Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SOLICITATION NOTICE

C -- National Guard Bureau, Region 2, Architect and Engineering Indefinite Delivery Indefinite Quantity Contract for Horizontal Projects.

Notice Date
9/20/2021 3:06:56 PM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
 
ZIP Code
22204-1382
 
Solicitation Number
W9133L-21-R-6011
 
Response Due
9/24/2021 12:00:00 PM
 
Archive Date
10/09/2021
 
Point of Contact
Donna M. Phillips, Phone: (601) 405-8341, Thomas Guyer, Contracting Officer, USPFO-ID-PC, Phone: 2082724600
 
E-Mail Address
donna.m.phillips32.mil@mail.mil, thomas.r.guyer.civ@army.mil
(donna.m.phillips32.mil@mail.mil, thomas.r.guyer.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Update 20 September 2021:� See attached�Amendment W9133L_R_21_6011_02_Horizontal Region 2 Synopsis Amendment No�02, showing all changes in track changes and highlighted text required to extend the date of Synopsis delivery. 4 September 2021:� �See attached Amendment W9133L_R_21_6011_01_Horizontal Region 2 Synopsis Amendment No�01, showing all changes in track changes and highlighted text required to extend the date of Synopsis delivery. INDEFINITE DELIVERY TYPE ARCHITECT ENGINEER (A-E) CONTRACT FOR THE NATIONAL GUARD BUREAU IN SUPPORT OF THE AIR AND ARMY NATIONAL GUARD HORIZONTAL CONSTRUCTION PROGRAMS THROUGHOUT THE REGION 02 CONTRACT INFORMATION: The National Guard Bureau is soliciting for Non-Personal Architect-Engineer (A-E) Services in accordance with Public Law 92-582 (Selection of A-E Statute) and Federal Acquisition Regulation (FAR) Part 36. As a result of this announcement, the National Guard Bureau intends to award a target of �Two (2) Indefinite Delivery Indefinite Quantity (IDIQ) contracts to Small Businesses, in accordance with DFARS 219.502-1(2) and �provide Horizontal A-E services in support of Air National Guard (ANG) and Army National Guard (ARNG) mission requirements located throughout Region 02, which includes Alabama (AL), Arkansas (AR), Florida (FL), Georgia (GA), Indiana (IN), Kansas (KS), Kentucky (KY), Louisiana (LA), Mississippi (MS), Missouri (MO), North Carolina (NC), Oklahoma (OK), South Carolina (SC), Tennessee (TN), and Texas (TX). The total capacity of the two (2) contracts is $20M.� This capacity will be shared among all firms. The Government may award more than two (2) contracts depending on the source selection decision regarding how many firms are considered the most highly qualified per the 2014 Selection of A&E Contracts Act selection procedures.� Each IDIQ will be for a five (5) year ordering period from the date of award of all contracts.� Guidelines for competition of task orders:�� All A-E task order requirements will be competed among all IDIQ contract holders. All firms responding to the announcement will be required to identify and state the words, ""Small Business"", after the solicitation number in PART I, A, Block 3 of Standard Form 330.� No one firm will receive more than one award as a result of this solicitation. The North American Industry Classification System (NAICS) code for this action is 541330. �The Small Business size standard is $16.5M in average annual receipts of a business�s latest five (5) fiscal years. The A-E firm must be capable of responding to and working on multiple task orders concurrently. These are not requirements contracts.� The contract will consist of two (2) ordering periods; one (1) ordering period will be for five (5) years and one (1) ordering period for six (6) months with a total contract ceiling of $20M for the entire program. Total contract period shall not exceed five (5) calendar years and six (6) months.� The minimum total fee guaranteed to each contract awardee is $2,500.00. Order limitations are as follows:� The Contractor is not obligated to honor (1) any order for a single item in excess of $7M or (2) any order for a combination of items in excess of $10M. Work will be issued by negotiated firm-fixed price task orders. Task orders will be primarily for�projects with a construction value typically between�$180K�and $16M, however, as required, larger and/or smaller projects may be executed.� Work will be issued by negotiated firm-fixed price task orders. Projects to be designed are not yet determined and funds (except those reserved for the minimum fee guarantee) are not presently available. The selection of A-E firms is based on professional qualifications necessary for the performance of the required services (rather than competitive bidding procedures). All A-E firms are cautioned to review the restrictions of FAR 9.5 Organizational and Consultant Conflicts of Interest and FAR 36.209 Construction Contracts with Architect-Engineer Firms. Any A-E firm that prepares a Design-Build Request for Proposal for a particular project will be restricted from participating in any contract or task order for the Design-Build of that particular project. All interested Architect-Engineers are reminded that, under the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Small Business firms that are selected under the Small Business set aside must perform 50 percent of the contract performance by the prime or a similarly situated Small Business subcontractor in accordance with Deviation 2020-O008. This is a multiple award effort with the most-highly qualified firm in the Small Business group receiving their RFPPs first. Once that process is complete, the next most highly qualified firm will be provided their RFPP, and so on. In accordance with 40 USC 11, Selection of Architect and Engineers, the negotiation process will continue until an agreement is reached and all contracts are awarded. PROJECT INFORMATION: Anticipated A-E services for Region 3 may include but are not be limited to performance of planning, and program support; A-E investigative and design services including development of construction documents; construction support; engineering and environmental studies, National Environmental Policy Act (NEPA) documentation; investigations and surveys in support of the Air and Army National Guard Programs. Typical work may include, but is not specifically limited to: A: the preparation of plans, specifications, calculations, and cost estimates; B: the development of cost management, quality control and quality assurance plans; C: construction inspection, testing and management services; D: development of engineering standards; E: preparations for design submissions; F: technical, economic, planning, environmental remediation, value engineering and other studies, analyses, surveys, investigations, and reports; G: development of performance criteria for bridging documents for design build projects; H: development of documents to support various government construction programs. Services may also include, but are not limited to, a wide variety of professional services in support of projects for horizontal infrastructure to meet the needs of the National Guard. Various projects may include services associated with National Guard installations/facilities, such as Pavements to include Airfield, Roads, parking lots and Sidewalks, Aircraft Arresting Systems, munitions maintenance and storage facilities, Utilities (Water, Sewer, Electrical, Natural Gas, Storm Drainage), running tracks, Fencing and gates, Exterior lighting for parking and airfields, Oil Water Separators, Automated Record Fire Ranges, Gunnery Complex, Clear Zones, Bridges, Generator connections for facilities, Smart Meters, Barriers, Lightning Protection Systems, Reservoirs, Fall Protection Fire Loops, Fuel systems and other support facilities. Additionally, task orders may be issued for support services, which require A-E Services as defined in FAR 2.101. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria A � Professional Qualifications necessary for satisfactory performance of required services (SF330, Part I, Section E): The selected firm must have, either in?house or through consultants, all disciplines listed for this criteria and must provide resumes in Part I, Section E, of the SF330. Resumes shall not exceed two (2) pages each. All engineers, architects and the project manager must have the following in the role they are assigned to on the project team: a Bachelor�s degree, professional registration, and at least five (5) years of relevant experience. The Government may give additional consideration for special training or certifications, additional registration, higher level of education degrees, and/or years of experience that exceeds the five (5) year minimum requirement. (1) Civil Engineer; (2) Geotechnical Engineer; (3) Project Manager (4) Electrical Engineer; (5) Surveyor, registered professional land surveyor with 5 years of relevant experience; (6) Environmental Engineer; Environmental Engineer or Physical Scientist with experience in NEPA processes; registered engineer or similar registration that includes documented work history, state examination, and state certification board; (7) Mechanical Engineer; (8) Structural Engineer; (9) Geologist with a Geology or physical scientist Bachelor�s degree, with 5 years� experience and a Certified Professional Geologist (CPG) from the American Institute of Professional Geologists (AIPG); Geologist: with a Geology or Physical Scientist Bachelor�s degree, a Certified Professional Geologist (CPG) from the American Institute of Professional Geologist (AIPG) or a registered Professional Geologist license and at least 8 years of professional experience as a geologist; (10) Cost Estimator; Bachelor�s degree, the cost engineering specialist(s) must be certified by a professional organization, such as AACE, International Costs Engineering Council (ICEC), or Professional Construction Estimators Association. The firm's and/or consultant's cost engineering or estimating specialist(s), must be specifically identified and their competence indicated by resume(s); (11) Fire Protection Engineer (must have an ABET accredited engineering degree and current registration in the field of Fire Protection Engineering within the United States or its territories, having passed the National Council of Examiners for Engineering and Surveyors (NCEES), and at least five (5) years of relevant experience); (An individual who is a registered professional engineer (P.E.) within the United States or its territories who has passed the fire protection engineering examination administered by the National Council of Examiners for Engineering and Surveying (NCEES) and has relevant fire protection engineering experience); (12) Communications Specialist (Registered Communications Distribution Design (RCDD)); (13) Corrosion Engineer (Registered National Association of Corrosion Engineers (NACE)) Certified Corrosion Specialist, NACE Certified Cathodic Protection Specialist (CP4), or registered professional corrosion engineer); (14) Landscape Architect with a landscape architecture degree and registration in landscape architecture. **Note that the government will consider more favorably team members with Design Build Institute of America (DBIA) certification and Building Information Modeling (BIM) competence certifications. These will be credited with a strength. If an individual will serve in more than one discipline then those disciplines shall be clearly indicated in Block 13, PART I, Section E. Resumes (Section E of the SF 330) must be provided for all disciplines, including consultants. In the resumes under Project Assignments, use the same discipline nomenclature as is used in this announcement. The evaluation will consider education, training, registered professional qualifications within the 54 states and territories of the United States, and relevant individual experience in the type work required, and longevity with the firm. Criteria B � Specialized Experience and Technical Competence in the type of work required, including, as appropriate, experience in sustainable design, energy conservation, pollution prevention, waste reduction, and the use of recovered materials (SF330, Part I, Section F): The offeror shall provide a maximum of ten (10) projects in total within the past six (6) years preceding the date of this announcement for both, the prime firm and subcontractor(s) in PART I, Section F, of the SF330. Examples of projects shall not exceed two (2) pages each. If any portion of the work provided as specialized experience is subcontracted, clearly identify that work as such and provide the required experience of that subcontractor as it relates to work the subcontractor is to perform for this solicitation. If the offeror is a joint venture, each firm shall provide information demonstrating experience relevant to their role on this project. �Joint Venture Requirements - Parties wishing to propose as a joint venture must submit, with the Pro Forma documents, an executed copy of the joint venture agreement. The joint venture agreement shall be executed in accordance with FAR 4.102(d). Each joint venture partner shall submit evidence satisfactory to the Contracting Officer that its Board of Directors has approved its participation in the joint venture or by an instrument of similarly binding character in the case of an unincorporated entity. Offerors are reminded that to obtain an award the awardee, to include a joint venture, must be registered in the System for Award Management (SAM) database. Applicable to set aside solicitations: Joint Ventures must meet applicable size standards (See FAR Subpart 19.1). Submit with the proposal any size determination for the Joint Venture entity received from the Small Business Administration. A Joint Venture where-in one party is not a small business may be referred to the Small Business Administration (IAW FAR 19.302 (b)) to determine eligibility. All questions regarding Joint Ventures must be directed to the Small Business Administration (SBA) and not the Contracting Officer. A Project is defined as a single, stand-alone contract and/or a single task order issued under an existing IDIQ contract(s) unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an IDIQ contract is not a project. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. Combining multiple task orders under an IDIQ to create a single project will not be compliant with the solicitation criteria, and it will not be evaluated or considered. The contract number or IDIQ number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when the project will be completed for each contract and/or task order. Firms shall only submit projects as evidence of experience if those projects are at a minimum beyond B1/65% design submission for Type A/B experience, and at a minimum 50% complete on construction for Type C experience. Include the percentage of work self-performed by the prime for each contract and/or task order. If proposing as a JV, ascribe the percentage of work self-performed by each Joint Venture member. The offeror and/or subcontractors must demonstrate experience in the following areas with narrative and by average revenue in part II where indicated. For codes where the work is incidental or small and cannot be broken down, offeror can instead provide an explanation indicating why there is no data: (1) Airfield Pavements - Experience in planning, programming, design and construction surveillance of military airfields such as runways, taxiways, and aprons, including airfield lighting systems, pavement markings, unreinforced portland cement and asphalt cement concrete pavements, drainage layers, and visual air navigation aids (2) Subterranean Utilities � experience in design and construction management of water mains, sanitary and storm sewers, medium and high pressure gas mains, electrical distribution including switchgear, and primary distribution underground telecommunications distribution, and fire distribution mains. Additional consideration may be given to those with electrical distribution experience at the following ratings: 12.47 kV, 13.2 kV, or 13.8kV. (3) Transit pavements - experience designing and managing construction of roadways, intersections, bridge and culverts, and parking lots including curb, gutter, storm water collection, drainage and management of run-off. (4) Technical Knowledge, Competence & Experience using DOD UFC and associated UFGS, highlighting any expertise with UFCs 3-260-01; 3-260-02; 3-230-01; 3-240-01; 3-250-01; 3-250-08FA; 3-535-01; 3-550-01; 3-570-01 or other horizontal project requirements; (5) Engineering experience in preparing permit applications relating to construction projects with the various permitting agencies; Demonstrate experience and familiarity with Federal Aviation Administration (FAA) Part 77 and preparing FAA 7460 permit applications relating to construction projects and familiarity with UFC 3-260-1. (6) Performance of surveying and mapping in accordance with A/E/C CADD Standards and nondestructive techniques for locating underground utilities; (7) Demonstrate experience using projects and program management tools such as Newforma, Primavera, Submittal Exchange, ProjectWise, iPDWeb or similar systems; (8) Demonstrate experience (Profile Code C15 and T02 in Part II) in evaluating contractor's submittals, request for change, request for information, and performing construction surveillance; (9) Demonstrate experience with preparing the technical portions of a Design-Build Request for Proposal package for performance-based design-build; Discuss your techniques to control costs, scope, schedule and ensure safety (10) Demonstrate experience in design and survey for abatement of buried asbestos (such as found insulating abandoned steam lines), PFOS/PFOA from AFFF, and the handling/disposal of other toxic and regulated substances; (11) Demonstrate experience with NEPA, it's process and requirements as well as preparation of required documentation; (12)�� �In Section H of the SF 330, describe the firm's quality management plan, including quality assurance process, coordination of in?house work, coordination with consultants, and prior experience of the prime firm and significant consultants or partner firms. For each project identified under Criteria B, demonstrate project design?to?bid performance showing final design CUI 10 Source Selection Information � See FAR 2.101 and 3.104 estimate, initial awarded bid amount, and the calculated variance comparing the costs. When the variance is 5% or greater (positive or negative), the firm shall provide a written explanation for that variance; Criteria C ? Capacity to accomplish multiple task orders in the required time (SF330, Part I, Section F): Firms must have the capacity to proceed with work and accomplish it promptly once a notice to proceed is issued and accomplish it prior to scheduled completion dates, including emergency response. Firms must demonstrate the ability to accomplish multiple task orders simultaneously. The evaluation will consider the prime availability of an adequate number of key personnel, equipment, and the extent of in-house facilities versus subcontracting needs. The A-E should submit evidence in the SF330 Part I, Section H, to support its capacity to accomplish work based on the following criteria: (1) Ability to meet design schedules and accomplish the work within the required time, (2) Ability to accomplish multiple task orders simultaneously: Firms submitting a proposal must demonstrate the ability to accomplish multiple task orders (roughly equivalent to 3-5 task orders per year) above $600K in design costs that involve multiple concurrent disciplines, complex designs, and unique design solutions. The firms must also show the ability to accomplish multiple task orders (roughly equivalent to 3-5 task orders per year) with estimated design values at or below $600K that involve multiple concurrent disciplines and complex designs in a cost-effective, timely manner. � (3) Demonstrate the project team proposed has the ability to manage and complete the anticipated workload as a result of a contract award from this announcement considering existing work the firm already has with other Government or private entities. (4) Demonstrate the ability to meet anticipated contract requirements if the A-E is awarded more than one contract under any of the other regions being procured by the National Guard Bureau for Vertical, Horizontal, Fire Suppression, and for Alaska, Hawaii, Puerto Rico and Virgin Islands. In your response, indicate if you intend to issue a proposal under more than one region and identify those regions. Criteria D �Past Performance (SF330, Part I, Section H): Firms must provide relevant past performance in the accomplishment of similar work. Firms must submit information for relevant contracts and subcontracts including the name, address, and telephone number of references. Relevancy is defined in the DOD guide, as it pertains to the collection and use of past performance, as information that has a logical connection with the matter under consideration and application period. Submit information for all relevant contracts and subcontracts started or completed within the past six (6) years measured from the date of this notice. The six (6) years requirement is for the portion of the professional services (i.e. design efforts). Projects must be at least B1/65% designed for Type A/B and at a minimum 50% complete on construction for Type C. Firms may include supporting information in the proposal, such as letters of commendation from clients, past performance on recent similar contracts, information on problems encountered in prior contracts, and actions taken to remedy unsatisfactory performance. Past performance on contracts with Government agencies and private industry regarding quality, cost control, and timeliness of work will be reviewed. Past DOD experience data, available to the Government through Contractor Performance Assessment Reporting System (CPARS), will also be evaluated. Other credible, documented information on past performance should be considered, except for adverse performance information to which the firm has not had an opportunity to respond. � Criteria E � Knowledge of the locality of the project areas within the States of Alabama (AL), Arkansas (AR), Florida (FL), Georgia (GA), Indiana (IN), Kansas (KS), Kentucky (KY), Louisiana (LA), Mississippi (MS), Missouri (MO), North Carolina (NC), Oklahoma (OK), South Carolina (SC), Tennessee (TN), and Texas (TX) and All contract work is to be performed within the States of Alabama (AL), Arkansas (AR), Florida (FL), Georgia (GA), Indiana (IN), Kansas (KS), Kentucky (KY), Louisiana (LA), Mississippi (MS), Missouri (MO), North Carolina (NC), Oklahoma (OK), South Carolina (SC), Tennessee (TN), and Texas (TX).� In SF330 Part I, Section H, describe and demonstrate the team�s familiarity with design requirements applicable to these locations. Submit information addressing specific knowledge of hydrology, soil conditions, seismic conditions, weather conditions, and knowledge of State and local building codes and practices. Describe the extent of your familiarity with the defined local area construction industry expertise and its standard practices. List construction contractors with references from within the specified region for whom you have been contracted with as the Designer of Record on a Design-Build project, or for whom you have been contracted for Type C/construction administration services by a third party. Criteria F � Secondary Criteria THE FOLLOWING SECONDARY CRITERIA WILL BE USED AS A TIEBREAKER, IF NECESSARY: The firm shall provide all data for these secondary criteria on Part I, Section H, of the SF330. 1. Volume of Past DOD Contracts awarded to the firm during the previous 12 months: Offerors shall provide the volume of work awarded by DOD agencies during the previous 12 months. The volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and design fee dollar amount. Work previously awarded to the firm by DOD will be reviewed to effect an equitable distribution of contracts among equally qualified firms. Data from the Federal Procurement Data System (FPDS) may be also utilized by the Government. 2. Superior Performance Evaluations on recently completed DoD contracts. Performance with ratings of exceptional will be considered as Superior Performance Evaluations. 3. The extent to which potential contractors identify and commit to small business and to small disadvantaged business (SDB) where the NAICS Industry Subsector of the subcontracted effort is one in which use of an evaluation factor or subfactor for participation of SDB concerns is authorized (see FAR 19.201(b)), and to historically black college or university and minority institution performance as subcontractors. The extent of commitment shall comply with the requirements of FAR 52.219-8. Offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criteria. 4. Geographic Proximity within the locations for Horizontal Region 02: Firms based in or having branch offices in the states of Alabama (AL), Arkansas (AR), Florida (FL), Georgia (GA), Indiana (IN), Kansas (KS), Kentucky (KY), Louisiana (LA), Mississippi (MS), Missouri (MO), North Carolina (NC), Oklahoma (OK), South Carolina (SC), Tennessee (TN), and Texas (TX) with core disciplines (full-service) including civil, geotechnical, electrical, environmental, and structural engineers, and surveyors working in the same office or within a proximity of fewer than 50 miles from the states within this region will be considered as meeting the requirement for geographical proximity. CRITERIA RATINGS: Technical criteria described above (A, B, C, E, and F) will be assigned one of the following adjectival ratings: �� �������� ���BLUE (Outstanding) SF330 Proposal meets requirements and indicates an exceptional approach and understanding of the requirements and contains multiple strengths, and the risk of unsuccessful performance is low � PURPLE (Good) SF330 Proposal indicates a thorough approach and understanding of the requirements and contains at least one strength, and the risk of unsuccessful performance is low to moderate. � GREEN (Acceptable) SF330 Proposal meets requirements and indicates an adequate approach and understanding of the requirements, and the risk of unsuccessful performance is no worse than moderate. � YELLOW (Marginal) SF330 Proposal has not demonstrated an adequate approach and understanding of the requirements and/or risk of unsuccessful performance is high. � RED (Unacceptable) � SF330 Proposal does not meet the requirements of the synopsis advertised on Contracting Opportunities, and thus contains one or more unacceptable deficiencies, and/or risk of unsuccessful performance. The proposal is non-awardable. The following adjectival relevance and performance confidence ratings will be used to evaluate the Past Performance criteria (D): Relevance Ratings Very Relevant - Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires. Relevant - Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires. Somewhat Relevant - Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires. Not Relevant - Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires. Performance Confidence Ratings Substantial Confidence - Based on the offeror�s recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence - Based on the offeror�s recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral - No recent/relevant performance record is available or the offeror�s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence - Based on the offeror�s recent/relevant performance record, the Government has a low expectation that the offeror will be able to successfully perform the required effort. No Confidence - Based on the offeror�s recent/relevant performance record, the Government does not expect that the offeror will be able to successfully perform the required effort. ENFORCEABILITY OF PROPOSAL: The proposal must set forth full, accurate, and complete information as required by this announcement. By submission of the offer, the Offeror agrees that all items proposed (if applicable e.g., key personnel, subcontractors, etc.) will be utilized for the duration of the contract and any substitutions shall require prior Contracting Officer's approval. The award decision for this contract will be based, in part, on an evaluation of the key personnel and/or subcontractors the Contractor included in its proposal for the positions and/or items of subcontracted work identified in the proposal. The Contractor agrees these key personnel and/or subcontractors will be employed as described in its proposal and no substitutes will be employed without the prior written approval of the Contracting Officer or Administrative Contracting Officer. The Contractor further agrees that any proposed substitutes shall meet or exceed the qualifications of the original personnel and/or subcontractors. If the Contractor�s proposal did not name a subcontractor for an identified item of work, the Contractor will not be allowed to subcontract that item of work without prior approval of the Contracting Officer or Administrative Contracting Officer. ADDITIONAL REQUIREMENTS: Indicate in Section C.11 if the prime has worked with the team members in the past six (6) years. In Block G-26, along with the name, include the firm with which the person is associated. Part II is required for each branch office of the Prime Firm and any Subcontractors that will have a key role in the proposed contract. A firm will not be considered if it�s SF330 Part I is not signed, unless the SF330 Part I is accompanied by a signed cover letter or a current (within 3 years) signed SF330 Part II. If a firm does not submit an SF330 Part II with its SF330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). This is not a request for a price proposal. NOTE: To avoid a conflict of interest, any contractor proposing as a prime may not have a subcontractor who is also proposing as a prime. As required by acquisition regulations, interviews to discuss prospective contractors' qualifications for the contracts will be conducted only for those firms considered most highly qualified after submittal review by the selection board. Interviews may be in-person and will be scheduled after the final selection board has determined the most highly qualified firms. Because we do not know the number of offers that will need to be reviewed, the timeframe for scheduling is uncertain but is anticipated to be at least 45 days from the close of the submittal package due date. Small Business Firms submitting a proposal under the Small Business category are required to meet the requirements of 52.219-14, Limitations on Subcontracting (Deviation 2020-O0008) (e) (1), which states �By submission of an offer and execution of a contract, the Contractor agrees that in performance of a contract assigned a NAICS code for, (1) Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the prime contractor�s 50 percent subcontract amount that cannot be exceeded.� All Small Business Firms submitting a proposal under the Small ...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff4a3d98a2a04b25b1ea2964bf53c768/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06138199-F 20210922/210920230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.