VV99Cu2H Need help? | System reference Dial in by phone +1 872-701-0185,,107879570# United States, Chicago Find a local number Phone conference ID: 107 879 570# See attached document: RFI Responses - bid opening ext. Page 2 of 2
Validation: Hybrid score 46 (confidence 95)
{
"bid_bond_required": null,
"communication_details": "BACnet/IP, CAT6",
"construction_beyond_panels": true,
"contract_type": null,
"estimated_project_value": null,
"hmi_details": "Siemens Desigo front-end",
"integrators_already_selected": null,
"integrators_required_local": null,
"license_requirements": null,
"mandatory_site_visit": null,
"plc_details": null,
"requires_subcontractor": true
}
Related
US · Score 66
View