Z2DA--Asphalt Maintenance and Repair | 442-23-001
ID: 36C25924R0135Type: Solicitation
AwardedAug 19, 2025
$582K$582,017
AwardeeFAITH ENTERPRISES INCORPORATED COLORADO SPRINGS 80915
Award #:36C25925C0091
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Highway, Street, and Bridge Construction (237310)

PSC

REPAIR OR ALTERATION OF HOSPITALS AND INFIRMARIES (Z2DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting offers for an asphalt maintenance and repair project at the Cheyenne VA Medical Center in Wyoming, designated as Project #442-23-001. The project involves aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget between $500,000 and $1,000,000, and is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). This initiative is crucial for maintaining the operational integrity of the medical center while ensuring compliance with safety and environmental regulations. Proposals are due by May 1, 2025, at 2 PM MT, and interested contractors should contact Timothy Verburgt at Timothy.Verburgt@va.gov for further details.

    Point(s) of Contact
    Timothy R Verburgt (CS)Contract Specialist
    Timothy.Verburgt@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs is soliciting offers for a construction project focused on asphalt maintenance and repair at the Cheyenne VA Medical Center in Wyoming. The project entails aggregate base repair, concrete removal, asphalt replacement, and pavement striping, with an estimated budget between $500,000 and $1,000,000. This solicitation is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) in compliance with federal regulations. The contractor must ensure quality workmanship and minimal disruption to hospital operations, providing a Work Sequencing Plan to the Contracting Officer Representative. Proposals must be submitted electronically by March 21, 2025, including past performance and cost information, and a bid bond. A mandatory site visit will occur on February 24, 2025, to facilitate contractor understanding of the project scope. The selection will rely heavily on past performance evaluations, with price also being a critical factor, using a tradeoff process to determine the best value for the government. Offerors must be registered and verified in the System for Award Management (SAM) and must adhere to specific safety, security, and infection control guidelines as stipulated in the contract documents.
    The presolicitation notice pertains to the procurement of asphalt maintenance and repair services for the Cheyenne VA Medical Center (VAMC), with the solicitation number 36C25924R0135. This project encompasses repairs to aggregate base, asphalt pavement, and pavement striping, aimed at extending the life of the asphalt while minimizing disruption to the medical center's operations. The anticipated contract value ranges between $500,000 and $1,000,000, and it is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). Interested contractors must verify their SDVOSB status through the U.S. Small Business Administration's (SBA) VetCert program, ensuring compliance with federal regulations. The document details requirements, including limitations on subcontracting, and outlines that only VIP-listed SDVOSBs are eligible to submit proposals. The primary point of contact for inquiries is Timothy Verburgt, and more information can be found on the Department of Veterans Affairs website. This notice underscores the government’s commitment to supporting veteran-owned businesses while addressing necessary infrastructure improvements at the VA facility.
    This document is an amendment notification for a federal solicitation by the Department of Veterans Affairs (VA) related to contract number 36C25924R0135. The amendment primarily serves to extend the due date for submission of offers from the original date to April 4, 2025, at 2:00 PM MDT. This extension is granted to allow prospective bidders additional time to respond to Requests for Information (RFIs). The amendment specifies that all other terms and conditions of the existing solicitation remain unchanged and in full effect. The designated contact for inquiries is Timothy Verburgt from the Network Contracting Office NCO 19, located in Greenwood Village, Colorado. This document adheres to standard formats for government contract modifications and emphasizes the importance of acknowledging receipt of the amendment to avoid rejection of offers. The overall purpose is to facilitate a smooth solicitation process by allowing extra time for participants to prepare their submissions effectively.
    The document is an amendment to federal solicitation 36C25924R0135, issued by the Department of Veterans Affairs Network Contracting Office (NCO 19). The primary purpose of this amendment is to extend the proposal due date from April 4, 2025, to April 14, 2025, allowing additional time for bidders to respond to Requests for Information (RFIs). Furthermore, the amendment includes the provision of site visit documents to support prospective contractors in preparing their proposals. All other terms and conditions of the solicitation remain unchanged. The amendment ensures that all interested offerors are adequately prepared and have the resources needed to submit their bids effectively.
    The document serves as an amendment to the solicitation 36C25924R0135 issued by the Department of Veterans Affairs Network Contracting Office. Its primary purpose is to notify bidders of a correction regarding the proposal submission deadline. Initially, two conflicting deadlines (April 11, 2025, and April 14, 2025) were mentioned in previous amendments; both have now been canceled. The new, unified deadline for proposals is set for April 25, 2025, at 2:00 PM MDT. The document clarifies that all other terms and conditions of the solicitation remain unchanged. It emphasizes the importance of acknowledging the amendment in bids and highlights compliance with federal procurement regulations.
    This document pertains to an amendment of solicitation number 36C259-24-R-0135, issued by the Department of Veterans Affairs Network Contracting Office NCO 19. The amendment serves to extend the proposal submission deadline from April 25, 2025, to May 1, 2025, at 2:00 PM MDT, and it includes responses to Requests for Information (RFIs). All existing terms and conditions from the original solicitation remain unchanged. The attached documents provide detailed responses to questions raised during a site visit related to the project. This amendment is a typical procedural update within the context of federal procurement, ensuring that interested bidders have adequate time and information to prepare their proposals effectively.
    This document is an amendment to Solicitation 36C259-24-R-0135 issued by the Department of Veterans Affairs. Its main purpose is to provide three specific attachments related to the project and clarify that the solicitation deadline remains unchanged, set for May 1, 2025, at 2 PM MT. The attachments included are: 1. S06 – 442-23-001 Signage Utility Plan Demo, 2. S06 – 442-23-001 Sign Plan Reno revised, and 3. S06 – Signpost Detail. The amendment specifies that all other terms and conditions of the solicitation remain intact. This document is critical for ensuring that potential contractors have the necessary information to prepare their offers relevant to the project. The amendment reflects the agency’s commitment to transparency in the procurement process while maintaining timelines for submissions.
    The Past Performance Questionnaire is a structured tool used to evaluate contractors based on their previous work in relation to government projects. It comprises several sections for both the contractor and client to fill out, detailing contractor information, project specifics, and performance ratings across multiple criteria. Key aspects assessed include quality of work, adherence to schedules, customer satisfaction, management efficacy, financial management, safety compliance, and overall contractor performance. The document ultimately aims to gauge how well the contractor meets contractual obligations and to identify strengths, weaknesses, or deficiencies in their work. By collecting this information, the government seeks to make informed decisions during the RFP process for future contracts, ensuring that only qualified and reliable contractors are considered for new projects.
    The document presents a site plan for construction and facility management related to the U.S. Department of Veterans Affairs (VA) in Buffalo, Wyoming. It includes building and parking layouts, along with designated areas for various functions such as patient care, storage, and administrative services. The plan outlines existing structures, proposed changes, and necessary removal works, including the asphalt layer and landscape features, to ensure proper drainage and maintain site integrity. Importantly, it highlights that any damages caused during construction must be restored to their original condition. The document, dated January 2, 2025, is essential for contractors involved in ensuring compliance with VA standards while efficiently managing space and resources in the context of a government project aimed at improving veteran services. The overall objective is to facilitate safe and functional environments for both patients and staff, while adhering to regulatory guidelines and preserving existing site features.
    The document outlines site and building specifications for a project managed by the U.S. Department of Veterans Affairs at a facility located at 2360 E. Pershing Blvd, Cheyenne, WY. The focus is on the detailed layout of parking, building designations, and infrastructure features, including various designated lots (e.g., patient parking, storage, and ADA spaces). The site plan includes notations for both existing and proposed parking arrangements, fire lanes, and facilities designated for specific purposes such as therapy, storage, and patient care. Key components include requirements for striping and signage for ADA compliance, emergency access considerations, and overall traffic direction within the premises. The document emphasizes that contractors must provide final plans for review prior to installation works. This summary reflects the government's initiative to enhance site functionality, safety, and accessibility for veterans, aligning with broader federal standards in facility management and construction practices. The meticulous planning indicates a dedicated effort to meet both operational needs and regulatory requirements during the facility's development and operations.
    The document outlines a project related to the construction and facilities management within the U.S. Department of Veterans Affairs, specifically indicating details pertinent to the site plan for a facility located at 2360 E. Pershing Blvd, Cheyenne, WY. It includes important metadata such as project numbers, building numbers, drawing titles, issue date, and architectural oversight information. Key identifiers for project management, including the architect/engineer of record and project director, are also noted. The document records the layout of the site and refers to specific access points and parking availability. This project pertains to efforts in maintaining or upgrading VA facilities, highlighting the importance of precise documentation within government RFPs and the need for compliance with building standards. The overall objective appears to be enhancing the operational functionality and safety of the facility, supporting the VA's commitment to adequate veteran care through better infrastructure.
    The Cheyenne VA Medical Center (VAMC) outlines a project for asphalt maintenance and repair under Project No. 442-23-001, detailing general requirements for contractors. The scope of work includes the removal and replacement of asphalt pavement and striping, emphasizing safety measures, site preparation, and compliance with Veteran Affairs (VA) security protocols. Contractors must notify the Contracting Officer's Representative (COR) prior to any testing procedures and are required to maintain secure access to the site. A comprehensive security plan is mandated, ensuring all personnel comply with VA regulations. The document emphasizes the necessity of protecting existing structures and the environment during construction while adhering to federal guidelines regarding permits, including the National Pollutant Discharge Elimination System (NPDES). The project focuses on maintaining the continuous operation of medical center facilities and requires detailed project scheduling following Critical Path Method (CPM) principles. Additionally, contractors must keep accurate records and submit various documentation, including shop drawings and safety plans, to the VA for review. A warranty management plan is also essential to ensure compliance with construction warranties later. This document serves as a framework for managing a government-funded construction project, ensuring safety, compliance, and preservation of existing infrastructure.
    The Department of Veterans Affairs is soliciting bids for an asphalt maintenance and repair project (Project #442-23-001) managed by the VHA Network Contracting Office 19. This document comprises a series of questions and answers (Q&A) addressing contractor inquiries about project specifications, responsibilities, and technical details. Key points include the requirement for contractors to stockpile millings at their expense, the use of WYDOT specifications for asphalt mixes with a 30% RAP allowance, and the necessity for water boxes to have concrete collars. Contractors are responsible for addressing soft spots in the asphalt, with an expectation for approximately 55 square yards of such repairs. The document clarifies bidding procedures, including the acceptance of dual roles for project supervisory positions and eligibility for out-of-state bidders. Additionally, it emphasizes the need for contractors to submit proposed plans for grading and drainage without VA-provided specifications. The overall goal of this RFP is to ensure a thorough and compliant approach to the asphalt work while considering logistical and technical challenges identified during site assessments.
    The Department of Veterans Affairs is seeking contractors for a project focused on asphalt maintenance and repair under Project #442-23-001. The Q&A document addresses various contractor inquiries regarding project specifications. Notably, the start of work can be delayed for weather conditions, and the asphalt specifications will conform to Wyoming Department of Transportation standards. Contractors are responsible for testing asphalt and base gravel, including managing the repair of soft spots estimated at around 55 square yards. Additionally, contractors are to follow provided plans for signage management and will need to coordinate the stockpiling of excess millings with VA personnel. Although closure of a specific loop road for construction is not currently planned, discussions for potential action will occur as necessary. Clarifications include the use of E-Prime as a prime coat and the contractor's responsibility for grading and drainage planning without VA assistance. Importantly, the requirement for masks on-site due to COVID-19 has been lifted, reflecting changing health guidelines. This document serves as a critical communication tool for prospective bidders, ensuring clarity in project requirements and contractor responsibilities.
    The document details modifications planned for existing signage and utility provisions at a designated site, likely related to a government project. Key actions include the removal and disposal or reinstallation of various signs, such as "Do Not Enter," handicap signs, and others associated with parking, while ensuring that specific signs are turned over to the owner. Additionally, the contractor is tasked with supplying collars for adjustments in elevation for sewer and water manholes as well as a concrete vault, ensuring compliance with utility standards. The project emphasizes proper management of infrastructure and signage to maintain safety and regulatory adherence within the area, likely in connection with improvements or renovations funded through state or federal initiatives. This analysis illustrates the structured approach toward site management as part of broader municipal or federal infrastructure projects.
    The document outlines a site plan for the U.S. Department of Veterans Affairs (VA) facilities located at 2360 E. Pershing Blvd, Cheyenne, WY. It includes a comprehensive layout of buildings, parking lots, and additional infrastructure within the premises. Key components are labeled with specific building numbers and designations, such as clinical additions, rehabilitation therapy spaces, and various storage garages. The drawing indicates areas designated for parking, including ADA-compliant spaces, and details include requirements for striping, crosswalks, and sign installations. The project, initiated by the Office of Construction and Facilities Management, aims to enhance accessibility and functionality across the facility, particularly focusing on patient parking arrangements and space utilization. Guidelines are provided for contractors regarding final striping plans and compliance with existing standards. The document serves as a crucial reference point for construction efforts, ensuring adherence to safety and operational protocols while optimizing the facility's layout to better serve veterans. Overall, it reflects the VA's commitment to upgrading their infrastructures in alignment with federal standards and local regulations.
    The document provides specifications for the installation of perforated sign posts, detailing material requirements and construction guidelines. The posts are to be made from cold rolled carbon steel conforming to ASTM standards, galvanized for corrosion resistance, and complemented with adequately rated hardware. Concrete foundations must meet specific pressure standards, with precise instructions on the post assembly and placement. Key guidelines include foundation proximity to paved surfaces, perpendicular alignment to the pavement, and the necessity for engineering approval of post locations. The detailed drawings outline dimensions and installation nuances, ensuring durability and compliance with design standards. This technical specification aligns with the requirements for federal and state RFPs, emphasizing precision in public infrastructure projects.
    The Cheyenne VA Medical Center is seeking contractors for Asphalt Maintenance and Repair services, covering aggregate base repair, concrete removal, asphalt replacement, and pavement striping. The project, valued between $500,000 and $1,000,000, necessitates compliance with OSHA, EPA, and environmental regulations, including safe waste disposal. A pre-bid meeting will take place, though attendance is not mandatory, and any questions must be submitted in writing to the Contracting Officer, Timothy Verburgt, by February 28, 2025. Bids are due by March 21, 2025. Contractors must provide a signed VAAR clause regarding subcontracting limitations and ensure compliance with Davis-Bacon Wage laws, including weekly submission of certified payrolls. Work must commence within ten days of receiving the Notice to Proceed and be completed within sixty days. This solicitation outlines essential standards for contractor responsibility and compliance, emphasizing regulations and timelines crucial for project execution.
    The document outlines the VA's Notice of Limitations on Subcontracting, specifically for services and construction contracts. It emphasizes that an offeror must certify compliance with subcontracting limitations as stipulated by federal law (38 U.S.C. 8127) in their proposal to ensure a certain percentage of the subcontracting work is conducted by Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs). The certification requires the offeror to confirm that for service contracts, no more than 50%, for general construction, 85%, and for special trade contractors, 75% of the government payments can be subcontracted to non-listed firms. The clause outlines potential penalties for false certifications, including legal repercussions and penalties under the Small Business Act. It also mandates that the offeror maintain records and provide documents to the VA upon request to verify compliance. Lastly, the offeror must complete a formal certification as part of their bid submission, which is a prerequisite for contract consideration. This document is pivotal in ensuring the VA awards contracts in a manner that supports veteran-owned businesses while enforcing accountability in subcontracting practices.
    Similar Opportunities
    Y1DA--NRM-CONST 630A4-20-412 Repair Parking Lots and Roads SA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified construction firms to undertake the repair of parking lots and roads at the St. Albans VA Medical Center located in Queens, New York. The project involves comprehensive work including asphalt removal and replacement, resurfacing, striping, grading, curb and gutter repair, drainage improvements, and site restoration, all adhering to VA and manufacturer specifications. This initiative is crucial for maintaining safe and accessible facilities for veterans and staff, with an estimated construction cost ranging from $5,000,000 to $10,000,000. Interested contractors must be Service-Disabled Veteran-Owned Small Business Certified (SDVOSBC), registered with SAM.gov, and comply with all relevant VA regulations and safety standards. A site visit is strongly encouraged, and the solicitation is anticipated to be issued around December 19, 2025. For further inquiries, contact Torell Camp at Torell.Camp@va.gov or call 718-584-9000.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the construction of a 93,200-square-foot gravel parking lot with 320 spaces at the Dayton VA Medical Center, as part of a project aimed at expanding staff parking. The contractor will be responsible for all labor, materials, and equipment necessary for site preparation, grading, gravel installation, and the placement of parking blocks, adhering to federal, state, local, VA, and OSHA standards. This project is a 100% Set-Aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 236220, with an estimated contract value between $250,000 and $500,000. Proposals are due by January 22, 2026, at 10:00 AM local time, and interested bidders are encouraged to attend a site visit on December 18, 2025. For further inquiries, contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov.
    Y1LZ--Project 620-23-102 Repave Parking Lot G at the Montrose VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for Project 620-23-102, which involves repaving Parking Lot G at the Montrose VA Medical Center in New York. This project is designated as a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside, requiring contractors to provide all necessary materials, equipment, and personnel to complete the work, which includes general construction, demolition, grading, drainage, and the installation of pole-mounted lighting. The project has a construction magnitude estimated between $500,000 and $1,000,000, with a completion timeline of 180 calendar days from the Notice to Proceed. Interested bidders must be registered in SAM.gov and verified as an SDVOSB, with the solicitation expected to be released around December 9, 2025. For further inquiries, contact Contracting Officer Daniel Barone at Daniel.barone@va.gov or by phone at 914-737-4400 ext. 2046.
    Y1LB--656-24-205, Road Repair 2024 36C263-26-AP-1047
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking bids for the Roads Repair 2024 project at the St. Cloud VA Medical Center in Minnesota, specifically under Project Number 656-24-205. This procurement is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, requiring bidders to be registered and certified in the Veteran Small Business Certification (VetCert) database. The project entails the reconstruction of parking lot P111 (56,567 SQ. FT) and adjacent roadways (8050 SQ. FT), including the removal and replacement of asphalt and re-compaction of the base gravel course, with an estimated construction value between $1,000,000 and $2,000,000. The Invitation for Bid (IFB) is expected to be issued around March 9, 2025, with an award anticipated within 90 days of the bid opening. Interested bidders should contact Contracting Specialist Arielle Lifto at arielle.lifto@va.gov or 651-293-3031 for further information.
    Y1PZ--603-26-103 - Repair Storm and Snow Damage
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to undertake the "Repair Storm and Snow Damage" project at the Robley Rex VA Medical Center in Louisville, KY. The project involves various repair tasks, including culvert repair, parking lot curb replacement, fence repair, tree and limb removal, and drainage improvements, with an estimated contract value between $25,000 and $100,000. This opportunity is set aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) and emphasizes compliance with safety, regulatory, and environmental standards. Interested contractors must submit their bids by January 6, 2026, following a site visit on December 12, 2025, and are encouraged to direct inquiries to Contract Specialist Robert Glenn at Robert.Glenn2@va.gov.
    Z2DA--Bldg. 114 Roof Repair Hampton VA Health Care System Hampton, VA
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the Building 114 Roof Repair project at the Hampton VA Health Care System in Hampton, Virginia. This procurement is specifically aimed at Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and involves construction services to repair the roof, with an estimated project magnitude between $100,000 and $250,000. The solicitation for this project is scheduled to be released on or around December 12, 2025, with bids due by January 12, 2026, and all interested parties must be registered in the System for Award Management (SAM) database. For further inquiries, potential bidders can contact Contracting Officer Gina Moriarty at gina.moriarty@va.gov or by phone at 757-722-9961.
    Z1DA--Renovate Pharmacy for USP800 Compliance Project 540-18-102
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking bids for the "Renovate Pharmacy for USP800 Compliance Project 540-18-102" at the Louis A. Johnson VA Medical Center in Clarksburg, West Virginia. This project involves comprehensive construction services to ensure the pharmacy meets USP 800 compliance standards, requiring the contractor to provide all necessary labor, materials, equipment, permits, and supervision over a performance period of 496 calendar days. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties must submit questions in writing to Contracting Officer Rebecca Besten at rebecca.besten@va.gov, and the response deadline for bids is January 7, 2026, at 3 PM Eastern Time, with the solicitation anticipated to be issued on or about January 20, 2026.
    504-25-120 Replace Steam Trench Cap Amarillo VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals from Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for the "Replace Steam Trench Cap" project at the Amarillo VA Health Care Facility. The project entails the removal and replacement of an old trench cap, requiring contractors to provide all necessary labor, materials, equipment, and supervision while adhering to strict safety and environmental regulations. This procurement is crucial for maintaining the operational integrity of the medical center, ensuring minimal disruption during construction activities. Proposals are due by December 16, 2025, at 1:00 PM CST, following a mandatory site visit on November 20, 2025, with an estimated contract value between $250,000 and $500,000. For further inquiries, interested parties may contact Miguel Gonzalez at miguel.gonzalez4@va.gov or by phone at 915-282-1732.
    Y1LZ--Expand B330 Staff Parking Lot 552-26-502
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking qualified contractors for the expansion of the B330 Staff Parking Lot at the Dayton VA Medical Center, under project number 552-26-502. The project entails constructing an approximately 93,200 square foot gravel parking lot that will accommodate around 320 parking spaces, thereby enhancing the existing staff parking area. This procurement is a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), with an estimated construction cost ranging from $250,000 to $500,000, and a projected period of performance of 90 calendar days. The solicitation is expected to be posted on SAM.gov around November 14, 2025, with proposals due approximately 30 days thereafter; interested parties should contact Contract Specialist Matthew Curtis at Matthew.Curtis1@va.gov for further inquiries.
    Z2LZ--549-919 Herzog Shuttle Parking Lot Minor Construction Dallas VAMC
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors for the "549-919 Herzog Shuttle Parking Lot Minor Construction" project at the Dallas Veterans Affairs Medical Center (VAMC). This procurement involves minor construction services related to the repair or alteration of parking facilities, with a focus on enhancing the infrastructure for veteran services. The estimated contract value is approximately $2,399,010.00, with bids received ranging from $2,180,123.00 to $5,053,406.00, and the project is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBC). Interested parties can contact Contract Specialist Joseph Rossano at Joseph.Rossano@va.gov or Amanda Webster at Amanda.Webster@va.gov for further details.