Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

C -- Small Business A-E IDC for Environmental Services to Support Various Military, Civil Works, and IIS Projects Assigned to the RPEC and SWD IAW ER 5-1-10 - Solicitation 1

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Tulsa, Attn: USACE, CESWT- CT, 2488 E. 81st Street, Tulsa, Oklahoma, 74137-4290, United States
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV18R0009
 
Archive Date
5/26/2018
 
Point of Contact
Brenda K. Anderson, Phone: 9186697274
 
E-Mail Address
brenda.k.anderson@usace.army.mil
(brenda.k.anderson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attached is the edited version of the revised synopsis for Amendment 01 for Solicitation No. W912BV18R0009, Small Business A-E Environmental IDCs. The edits due identified with bold and highlighted font and strikethroughs. There is a summary of changes located at the top of the Amd 01 revised synopsis. Amd 01 - Clean Version of Synopsis. Edited Version of Amd 01 will be uploaded as a separate file. FedBizOpps Synopsis A-E Environmental Services (Small Business) W912BV-18-R-0009 24 April 2018 Amendment 01 Small Business Set-aside Architect-Engineer (A-E) Indefinite Delivery Contract (IDC) for Environmental Services to Support Various Military, Civil Works, and Interagency and International Services (IIS) Projects Assigned to the Regional Planning and Environmental Center (RPEC) and Southwestern Division and in accordance with ER 5-1-10 Amendment 01 to Announcement (11 April 2018) Summary of Changes: Reference Section 3(A), Specialized Experience and Technical Competence: -Language is added below the specialized experience and technical competence bullets allowing for Joint Venture (JV) Agreements and Teaming Agreements or Letters of Commitment to be submitted as Appendices to Section H, which will be excluded from the Section H page limitation. Reference Section 3(B), Professional Qualifications: -‘HTRW' contract is changed to ‘A-E Environmental Services' contract -Clarification is added to the Technical Staff category that resumes for individuals proposed for disciplines within this category will be accepted as long as they do not exceed ten (10) resumes. -The introduction of the ‘NOTE' paragraph is revised to clarify that resumes for Key Personnel positions not listed in the Key Personnel categories will not be considered. Reference Section 3(C), Past Performance: -Language is added to allow for PPQs to be submitted and excluded from the Section H page limitation. Reference Section 3(E), Knowledge of the Locality: -Clarification is provided for the areas covered by the awarded IDCs. Reference Section 4, Submission Requirements: -Paragraph (b): Part IIs are clarified that they must be signed and dated within the past 3 years in order to be considered current. -Paragraph (d): Changed to read that Block 4, Part II is to be completed in accordance with the SF 330 instructions. -Paragraph (e): Resumes are changed from one (1) to two (2) pages. -Paragraph (f): The page limitation for Section F is changed from two (2) pages per project to a maximum of twenty (20) pages and the recency of a project is clarified to be physically completed or at least 75% physically completed, not amount invoiced, within the last 5 years prior to the submission due date. -Paragraph (i): Language is added to allow the Firm's list of DoD contracts within the last 12 months to be submitted as an Appendix to their Section H and be excluded from the Section H page limitation. -Paragraph (j): Language is added to provide font requirements. Reference to foldouts is deleted, as foldouts are not applicable to electronic submissions. 1. CONTRACT INFORMATION: General: A-E Environmental Services Indefinite Delivery Contracts (IDCs) are being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in accordance with the Federal Acquisition Regulation (FAR) Subpart 36 to support projects assigned to the U.S. Army Corps of Engineers' Southwestern Division (SWD) Regional Planning and Environmental Center (RPEC) and projects assigned to SWD in accordance with USACE Acquisition Regulation (UAI) Subpart 7.1 and Engineering Regulation (ER) 5-10-1. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. This announcement is set-aside as "Small Business" and as such is open only to Small Businesses. The acquisition is being procured under NAICS code 541330, Engineering Services, with an applicable small business size standard, as established by the U.S. Small Business Administration, of $15M. Contracts are anticipated to be awarded on or about 30 July 2018. It is anticipated that a target of one (1) Small Business A-E Environmental Services IDC will be awarded (also see note below), with a maximum contract capacity of $8.4M, consisting of a 3-year Base Period ($6.4M capacity) and one 2-year Option Period ($2M capacity). The Small Business IDC will have a Minimum Guarantee amount of $2,500 applicable to the Base Period only. Contracts awarded under this announcement will be administered by the RPEC and Tulsa District (SWT) Contracting. Contract capacity may be shared with other CONUS geographic districts where the principles of the Project Management Business Process and ER 5-1-10 have been met. The Tulsa District is issuing four synopses: target to award 3 unrestricted (W912BV-18-R-0008); target of 1 Small Business, but could increase to a target of 3 per the Note below (W912BV-18-R-0009); target of 1 HUBZone Small Business (W912BV-18-R-0010); and a target of 1 Woman-Owned Small Business (W912BV-18-R-0011). Firms are encouraged to respond to any and all synopsis they may be qualified and for which they may wish to be considered. BECAUSE FOUR (4) SYNOPSES WILL BE ANNOUNCED CONCURRENTLY, ENSURE THE CORRECT SYNOPSIS/RFP NUMBER IS CORRECTLY IDENTIFIED ON YOUR SUBMITTAL. NOTE: If there are an insufficient number of highly qualified firms for the Woman-Owned or HubZone small business set asides, then the identified IDC and capacity targeted for award for that particular set-aside category will be rolled into the Small Business set-aside synopsis, resulting in a potential of two (2) additional Small Business IDCs (each with $8.4M capacity) for a target of three (3) Small Business IDC awards. Contract Award Procedure: In order for a firm to be eligible to receive a contract award, they must be registered in the System for Award Management (SAM) database and have NAICS 541330 identified on their profile. Register via the SAM internet site at https://www.sam.gov. The Service Contract Act will apply to this acquisition; specific Wage Determinations will be included with individual Task Orders. The proposed services will be obtained by a Negotiated Firm-Fixed-Price Contract. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all labor, personnel, services, supervision, materials, supplies, travel and any other items necessary to fully complete each Task Order. Place of Performance: Projects are anticipated to be primarily within the U.S. Army Corps of Engineers Southwestern Division (SWD) Boundaries. However, Task Orders may be awarded for projects outside the geographic boundaries of SWD when the principles of the Project Management Business Process have been met and those projects have been assigned in accordance with UAI Subpart 7.1 and ER 5-1-10. 2. PROJECT INFORMATION: In support of the RPEC mission to broadly support environmental compliance, restoration, pollution prevention and conservation programs for all approved federal customers including Department of Defense (DoD), other federal agencies, and the civil works program, the RPEC is required to provide a wide range of A-E environmental services to support large and small projects of varying complexity. The purpose of this acquisition is to establish A-E Environmental Services IDCs to support customer projects assigned to the RPEC and SWD. The general scope of services is to conduct studies, investigations, surveying and mapping, tests, sampling, evaluations, consultations, comprehensive planning, program management, designs, drawings, and plans of engineering, geological, or other professional services to support customers' environmental program(s). Specific work includes, but is not limited to Clean Air Act and Title V support, Clean Water Act and Safe Drinking Water Act support, preparing spill prevention control & countermeasures plans, Drinking Water, Wastewater and Stormwater program support, preservation surveys and restoration design for historic structures, Toxic Substances Control Act support, Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) studies, plans, documents, reviews and design, Resource Conservation and Recovery Act (RCRA) investigation, studies, permits, plans and design for all media. Additionally included are database integration management, GIS services, energy conservation support, sustainability management support, analytical electronic deliverables, Engineering Evaluation and Cost Analysis (EECA), risk assessment sampling-analysis-reporting, long term monitoring and statistical reporting, remedy effectiveness evaluations, remedial process optimization, design & conduct treatability studies, groundwater flow modeling, contaminant fate and transport analysis, vapor intrusion evaluations, human health and ecological risk assessments, engineering and design services during construction, green & sustainable remediation evaluations, environmental infrastructure studies & designs (e.g. sanitary/industrial sewers & water treatment facilities), development of Storm Water Pollution Prevention Plans (SWPPP), and National Environmental Policy Act (NEPA) including environmental assessments and environmental impact statements and supporting surveys including biological and archeological surveys. Also, environmental services in support of broader A-E requirements are anticipated; which may include but not necessarily be limited to: UXO avoidance support, emergency planning & community right to know support, environmental performance assessment system support, pollution prevention support, coastal zone management act support, environmental management systems support, ISO 14001, lead based paint compliance support, asbestos compliance support, noise compliance support, solid waste management support, hazardous materials management support, environmental compliance inspection support, and tribal consultation. 3. SELECTION CRITERIA: All offers received in response to this acquisition will be evaluated based on the following selection criteria in descending order of importance. Criteria A-E (Specialized Experience, Professional Qualifications, Past Performance, Capacity to respond to multiple task order RFPs and Awards, and Knowledge of the Locality) are primary and criteria F-G (Geographic Proximity to SWD and Volume of DoD Contract Awards During Previous 12 Months) are secondary and will only be used as additional discriminators, or tiebreakers, among technically equal firms. The following selection criteria are listed in descending order of importance. Criteria A through E are the primary selection criterion: A) Specialized Experience and Technical Competence. (Ensure that all special experience requirements are also reflected on appropriate personnel resumes at Section E, Part I, SF 330). Firms should submit projects that demonstrate breadth, depth, and complexity of specialized experience as well as their technical competence within the past 5 years in successfully managing and performing broadly scoped technically complex A-E services for environmental projects that were required to comply with applicable USEPA, State, and Department of Defense (DoD) requirements. A-E firms shall show specialized experience and technical competence in the below areas. • Preparing planning documents and establishing data quality objectives for contaminated site investigations, including Work Plans and UFP-QAPPs in accordance with state and federal guidance. These include, but may not be limited to: investigation Work Plans, Health and Safety Plans, Quality Assurance Project Plans, Sampling and Analysis Plans, Community Relations Plans, Project Management Plans, Data Management Plans, and Waste Management Plans. • Executing complex CERCLA/RCRA environmental investigations with a variety of contaminants, multiple media (soil/groundwater/ sediment/surface water/air/vapor intrusion) and numerous point sources to determine nature and extent of contamination. Site Characterization to determine nature and extent of contamination including design and/or performance of sub-surface drilling programs, installation of groundwater monitoring well networks, sampling programs for various environmental media, performance and/or oversight of other intrusive investigation techniques such as soil gas surveys, surface geophysical techniques (e.g. electromagnetic surveys), design performance and analysis of in-situ aquifer hydraulic tests (e.g. slug tests and pump tests), acquisition and analysis of other data (e.g. geotechnical, biological, and ecological, etc.) to support remedial decision making. • Preparing remedial investigation and feasibility study reports, corrective measure studies and remedial designs, human health or ecological risk assessments, Proposed Plans, Decision Documents/Records of Decision, Closure Plans, Five Year Reviews, Site Inspection Reports, and Community Relations Plans for sites regulated by CERCLA, RCRA, and/or other state programs. • Environmental Planning and Compliance Services including a full range of environmental planning and compliance support including report preparation, technical investigations, analysis and field work. Support under this task includes National Environmental Policy Act (NEPA) documentation (e.g. Environmental Assessments, Environmental Impact Statements, etc.) and the studies required to support NEPA (e.g. traffic, air quality, socioeconomic, noise, visual, community relations/stakeholder involvement activities, etc.),,, Clean Air Act investigations (e.g. Tier I and II), Clean Water Act and National Pollution Discharge Elimination System compliance activities, and Environmental Management Systems. In Section F of the SF330, cite whether the experience is that of the Prime (Joint Venture), Consultant, or an individual. Work cited that is experience of the Prime (or Joint Venture) from an office other than that identified in Section B shall be so labeled. Firms submitting as a Joint-Venture Prime must submit their Joint-Venture Agreement behind their Section H. The Joint-Venture Agreement will be excluded from the 20-page limitation. A Firm's signed Teaming Agreements or Letters of Commitment must be submitted as an Appendix behind their Section H. These will be excluded from the 20-page limitation. However, a narrative of the arrangements must be provided within the Firm's Section H submission for criteria A. NOTE: The intent of Section A is to present relevant project experience. A project is defined in Section 4(f) Submission Requirements below. Experience not consistent with the definition of a project will not be considered. B) Professional Qualifications. In order to meet the minimum requirements for professional qualifications, the AE Firm must show the organization of the team that will support the A-E Environmental Services contract as well as the qualifications of the staff on that team. The disciplines below are considered Key Personnel and may be employees of the Prime or team Subcontractors, with the exception of the Program and Project Managers, who must be employees of the Prime. Individuals proposed as key personnel shall not dual hat in any role. The following are experience requirements for various positions on the team: Program Manager: The offeror shall propose one (1) senior-level staff member with a minimum of 15 years of professional experience, of which five (5) years shall be as a Program Manager or Project Manager of complex environmental projects consistent with the program areas described in Section A above. This person will be responsible for the overall management of the A-E Environmental IDC, including quality control of all deliverables. A Program Manager with a current professional registration (PE and/or PG), while not required, is preferred. Experience with the Formerly Used Defense Site Program (FUDS), Army or Air Force Installation Restoration Program (IRP), and other Federal agencies is also preferred. Certifications such as PMP or CHMM cannot be viewed a professional registration. Possession of a PMP, while not required, is also preferred. The Program Manager must be an employee of the Prime. Senior Project Manager: The offeror shall propose three (3) Senior Project Managers, each with a minimum of ten (10) years of experience managing broadly scoped environmental projects consistent with the program areas described in Section A above. At least one of the three proposed Project Managers must demonstrate experience managing a broad range of NEPA projects. Each PM will be responsible for management of one or more task orders issued on the A-E Environmental IDC. Project Managers' possessing a current professional registration (PE and/or PG) is preferred. Certifications such as PMP or CHMM cannot be viewed as a professional registration. Possession of a PMP, while not required, as well as experience with Department of Defense (DoD) and other Federal agencies is preferred. The Senior Project Managers must be employees of the Prime. Senior Chemist: The offeror shall propose one (1) Senior Chemist possessing a minimum of a Bachelor's degree in Chemistry and a minimum of ten (10) years of professional experience related to providing chemistry support to environmental site investigations. This person must show experience with the Uniform Federal Policy for Quality Assurance Project Plans, the DoD Quality Systems Manual, and project/program data quality management. The Senior Chemist must show experience communicating with subcontracted laboratories to ensure samples are run for the required methods and level of quality. Experience related to performing data validation of EPA test methods in an analytical laboratory is preferred. Experience with Environmental Resources Program Information Management System (ERPIMS) is preferred. Senior Professional Engineer: The offeror shall propose two (2) professionally registered Environmental or Civil Engineers. Each having a minimum of ten (10) years of project experience consistent with the program areas described in Section A above. Certifications such as PMP or CHMM cannot be viewed as meeting the requirement for a professional registration. Experience with NEPA and remedial investigation and design for Department of Defense (DoD) and other Federal agencies is preferred. Senior Professional Geologist: The offeror shall propose one (1) professionally registered geologist with at least ten (10) years of project experience consistent with the program areas described in Section A above. Experience in sampling media at contaminated sites and preparing environmental investigation reports is preferred. The Professional Geologist must demonstrate experience overseeing different drilling methods Senior Biologist: The offeror shall propose one (1) biologist with a Bachelor's degree in Biology and a minimum of ten (10) years of project experience consistent with the program areas described in Section A above. Experience with large scale, complex NEPA EAs and/or EISs is preferred. Risk Assessor(s): The offeror shall propose either one (1) or two (2) risk assessors with a minimum of six (6) years each of experience writing risk assessment work plans, managing and analyzing data for risk assessments, and preparing baseline human health or ecological risk assessment documents in accordance with EPA or related state environmental guidance. The requirements for this Key Personnel role may be met by: a) one person with experience in both human health and ecological risk assessment; or b) two (2) persons: one with experience in human health risk assessment and the other with experience in ecological risk assessment. Technical Staff: The offeror shall submit resumes for 10 additional staff-level technical personnel that will complete the Firm's project team and who have supported those projects submitted as Specialized Experience and Technical Competence in support of Section A above. These technical staff may include, but not necessarily be limited to: civil, environmental, or chemical engineers, environmental scientist, chemist, geologist/hydro-geologist, geophysicist, biologist, safety professional, environmental technician, drillers, and laboratory staff. Each of these staff shall have a minimum of four (4) years of professional experience with broadly scoped environmental projects consistent with the program areas described in Section A above. Include staff that will assist the PMs on awarded task orders. Resume's submitted for individuals proposed for disciplines within the Technical Staff category of Key Personnel will be accepted and considered as long as the number of resumes do not exceed the limitation of ten (10). NOTE: Resumes for Key Personnel positions not listed in the categories (i.e. Program Manager, Senior Project Manager, Senior Biologist, Technical Staff, etc.) specified above will not be considered. The evaluation of resumes will consider education, training, certifications/registrations, overall and relevant experience, and longevity with the firm. This criterion is primarily concerned with the qualifications and management capabilities of personnel and the firm not the number of personnel, which is addressed under the capacity criterion. (C) Past Performance. Past performance on DoD and other federal agencies' contracts for environmental projects with respect to quality of work, compliance with delivery schedules, cost control, history or working relationships with proposed subcontractors, and overall cooperativeness and responsiveness. Past Performance Information Retrieval System (PPIRS) and CPARS is the primary source of information on past performance. However, any credible, documented evaluations may be considered. The Government is not required to seek other information on the past performance of a firm if none is available from PPIRS/CPARS. In a situation where the Firm was a sub-consultant and no PPIRS or CPARS record exists in their name, completed PPQs may be submitted (after Section H) as records of the Firm's past performance. These PPQs will be excluded from the 20-page limitation. However, the Firm must provide the required narrative of their past performance of this Section. (D) Capacity to respond to multiple task order RFPs and Awards. Sufficient capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints for accepted task orders. This includes demonstrating the firm's availability of key staff and sufficient disciplines for execution of several concurrent task orders. Firms should demonstrate a strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive environmental technical support; ability to provide necessary number of teams or crews for expedited, complex, and/or unexpected field, laboratory and/or regulatory compliance support; and ability to initiate, manage, and complete multiple concurrent task orders; and ability to meet unforeseen schedule changes. Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. (E) Knowledge of the Locality. The primary area to be covered by the awarded IDCs is the Civil Works and Military boundaries of SWD, including the states of Arkansas, Oklahoma, New Mexico, Kansas, and Texas. Submitting firms should demonstrate knowledge of the area covered by these states. Examples include knowledge of state and EPA regulatory framework, geologic/hydro-geologic features, and local laws and regulations. (F) Geographic Proximity to SWD. Location of the firm in general geographical area of the Southwestern Division (SWD); and (G) Volume of DoD Contract Awards During Previous 12 Months. Volume of DoD contract awards in the last 12 months. The volume of DoD contract awards during the previous 12 months will be considered for equitable distribution of Department of Defense Architect Engineer contracts among qualified Architect-Engineer firms including small and small disadvantaged business firms, and firms that have not had prior Department of Defense Contracts. 4. SUBMISSION REQUIREMENTS: Hard copy submittals will not be allowed. Submittals should be sent to U.S. Army Corps of Engineers, Tulsa District Attn: Ms. Brenda Anderson electronically via AMRDEC (see attached User's Guide) to Brenda.K.Anderson@usace.army.mil, no later than 2:00 pm, CST on 11 May 2018. AMRDEC User's Guide will be provided via separate document titled "AMRDEC User's Guide". Offerors must utilize the AMRDEC SAFE website at https://safe.amrdec.army.mil/SAFE/ to transmit their submittals. The email addresses of the Government recipients must only be: Brenda.K.Anderson@usace.army.mil and Robert.E.Reed@usace.army.mil. Offerors are reminded to allow sufficient time for their submittals' files to upload, transmit and timestamp by AMRDEC. Therefore, waiting until the last minute to attempt transmission of your proposal could result in your submittal being deemed late should the website encounter performance or technical issues. All questions must be submitted through the Bidders Inquiry System. Instructions for the Bidders Inquiry System and the deadline for submission of any inquiries will be provided via separate document entitled: "Bidder's Inquiry Info Section". (a) Interested firms having the capabilities and qualifications to perform this work must submit one.SF 330 (8/2016 Edition) including Parts I and II as described herein by the identified date and time above. The submission date and time will be strictly enforced and late submissions via AMRDEC will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF 330 must be complete and specifically address the requirements of this announcement. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). (b) Responding firms must submit an electronic copy of their originally signed, or current (signed within the past 12 months), and accurate SF 330, Part II for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work even if an SF 330, Part II is already on file. SF 330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed and dated within the last 3 years to be considered current. Although firms are encouraged to update their SF 330 Part II at least annually, older ones (up to 3 years old in accordance with FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm's average annual receipts or sales for the preceding three fiscal years must not exceed $15 million. (c) Submit only one SF 330, Part I from the Prime for the design team, completed in accordance with the SF 330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF 330. (d) Complete Block No. 4 Part II in accordance with the SF 330 instructions (page 4). (e) In Section C of the SF 330, Part I, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the key on-staff or consultant employees you intend to use to perform the work. Resumes shall not exceed two pages. (f) In Section F, 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Section F shall not exceed twenty (20) pages. Submitted projects shall be physically completed, or at least 75% physically completed, not amount invoiced, within the last 5 years prior to the submission due date. A project is defined as: In order to be deemed a ‘project', it must meet one, and only one, of the following: -1 single Task Order against an IDC (a "D" contract) covering work performed at one single site; or -1 single Task Order against an IDC (a "D" contract) covering work at multiple sites within one single installation or facility; or -1 single "C" type contract (not a "D" contract) covering work performed at one single site; or -1 single "C" type contract (not a "D" contract) covering work performed at multiple sites within one single installation or facility; or -1 single Task Order against an IDC (a "D" contract) covering work performed at multiple but separate installations, meaning the installations are in different cities, states, etc.; or -1 single "C" type contract (not a "D" contract) covering work performed at multiple but separate installations, meaning the installations are in different cities, states, etc. (g) In Section G, block 26, along with the name, include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C) integrates into the composite team. (h) In Section H, of the SF 330, Part I, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. (i) In Section H, Part I, SF 330, firms must show their last 12 months DoD contract awards stated in dollars (see 3(e) above), provide an itemized summary of DoD awards to include Agency Contract Number/Task Order No. DoD awards shall be shown in an itemized summary including Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts must not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. The Firm shall provide their list of DoD contract awards summary on a new Section H Additional Sheet and the last contract award being the last item identified on the last page (i.e. no other Section H information). The list of DoD contract awards will be excluded from the 20-page limitation. (j) In Section H, Part I, SF 330, generally, describe the firm's Quality Management Plan (QMP). A project-specific detailed QMP must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. A Management Plan that references and explains the organizational chart submitted in Section D as well as a narrative identifying the roles and responsibilities of the proposed team and clearly identifies lines of communication and subcontractor management. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed twenty pages for Section H. Front and back side use of a single page will count as 2 pages, and use no smaller than 11 font type using Times New Roman for the full SF330, Part I. Pages in excess of the maximums list will be discarded and not used in evaluation of the selection criteria. A smaller Times New Roman font, no smaller than 9 font, is allowable only for graphics, diagrams and tables. (k) Personal visits to discuss this announcement will not be allowed. (l) Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Points of Contact: Contracting - Brenda Anderson (918) 669-7274. This is not a request for proposal. In accordance with FAR clause 52.219-14 Limitations on Subcontracting for services, "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA56/W912BV18R0009/listing.html)
 
Record
SN04900025-W 20180427/180425230608-4c20e2c1a4438543d810e67f5030c5ed (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.