Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2012 FBO #3704
MODIFICATION

C -- Architectural and Engineering services for Indefinite Delivery/Indefinite Quantity Contract for various projects at Acadia National Park and St. Croix Island International Historic Site. Amendment 0002

Notice Date
1/13/2012
 
Notice Type
Modification/Amendment
 
Contracting Office
NER - New England MABO Charlestown Navy Yard, Bldg I-1 Boston MA 02129
 
ZIP Code
02129
 
Solicitation Number
P12PS50583
 
Response Due
1/19/2012
 
Archive Date
1/12/2013
 
Point of Contact
Diane E. McKenzie Contract Specialist 6172425787 Diane_McKenzie@nps.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Pre-Solicitation Notice P12PS50583Architectural and Engineering services for Indefinite Delivery/Indefinite Quantity Contract for various projects at Acadia National Park and St. Croix Island International Historic Site. Amendment 0002 Clarification: Submission Requirements Please see https://orca.bpn.gov for information relative to Certifications and Representations. 1.Firms that do not have the NAICS code 541320 listed in their electronic ORCA record or CCR registration shall review the following note that is located on the ORCA web site for guidance and shall submit their certification with their proposals. The certification will not count towards any of the page limits in the submission requirements: "*If you are responding to a Government solicitation for supplies or services under a NAICS code not listed in paragraph (b) of this certification, you must provide this certification directly to the Contracting Officer." Questions and Answers 1.Question: Please clarify the response to question number 1 posted in Amendment 0001 on January 9, 2012, with regard to the following factual circumstances: An Architectural/Engineering Services Firm meets the small business size threshold under both the A/E NAICS Codes and therefore would meet the higher small business size threshold under the Landscape Architecture NAICS Code. Said firm does not have in-house Landscape Architecture capability but does have in-house capabilities to perform the remainder of the services set-forth in the solicitation notice. The A/E firm is interested in submitting an offer as the prime contractor which includes a Landscape architect as a subcontractor. Would this be an acceptable offer or must offers be submitted by small business firms with in-house landscape architecture capability? Answer: All submissions of the proposed team will be evaluated in accordance with the Brook Act, Federal Acquisitions Regulations part 36.6, Selection Criteria and the Required Disciplines and services listed in the announcement. Additionally, see the clarification No. 1 above for guidance. 2.Question: Could you please clarify the difference between the answer to Amendment 0001 Question 11 which indicates that the Prime's personnel must perform at least 50% of the cost of contract for personnel, versus paragraph 2 in the Contract Structure section of the original solicitation which indicates that sub consultants to the Prime may perform the majority of work for specialized services? Answer: The Limitation in Subcontracting FAR clause 52.219-14 is applicable over the life of the contract. The "pass throughs" may be approved on a task order by task order basis. 3.Question: Do we need to have reciprocity (Maine certification) before we submit a proposal or can we gain reciprocity after we are awarded the project? Answer: All submissions must be complete by the due date stated in the announcement in order for evaluations to be conducted. Evaluation will be made based on your submission as of the due date, January 19, 2012 by 2:00 p.m. local prevailing time. 4.Question: Do all National Park projects require reciprocity in the state the work is being performed? Answer: No. Each Solicitation is structured individually depending on the requirements. 5.Question: If so, will we need to gain reciprocity in each state before we submit a proposal? Answer: Please see the Synopsis. "These sites are located in Maine near the towns of Bar Harbor, Winter Harbor, and Calais." 6.Question: Under submission requirements you say that "firms with branch offices and consultants must submit Part II of Standard Form 330 that include project samples" By saying this, do you mean that only the Prime Firm's project samples should be included in SF330 Part I? And that any project samples from consultants should be included in the SF330 Part II section? Answer: Provided that each firm is following the Submission Requirements, and Instructions applicable to the Standard Form SF 330, the organization of where to place project samples is up to the firm. 7.Question: Also under "Submission Requirements" you ask for the firms to "separately address the evaluation factors and relate where information can be found in the submittal package relevant to each factor." Is this subject to the 50 page limitation? Answer: Yes. 8.Question: Can 10-point font be used to complete non-narrative portions of the SF330 form, such as filling in the Firm Names and Addresses in Part 1 Section C or for the Resumes in Section E? Answer: No. Please follow the Submission Requirements. 9.Question: Regarding the following statement in the Submission Requirements, "Firms with branch offices and consultants must submit Part II of Standard Form 330 that shall include project samples," is there clarification available for this request? Does this request allow us to include additional pages in each firm's Part II featuring these project samples? Answer: Part II shall be limited to branch offices that have a key role on the team and sub consultants or other team firms exclusive of the prime firm. Pursuant to the submission requirements there is no page limit with regard to Part II.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/NPS/APC-IS/P12PS50583/listing.html)
 
Place of Performance
Address: Acadia National ParkBar Harbor, Maine
Zip Code: 04609
 
Record
SN02654509-W 20120115/120113234343-5c0ca27d9baff19fcf55cbcd34edff64 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.