Z1DA--DB Construction | Project No. 570-26-611 Install Tieback Roof Anchors, Building 1 - Fresno
ID: 36C26126R0003Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Commercial and Institutional Building Construction (236220)

PSC

MAINTENANCE OF HOSPITALS AND INFIRMARIES (Z1DA)
Timeline
    Description

    The Department of Veterans Affairs is soliciting proposals for a Design-Build project to install tieback roof anchors on Building 1 at the Fresno VA Medical Center, under Project No. 570-26-611. The objective is to enhance safety and functionality by installing permanent window-washing davit anchor systems, requiring comprehensive design and construction services that adhere to various safety and regulatory standards. This project is critical for ensuring the safety of maintenance operations in an active hospital environment, with an estimated contract value between $250,000 and $500,000. Interested contractors must submit their Phase I proposals by December 16, 2025, at 2:00 PM PST, and can direct inquiries to Contract Specialist Daniel Jhun at Daniel.Jhun@va.gov.

    Point(s) of Contact
    Daniel JhunContract Specialist
    Daniel.Jhun@va.gov
    Files
    Title
    Posted
    This document outlines the general requirements for Project No.: 570-26-611, “Install Tieback Roof Anchors Building 1,” at the VA Central California Healthcare System. The project involves preparing the site, demolishing existing structures, and installing fall protection for multiple buildings. Key aspects include strict safety protocols, site visits by appointment, and adherence to VA security management programs for all personnel. The contractor is responsible for a security plan, document control, and motor vehicle restrictions. Detailed requirements cover operations and storage areas, protection of existing vegetation and structures, restoration procedures, and the provision of as-built drawings. The document also specifies a comprehensive warranty management plan, including response times for various priority codes, and guidelines for temporary utility use, testing, and instruction manuals for new equipment. The contractor must also provide and maintain construction and safety signs.
    This document is an amendment (0001) to solicitation 36C26126R0003, issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), Network Contracting Office (NCO) 21. The purpose of this amendment is to correct an erroneously published proposal due date on SAM.gov. The new, affirmed due date for Phase I proposals is extended to December 3, 2025, at 2 PM PST. All other terms and conditions of the original solicitation remain unchanged and in full force and effect. This modification ensures that all offerors are aware of the correct deadline for submitting their proposals.
    Amendment 0002 to Solicitation No. 36C26126R0003 extends the Phase I Proposal due date for the Z1DA--DB Construction project, specifically for installing tieback roof anchors at Building 1 in Fresno. Issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21) Network Contracting Office (NCO) 21, the amendment shifts the deadline from December 3, 2025, to December 11, 2025, at 2:00 PM PST. This extension provides the Government with additional time to respond to Requests for Information (RFIs). All other terms and conditions of the original solicitation remain unchanged and in full effect. This modification ensures that potential offerors have adequate time to submit their proposals, facilitating a fair and comprehensive bidding process.
    Amendment 0003 to solicitation 36C26126R0003, issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21), Network Contracting Office (NCO) 21, specifically corrects the proposal due date. The original due date in Amendment 0002, December 11, 2026, has been changed to December 11, 2025, by 2:00 PM PST. This amendment clarifies that Phase I Proposals are now due on Thursday, December 11, 2025, at 2:00 PM PST. All other terms and conditions of the solicitation remain unchanged. The amendment was signed by Daniel Jhun, Contracting Officer, on December 3, 2025.
    Amendment 0004 to solicitation 36C26126R0003, issued by the Department of Veterans Affairs, VA Sierra Pacific Network (VISN 21) Network Contracting Office (NCO) 21, extends the Phase I proposal due date for an unspecified project. The new deadline for offer receipt is December 16, 2025, by 2:00 PM PST. This amendment also includes responses to Requests for Information (RFIs) and attaches several documents for reference: "As-Build Drawings - Tiebacks Merged," "Revised DB SOW Fresno VA_B1 Tieback_R1," "VA Fresno ACM Survey Asbestos Study," and "RFI Responses FRE Anchor Tie Downs 20251205." All other terms and conditions of the original solicitation remain unchanged.
    This presolicitation notice, 36C26126R0003, announces a Design-Build project for installing tieback roof anchors on Building 1 at the VA Central California Health Care System in Fresno. This project, set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), involves complete design services for permanent window-washing davit anchor systems, including evaluations, engineering calculations, and construction documents compliant with OSHA, OHS, and VA Master Specifications. The contractor must provide all design, equipment, materials, and labor, adhering to VA design guides, criteria, and applicable codes. The project's magnitude is estimated between $250,000 and $500,000. Potential offerors must be registered in SAM and verified as an SDVOSB in VetCert or DSBS. The total contract time is 240 calendar days, with 120 days for design and 120 for construction.
    This government solicitation, 36C26126R0003, issued by the Department of Veterans Affairs, outlines a two-phase design-build selection procedure for installing tieback roof anchors in Building 1 at the Fresno VA Medical Center. This firm-fixed-price construction project, valued between $250,000 and $500,000, is a total service-disabled veteran-owned small business (SDVOSB) set-aside. Proposals will be evaluated based on technical approach, experience, past performance, key personnel, project schedule, and price. Offerors must be verified as SDVOSBs in the SBA DSBS database and adhere to specific submission requirements for each phase. A pre-proposal conference and site visit are scheduled for November 19, 2025, with questions due by November 26, 2025. The project has a performance period of 240 calendar days after the Notice to Proceed. This document details the federal acquisition regulations and VA-specific clauses governing the procurement, emphasizing compliance with various certifications and standards.
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice (No. 36C26126R0003) for design-build services to install tieback roof anchors on Building 1 at the VA Central California Health Care System in Fresno, CA. This notice is for market research to identify qualified businesses, particularly those with small business certifications, under NAICS Code 236220 (Commercial building construction) with a size standard of $45.0M. The project, estimated between $250,000 and $500,000, requires comprehensive design services for permanent window-washing davit anchor systems, including engineering calculations and construction documents compliant with OSHA, OHS, and VA Master Specifications. The design and construction phases are each projected for 120 days. Interested parties must submit statements of capability, socio-economic status, CAGE/SAM UEI numbers, and responses to specific questions by October 15, 2025.
    The document, titled
    The government RFP 36C26126R0003 outlines the evaluation criteria for Factor 2 - Experience, focusing on design-build contracts. Offerors must submit information on relevant and recent experience using the mandatory Phase-One Factor 2 Spreadsheet (Attachment A). A maximum of six projects can be submitted: two for the lead Architect-Engineering firm, two for the lead Construction Contractor, and two demonstrating collaboration between the prime contractor and partner firm. Projects must be within the last five calendar years and comparable in size, complexity, and scope to the RFP. Key personnel will be evaluated based on experience in roof replacement projects ($500,000+ each, completed within the last ten years), with a minimum of two years in their position and five years in their field. The document defines adjectival ratings (Outstanding to Unacceptable) and key terms such as Strength, Weakness, Deficiency, Relevancy, Size ($500,000 or more), Complexity, Scope, Recency, and Project. The attachment requires specific project details, including dollar amount, construction type, completion status, and prime contractor performance.
    The VA Central California Healthcare System in Fresno requires Design-Build Services to install tieback roof anchors on Building 1 (Project No: 570-26-611). This document outlines the Past Performance Questionnaire instructions for offerors responding to RFP 36C26126R0003. It details how offerors' past and present performance will be evaluated based on submitted questionnaires. Respondents must complete all sections, providing contractor and project details, and rate performance elements using a defined scale (Exceptional, Good, Satisfactory, Marginal, Unsatisfactory, Neutral/Not Applicable or Unknown). Comments are encouraged. Completed questionnaires are due by December 3, 2025, at 2:00 pm PDT, and should be emailed to Daniel Jhun, Contracting Officer at daniel.jhun@va.gov. The questionnaire covers various performance areas including Quality, Schedule/Timeliness, Customer Satisfaction, Management/Personnel/Labor, Cost/Financial Management, Safety/Security, and General aspects, concluding with an overall rating and a question about willingness to rehire the firm.
    Attachment C of RFP 36C26126R0003 outlines the requirements for Factor 4, "Key Personnel Experience/Qualifications," for Design-Build Service to Install Tieback Roof Anchors Building 1. Offerors must provide detailed information for key personnel, including the Design-Build Prime Project Manager, Construction Superintendent, Civil Engineer, and Mechanical Engineer. This includes their name, proposed project assignment, employment history, educational background from U.S. accredited universities, professional registrations, and relevant training courses (e.g., COE construction quality management, safety). Additionally, offerors must demonstrate familiarity with safety compliance and sustainability. The attachment requires a list of up to five projects completed by each key personnel within the last five years, detailing the contract number, title, amount, start/completion dates, their role (PM, Sup, QC, Safety), and a description of the building construction work. The proposal must clearly delineate years of experience for Project Managers and Project Superintendents, avoiding combined experience descriptions.
    The Department of Veterans Affairs is soliciting proposals for Design-Build Services to Install Tieback Roof Anchors on Building 1 at the Fresno VA Health Care Center, CA. This project, with Solicitation No. 36C26126R0003 and Project No. 570-26-611, is a firm-fixed-price construction requirement. The selected contractor will be responsible for providing all equipment, labor, materials, tools, and supplies, along with complete construction specifications, design drawings, and engineering calculations. This 100% SDVOSB Set-Aside project has an estimated construction magnitude between $250,000 and $500,000. Performance and payment bonds are required. The award will be made on a Best Value trade-off basis, with an expected contract award around January 20, 2025, and a 240-calendar-day period of performance. Phase I proposals are due by December 3, 2025, NLT 2:00 P.M. PST. Questions must be submitted in writing by November 26, 2025, 2:00 P.M. PST.
    The document is a Request for Information (RFI) form for RFP #36C26126R0003, pertaining to Project No. 570-26-611, a Design-Build initiative to install Tieback Roof Anchors on Building 1 at the Fresno VA Medical Center in California. This RFI form is designed for contractors to submit questions or request clarifications regarding the project. It includes fields for contractor details, specific RFI numbering, the project name, date, acquisition number, and references to relevant drawings and specification sections. The form also provides space for a detailed description of the problem or information being requested by the contractor and a section for the VA Project Manager's response, including a VA tracking number, amendment number, and date. The RFI should be sent to daniel.jhun@va.gov and rosario.chaidez1@va.gov.
    This government Statement of Work outlines a project for the Department of Veterans Affairs, specifically the Fresno VA Medical Center, to "Install Tieback Roof Anchors Building 1." The primary purpose is to enhance safety and functionality on Building 1 by installing permanent window-washing davit anchor systems. The Design Build (DB) contractor is responsible for comprehensive design and construction services, including all architectural, engineering, equipment, materials, and supervision. The project requires adherence to various codes and standards, including IBC, NFPA, OSHA, and VA-specific guidelines, with a strong emphasis on safety and coordination due to obstructions on the roof and the active hospital environment. The contractor must provide detailed design documents, calculations, and construction specifications, managing environmental documentation and adhering to a strict schedule for design and construction phases, totaling 285 days. The project also details rigorous quality assurance, risk control, security, and records management requirements, ensuring patient and staff safety while maintaining federal compliance.
    The Department of Veterans Affairs, Division of San Francisco Health Care Center, is seeking a Design Build (DB) contractor for Project Number: 570-26-611, "Install Tieback Roof Anchors Building 1," at the Fresno VA Medical Center. The primary purpose is to install tieback roof anchors on Building 1, a seven-story main building with cast-in-place concrete slab roofs. The contractor is responsible for all design and construction services, including Architect Engineer (A.E) services, materials, and labor. The design must comply with VA Design Guides, Master Specifications, and all applicable codes (IBC, NFPA, OSHA, VA Plumbing Design Manual, and VA Health Directive 1061 for Legionella Disease prevention). The project requires permanent window-washing davit anchor systems, including evaluation of existing roof structures, engineering calculations, and construction documents. The contractor must also develop NEPA documentation, a QA/QC plan, and participate in critical path method phasing meetings. The total contract time is 240 days (120 for design, 120 for construction). Deliverables include design submissions at 35%, 65%, 95%, and 100%, final documents, and record drawings. Strict adherence to VA criteria, construction support services, risk control measures, and security protocols are mandated. All construction work is to be done during normal hours, with noisy work and outages scheduled after hours, with 14-day advance notice.
    The Department of Veterans Affairs seeks a Design Build (DB) contractor for Project Number: 570-26-611, “Install Tieback Roof Anchors Building 1” at the Fresno VA Medical Center. The project's purpose is to install tieback roof anchors on Building 1, a 7-story structure with a concrete slab roof. The DB contractor will provide all design (Architect Engineer services, equipment, materials, and supervision) and construction services, ensuring compliance with VA Design Guides, Master Specifications, and all applicable codes (IBC, NFPA, OSHA). The contractor must design a permanent window-washing davit anchor system that supports a 5,000 lbs factored ultimate load in any direction. This includes evaluating existing roof structures, performing engineering calculations, and preparing construction documents with corrosion protection. The project scope requires the DB contractor to manage NEPA documentation and provide complete professional engineer-stamped design packages for all trades. Quality assurance mandates a rigorous review process, including a third-party review at 65% design completion. The total contract time is 240 days, split equally between the design and construction phases. Strict security and record management protocols are in place, prohibiting access to sensitive VA information and mandating government ownership of all project data.
    The General Decision Number CA20250018 outlines prevailing wage rates for various construction projects (Building, Heavy, Highway, Dredging) across 17 counties in California, effective September 26, 2025. It details minimum wage requirements under Executive Orders 14026 ($17.75/hour) and 13658 ($13.30/hour) for federal contracts, depending on the award date. The document provides extensive wage and fringe benefit rates for numerous trades, including Asbestos Workers, Boilermakers, Bricklayers, Carpenters, Electricians, Elevator Mechanics, Operating Engineers, and Ironworkers. Many classifications are further broken down by specific tasks and geographical areas within the listed counties, often with varying rates. Specialized pay conditions are also noted for divers, specific electrical work, and operating engineers in certain demanding environments.
    This document outlines the Department of Veterans Affairs' (VA) responses to Requests for Information (RFIs) for Solicitation #36C26126R0003, concerning the installation of tie-back roof anchors on Building 1, Fresno VA. The project, designated 570-26-611 and issued on December 5, 2025, is a design-build initiative. Key details clarified include the requirement for tie-back anchors on Building 1's 6th and 7th floor roofs and the OPC roof wherever exterior windows are present for window washing or façade maintenance. The design-build contractor is responsible for the design, coordination, and installation, with anchors to be installed continuously at the roof perimeter at nominal 8'-0" to 10'-0" centers, adhering to OSHA and ANSI/I-14.1 safety standards. The design schedule has been extended from 120 to 165 days, with an additional 120 days for construction after the Notice to Proceed (NTP). As-built drawings, structural details, and a hazardous materials survey report are available via amendment. The contractor is also responsible for a third-party review at the 65% design stage.
    Millennium Consulting Associates conducted a campus-wide asbestos survey for the Fresno VA Medical Center from September 17 to October 19, 2012, to identify Asbestos Containing Materials (ACM) in various buildings and underground pipe chases. The survey, performed in accordance with RFP VA261-12-R-1059, involved collecting 2,722 bulk samples for analysis using polarized light microscopy. The findings, detailed in the report, aim to help the Fresno VA efficiently plan for future repairs, renovations, and demolition projects. The report includes an executive summary, introduction, site history, building summaries, asbestos survey results for 19 buildings, conclusions, and recommendations. Several buildings, including Building 1 (Main Hospital), Building 2 (Boiler Plant), Building 3 (Engineering Building), Building 4 (Pump Chlorinator & Emergency Generator), Building 5 (Pump House), Building 16 (Storage Building), Building 24 (VA Medical Education Center & Library), Building 31 (Community Living Center), Building 32 (Warehouse), and OPC (Outpatient Clinic), were found to contain ACMs. Other buildings had no suspect materials or no ACM detected. The survey adhered to EPA 40 CFR, part 763 guidelines, and samples were analyzed by an accredited third-party laboratory.
    Similar Opportunities
    Z1JZ--612A4-22-001 | Replace Elevators Throughout VANCHCS (B19, B21 and B201)
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking proposals for a federal contract to replace elevators throughout the Veterans Affairs Northern California Health Care System (VANCHCS) at the Martinez and Mare Island campuses. The project involves providing five new, fully functional elevator systems, with a focus on modernizing existing infrastructure to ensure safety and reliability. This initiative is critical for maintaining operational continuity within healthcare facilities, emphasizing the importance of minimizing disruption to medical services during the installation process. The solicitation is set to be issued around November 22, 2025, with a performance period of approximately 360 days and an estimated construction magnitude between $2,000,000 and $5,000,000. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), must submit proposals electronically by January 2, 2026, and direct any inquiries to Contracting Officer Jose Hernandez at jose.hernandez1@va.gov.
    Z1DA--595-26-204 Replace Chillers Buildings 1, 2, and 104 DB (VA-26-00013164)
    Buyer not available
    The Department of Veterans Affairs, specifically the Lebanon Veterans Administration Medical Center, is seeking proposals for a design-build contract to replace chillers in Buildings 1, 2, and 104, under Project Number 595-26-204. The selected contractor will be responsible for providing all necessary labor, materials, tools, and design-build services to complete the project in compliance with VA guidelines and applicable codes, ensuring minimal disruption during construction. This project is critical for maintaining the facility's HVAC systems, which are essential for patient and staff safety, and is set aside exclusively for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with a contract value estimated between $1 million and $5 million. Interested parties must submit their Phase I proposals by December 17, 2025, and can direct inquiries to Contract Specialist Kaitlyn V Szlachta at kaitlyn.szlachta@va.gov.
    Z2DA--FY26: NRM (PROJ: 673-21-116) BB - Restoration of Building 1 Envelope
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the restoration of the Building 1 envelope at the James A. Haley VA Hospital in Tampa, Florida, under Project Number 673-21-116. This federal contract, valued between $5 million and $10 million, is specifically set aside for VetCert Certified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and encompasses general construction, alterations, abatement, and new building components, to be completed within 550 calendar days after the Notice to Proceed. Key deadlines include a proposal submission date of February 16, 2026, at 2:00 PM EST, with a site visit scheduled for November 12, 2025, and a requirement for bidders to acknowledge receipt of all amendments and addenda. Interested parties should contact Contract Specialist David M. Hernandez at David.Hernandez1@va.gov for further information.
    463-21-101 CON Repair Bldg 100 Moisture Envelope
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 20, is seeking qualified contractors for a construction project aimed at repairing the moisture barrier of Building 100 at the Anchorage VA Medical Center in Alaska. The project, designated as 463-21-101, involves addressing moisture intrusion and repairing surface damage, with the contractor responsible for all materials, labor, and adherence to strict safety and infection control protocols. This initiative is crucial for maintaining the integrity of the facility and ensuring the continued delivery of healthcare services. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should submit their responses, including a capabilities statement and past performance details, by December 12, 2025, with an estimated project value between $5 million and $10 million. For further inquiries, contact Susan Howe at Susan.Howe2@va.gov or call 360-816-2754.
    Z2DA--657-26-500JC - Emergency Elevator Sheave & Compensation Repairs, Building 1, JC (VA-26-00019432)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for emergency elevator sheave and compensation repairs at Building 1 of the John Cochran VA Medical Center in St. Louis, MO. The project entails the removal and installation of new counterweight sheaves and cable guards in six elevators, along with the replacement of compensation chain assemblies in four elevators, all while ensuring minimal disruption to the medical center's operations. This 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside contract, valued between $500,000 and $1,000,000, requires completion within 365 calendar days post-notice to proceed, with proposals due by December 30, 2025. Interested contractors should contact Contract Specialist Matthew Finley at Matthew.Finley@va.gov for further details.
    Z2DA--Repair and Replace Doors 539-22-202
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair and Replace Doors" project at the Cincinnati VA Medical Center and the Ft. Thomas Domiciliary in Kentucky. This procurement involves comprehensive demolition and installation of new doors, frames, and associated hardware across multiple buildings, with a focus on safety and compliance due to the presence of hazardous materials like asbestos and lead paint. The project is critical for maintaining operational integrity and security within the medical facilities, with an estimated value between $500,000 and $1,000,000 and a performance period of 730 calendar days. Bids are due by December 11, 2025, at 1:00 PM EST, and interested parties should contact Contract Specialist Ronald T. Heidemann at Ronald.Heidemann@va.gov for further information.
    Z1DA-- Renovate OR for Hybrid Installation
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the renovation of operating room (OR) facilities at the VA Northern California Healthcare System in Mather, California. This project involves a comprehensive renovation and expansion of approximately 12,500 square feet, including the upgrade of four existing ORs and the addition of a fifth Hybrid OR, with construction to be phased and temporary OR trailers utilized during the process. The project is a 100% Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, with an estimated value between $10 million and $20 million, and proposals are due by January 15, 2026. Interested contractors must attend a mandatory site visit on December 11, 2025, and can direct inquiries to Contract Specialist Charee Harris at charee.harris@va.gov or by phone at 775-788-5511.
    Z1AA--36C25726R0013, 674-22-107 - Replace Cart Elevators - Surgery
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors for the "Replace Cart Elevators - Surgery" project at the Central Texas Veterans Health Care System in Temple, TX. The project involves replacing existing hydraulic cart elevators with new traction elevators in Building 163, specifically within the surgical suite, and includes significant electrical and mechanical system reconfigurations. This procurement is particularly important for maintaining operational efficiency and safety within the hospital environment, emphasizing strict adherence to safety protocols during construction. The estimated contract value ranges from $1,000,000 to $2,000,000, with a performance period of 270 calendar days post-award. Interested parties must submit proposals via email by January 5, 2026, and are encouraged to contact Contract Specialist Horacio Fernandez at Horacio.Fernandez@va.gov for further details.
    Repair FTD Building Envelope 539-25-509
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the "Repair FTD Building Envelope" project at the Cincinnati VA Medical Center, specifically targeting infrastructure upgrades at the Fort Thomas Domiciliary. The project entails comprehensive renovations, including the repair of approximately 700 linear feet of parapet roof, waterproofing, structural reinforcement, installation of a lightning protection system, and restoration of the front patio accent wall, covering around 870 square feet. This construction effort is crucial for maintaining the safety and operational integrity of the facility, ensuring minimal disruption during the phased approach to the work. Interested contractors, certified as Service-Disabled Veteran-Owned Small Businesses (SDVOSB), must submit their quotes by January 7, 2026, at 1630 EST, and can direct inquiries to Samuel Galbreath at samuel.galbreath@va.gov. The contract is a Firm-Fixed-Price agreement under NAICS code 236220, with a performance period of 122 calendar days from the Notice to Proceed.
    Y1DA--589-703 Construct Addition and Renovate Community Living Center, Building 60 (VA-24-00028736)
    Buyer not available
    The Department of Veterans Affairs is seeking contractors for the construction of an addition and renovation of the Community Living Center, Building 60, under project VA-24-00028736. This procurement aims to enhance facilities for veterans, aligning with the VA's mission to improve care and living conditions. The estimated project cost is approximately $24.4 million, with bids received ranging from $18 million to nearly $20 million, emphasizing a competitive bidding process. Interested parties should contact Contract Specialist Joshua Slapnicker at joshua.slapnicker@va.gov, and note that responses to the solicitation must be submitted by the specified deadline, with all bids archived 90 days afterward.