Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
MODIFICATION

C -- SMALL BUSINESS IDIQ CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, HAWAII - Notice No1

Notice Date
10/8/2019
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, NAVFAC Hawaii, ACQUISITION DEPARTMENT, 400 Marshall Road, Pearl Harbor, Hawaii, 96860-3139, United States
 
ZIP Code
96860-3139
 
Solicitation Number
N62478-19-R-5037
 
Point of Contact
David A. Sakamoto, Phone: 8084714150, Norine E. Horikawa, Phone: 8084714731
 
E-Mail Address
david.a.sakamoto@navy.mil, norine.horikawa@navy.mil
(david.a.sakamoto@navy.mil, norine.horikawa@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Notice No1 N62478-19-R-5037 SMALL BUSINESS IDIQ CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR VARIOUS UTILITY PROJECTS AND OTHER PROJECTS PRIMARILY UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING COMMAND, HAWAII AMENDMENT 1 ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services for various utility projects at various locations under the cognizance of Naval Facilities Engineering Command Hawaii, but may also include work worldwide. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The term of the resultant IDIQ contract will be a base period of one year and four one-year option periods (if exercised) or $30,000,000, whichever occurs first. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or acceptable AE performance under the awarded contract. There will be no future synopsis in the event the options are exercised. The guaranteed minimum for the contract term (including option years) is $10,000. Firm-fixed price task orders will be negotiated/awarded under this contract. There will be no dollar limit per year. Anticipated start date is August 2020. This acquisition is being solicited as a 100% set-aside for small business concerns. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services. Average annual receipts of $16.5M over the past three years. The market research Sources Sought Announcement N62478SS9UTIL, issued on June 20, 2019 resulted in a determination to set aside this requirement for Small Business concerns. The NAVFAC Hawaii Small Business Office concurs with this decision. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. For this contract, the lead discipline shall be a registered Civil Engineer. The type of design and engineering services expected to be performed under this contract are primarily for Request for Proposal (RFP) documentation for Design-Bid-Build (DBB) utility projects with associated multi-discipline architect-engineering support services for new construction, alteration/repair of utility systems (Amd 1) and associated facilities. Other design and engineering services may include, but not limited to, Design-Build (DB) RFP documentation, engineering investigations/concept studies, Functional Analysis Concept Development (FACD)/charrettes, and Post Construction Award Services (PCAS). PCAS consist of technical consultation during construction, including, but not limited to, review of construction submittals, site visits, operations and maintenance support information, record drawings, and other miscellaneous services. Military Construction (MILCON) project documentation (DD Form 1391); Functional Analysis and Concept Development (FACD) workshops, Design Charrettes; Design-Build (DB) Request for Proposal (RFP) solicitation documents; Design-Bid-Build (DBB) Design contract documents; SPECSINTACT program; cost estimates utilizing the MII cost estimating system; technical surveys and reports including concept studies, site engineering investigation, topographical survey, geotechnical investigation, hazardous material survey, Munitions of Explosive Concern (MEC) survey, hydrographic survey, and others; Collateral Equipment (CEQ) Buy Packages; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF&E); and Post Construction Award Services (PCAS) All AE firms are advised that registration of the firm in the System for Award Management (SAM) Database is required PRIOR to submission of a SF330. Lack of current registration in the SAM Database shall render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The prime firm for this contract will be required to perform throughout the contract term. The selected firm and its subsidiaries or affiliates may be tasked to assist in the preparation of a statement of work, a plan, or a specification for a construction project. This includes concept design, which includes preparation of project programming documents (DD 1391), facility studies, environment assessments, or other activities that result in identification of project scope and cost. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same project. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. SELECTION CRITERIA: Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm's evaluation or disqualify the firm from further consideration. For this acquisition, the Government is seeking a strong Civil lead with a solid Electrical in-house experience; JV/LLC/LP partner and/or team subconsultant. In the case of an electrical team subconsultant, the SF330 shall clearly show which electrical firm will be providing the electrical design experience. The selection criteria are in descending order of importance. Specific selection criteria include: •1. Specialized Experience •2. Professional Qualifications •3. Past Performance •4. Program Management and Capacity •5. Design Quality Control Program •6. Sustainable Design •7. Firm Location •8. Volume of Work Criterion 1 - Specialized Experience Basis of Evaluation : Firms will be evaluated for specialized experience in performance of recent relevant projects. Recent relevant projects are defined as follows: a. Recent relevant projects shall include the design of new construction and/or repair/renovation projects that include any of the following features. Studies or planning contracts/task orders will not be considered. In order to be evaluated as meeting the criteria for relevancy, the SF330 shall submit a minimum of: 1) 3 relevant Civil projects, at least one new construction and at least one repair/renovation, and 2) 3 relevant Electrical projects, at least one new construction and at least one repair/renovation Features that shall be addressed are: (1) Water treatment and distribution systems including pump stations; (2) Wastewater collection and treatment systems including pump stations; (3) Storm drainage systems; (4) Exterior electrical primary distribution; (5) Utility substations; (6) Utility switching stations; (7) Power generation; (8) Secondary distribution systems; (9) Waterfront electrical system; (10) Alternative energy systems; (11) Telecommunications systems for facilities. b. Projects shall have been designed for locations in tropical environments. For this acquisition, tropical is defined as being located between the Tropic of Capricorn and the Tropic of Cancer, excluding arid and high elevation areas. Tropical regions are hot and humid and require special attention in the design of shore-based facilities subject to highly corrosive environments. See UFC 3-440-05N, Change 2 dated 28 November 2006. c. Each project shall be $5 million (Amd 1) or more in estimated construction costs, if the construction contract has not yet been awarded or if the construction contract has been awarded, the awarded construction value per project/contract. Clearly indicate the dollar value of the relevant feature in each project. If more than one feature is included in a project, please indicate the dollar value of each relevant feature. For example, a project $12M in construction cost with $2M water distribution, $2M wastewater collection, $2M storm drainage, and $3M secondary distribution systems would be considered a relevant project to demonstrate water distribution, wastewater collection, storm drainage system and secondary distribution system project types. d. The design shall have been completed within the past ten (10) years exclusive of Post Construction Award Services (PCAS) work. e. For each project submitted for evaluation, please annotate whether any of the following were included. All of the following need not be in one project scope. (1) Execution of Region/FEC DD 1391 or similar project programming documents (2) Functional Analysis Concept Development (FACD)/design charrettes (3) Design-Build (DB) RFP solicitation documents, NOT DB DOR (4) Design-Bid-Build (DBB) RFP final design documents More favorable consideration may be given for the following, which are not listed in any order of preference. 1. SF330s that demonstrate experience in a variety of features listed in paragraph a. above, may be considered more favorable. 2. SF330s that demonstrate a variety of the features listed in paragraph e. above, may be considered more favorable. 3. SF330s that demonstrate design experience for utility features with larger dollar values may be considered more favorable NOTES: •1. A subconsultant's experience will not be given the same level of consideration as that of either a prime firm or a joint venture member/partner because there is no direct legal relationship between the Government and a subconsultant. The exception is an electrical team subconsultant, if proposed, that will be providing the electrical design experience. The SF330 shall clearly designate the electrical design firm that will be providing the electrical design experience. In this instance, the electrical team subconsultant must be the prime AE firm for the project being submitted in order to be given full consideration. •2. Specialized experience of the Prime A-E firm as a subcontractor will not be given the same level of consideration as either the Prime A-E or the Prime Joint Venture (JV)/Limited Liability Company (LLC)/Limited Partnership (LP) or JV/LLC/LP partner(s). Submission requirements SF330, Part I, Section F Submit information on a maximum of ten (10) recent relevant projects. Sufficient information to determine the date of design completion of the project must be included in the project description or the project will not be considered. Projects with design and engineering services that are on-going will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate the first ten projects in the order submitted and disregard any other projects thereafter. All projects provided in the SF330 must be completed by the actual office/branch/regional office proposed to manage and perform work under this contract. Projects not meeting this requirement may be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part I, Section F, Block 25, "Firm Name". Include a contract number or project identification number in Block 21. Include an e-mail address and phone number for the point of contact in Block 23(c). In Block 24, include AE task order/contract award value, value of the construction contract associated with the design, and a detailed narrative of the work performed that demonstrates that the project meets the definition of a recent relevant project. For projects performed as a subcontractor or a JV/LLC/LP involving different partners, specifically indicate the percentage of the work performed as a subcontractor or by each JV/LLC/LP partner, and identify the specific roles and responsibilities performed as a subcontractor or by each JV/LLC/LP partner rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by each entity, the project may be eliminated from further consideration. NOTE: If the firm is a JV/LLC/LP, projects performed by the JV/LLC/LP shall be submitted; however, if there are no projects performed by the JV/LLC/LP, projects shall be submitted for each JV/LLC/LP partner, with a minimum of two projects for any JV/LLC/LP partner, maximum of ten projects per SF330. Firms failing to demonstrate experience for all JV/LLC/LP partners with at least a minimum of two projects for each partner will not be considered. If more than ten projects are submitted for the JV/LLC/LP, the Government will only evaluate the first ten projects in the order submitted and disregard any other projects thereafter. Projects shall be submitted on the SF330 at Part I, Section F. Projects shall be for completed designs and NOT studies. Projects not yet complete will not be considered. For submittal purposes, a task order awarded under a basic IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit a basic IDIQ contract as a relevant project. Instead, list relevant task orders or stand-alone contract awards that meet the definition of a relevant project. Examples of project work submitted that do not conform to this requirement will not be evaluated. Criterion 2 - Professional Qualifications Basis of Evaluation : The SF330s will be evaluated for professional qualifications, competence, and experience of the proposed key personnel in recent relevant projects (see definition of recent relevant project under Criterion 1). Key personnel are individuals who will have major contract or project management responsibilities. Specific disciplines that must be included as key personnel identified in the section entitled Submission Requirements, below. All key personnel shall be licensed. Key personnel may be given more favorable consideration for the s ubmission of more variety in the different features of recent relevant project. Submission Requirements : SF330, Part I, Section E, Key Personnel Resume Supplemental Information, limited to two pages maximum and Section G, Key Personnel Participation in Example Projects, one page maximum. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. For this acquisition, key personnel are designated as follows. The maximum number of key personnel that shall be proposed are annotated in parentheses. Submit full resumes on Section E, with a maximum of five recent relevant projects for the following key personnel: Principal-in-Charge of the Prime Firm (1) Civil Engineers (3) Electrical Engineers (2) Fuels, Petroleum/Oils/Lubricant (POL) Engineer (1) Submit information on Section E, Blocks 12 through 18 only for the following key personnel. Do not submit information in Block 19, Relevant Projects. Mechanical Engineer (1) Structural Engineer (1) Architect (1) Telecommunications Engineer (RCDD certification required) (1) Resumes shall indicate: U.S. professional license (include State and discipline), certifications, registrations and/or accreditations in appropriate disciplines, number of years of experience, firm name and location, education; and indicate proposed role in this contract (e.g. Structural Project Engineer, Civil Project Engineer, etc.) Do not use other company titles such as "Type I Engineer" where the discipline and role are unidentifiable. The Fuels POL Engineer should have experience with POL receiving, storage, distribution and dispensing systems for aviation and diesel fuels on military land-based facilities. Complete Section E for each key personnel. See Criterion 1 for the definition of recent relevant project. If more than the maximum number of resumes or maximum number of pages per resume are submitted for each key personnel, the Government will only evaluate resumes up to the maximum number authorized in the order submitted per discipline per page. Resumes of disciplines that are not required, if submitted, will not be considered in the evaluation. Firms must indicate non-key personnel team members, including, but not limited to, Surveyor and Environmental in the SF330, Part I, Section D organization chart. Criterion 3 - Past Performance Basis of Evaluation : Firms shall be evaluated on past performance on recent relevant projects (projects from Criterion 1) in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. The Government is not limited to the Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reporting System (CPARS)/Architect-Engineer Contract Administration Support System (ACASS) for Criterion 1 projects and may use other sources, such as, customer inquiries, other Government databases, and/or other information available to the Government to evaluate past performance. NOTES: •1. Past performance information for projects listed under Criterion 1 shall be given greater weight than information obtained by the Government for other projects from customer inquiries, Government databases, and other information available to the Government. Past performance information submitted in the SF330 for other projects will not be considered. •2. A subconsultant's past performance information will not be given the same level of consideration as that of either a prime firm or a joint venture member/partner because there is no direct legal relationship between the Government and a subconsultant. The exception is an electrical subconsultant, if submitted, that will be providing the electrical design expertise. Submission Requirements: Submit a completed CPARS/ACASS evaluation for each project submitted for evaluation under Criterion 1, directly behind each project in Section F. IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (B)) included in this notice is provided for the firm and/or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. Download the PPQ from NECO, https://www.neco.navy.mil and submit the PPQ with the SF330. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. PPQ's shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. It shall not be from the prime contractor on a design-build project to a designer nor shall it be from a prime contractor to a subcontractor. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Hawaii, Code OPHA1, Attn: Mr. David Sakamoto via email at david.a.sakamoto@navy.mil prior to the response date. Firms may use PPQs previously submitted in response to other AE services procurements as long as it is relevant. The Government is also not restricted to the information provided in the SF330 and may use other sources to assess past performance, such as information obtained from Past Performance Information Retrieval System (PPIRS), CPARS, and inquiries with previous customers/owners. PPIRS/CPARS/ACASS will be retrieved for the Prime A-E, JV, or JV partner(s) that will perform the work and will be based upon the DUNS number provided for the Prime, JV and/or JV partner(s). If the Prime firm performed the work as a subconsultant for a project under Criterion 1, submit a PPQ. PPIRS/CPARS/ACASS of subcontractors will not be evaluated. PPQs/CPARS/ACASS for projects not included in Section F will not be considered. Past performance information provided in Section F for the Prime that performed the work as a subcontractor or sub-consultant will not be given the same level of consideration as work that was performed as the Prime, Prime JV/LLC/LP or Prime JV/LLC/LP partners. Past performance information pertaining to a non-relevant projects will not be considered. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience. Firms may also address any adverse past performance issues. It is incumbent upon the A-E to provide an explanation of the issues or adverse ratings and what the A-E has done or will do to preclude a less than satisfactory rating on future contracts; otherwise, the A-E may be considered to have not met the requirements of this criterion. Information shall not exceed four single-sided pages in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4 - Program Management and Capacity Basis of Evaluation : Firms will be evaluated on the firm's ability to plan for and to manage work under the contract and the firm's capacity to accomplish the work in the required time. General statements of availability/capacity may be considered less favorably. Submission Requirements, SF330, Part I, Section H •1. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. 2. Describe the firm's present workload and the availability of the project team for the projected contract performance period (2020 - 2025). Describe the proposed team's ability to complete several large task orders concurrently requiring quick turnaround. Criterion 5 - Design Quality Control Program, SF330, Part I, Section H: Basis of Evaluation : Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors. Submission Requirements, SF330, Part I, Section H: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1. Provide a quality control process chart showing the inter-relationship of the management and team components. Identify the quality control manager (by name and firm) and any other key personnel that will be responsible for the quality control program, along with a description of their roles and responsibilities. Identify the quality control manager (by name and firm) and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 2. Describe specific quality control processes and procedures proposed for this contract that will ensure technical accuracy and assurance of overall coordination of plans and specifications, and engineering design services, incorporation of the latest criteria, lessons learned, review comments, etc. Describe how the firm's quality control program extends to the management of subconsultants to ensure design quality consistency between all design disciplines or teams. Describe how the firm's quality control program extends to management of subcontractors to ensure design quality consistency between all design disciplines or teams. Criterion 6 - Sustainable Design Basis of Evaluation : Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the Unified Facilities Criteria (UFC) 1-200-02 High Performance and Sustainable Building Requirements. Submission Requirements, SF330, Part I, Section H : Provide a maximum of three (3) projects that have attained or have been submitted for third party certification (TPC). For projects not yet certified, identify the TPC program and date the project was submitted. If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. Third party certified projects will be considered more favorably than projects not yet certified. Criterion 7 - Firm Location (SF330, Part I, Section H): Basis of Evaluation : SF330s will be evaluated on the location(s) of their office(s) that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects will be located. SF330s will be evaluated on the firm's ability to provide timely on-site response to the Government. Submission Requirements, SF330, Part I, Section H: 1. Indicate location of the office(s) that will be performing the work, including clearly identifying the main office, branch offices, and offices of team members. 2. Address the ability of the firm to ensure timely response to requests for on-site support. If the work is to be performed from other than the local area, briefly describe the ability of the prime firm to provide timely, quality support to the Government. Criterion 8 - Volume of Work Basis of Evaluation : Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System Next Generation (FPDS-NG). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A&E firms including small, disadvantaged business firms, and firms that have not had prior DOD AE contracts. Submission Requirements: None. The Government will extract data from the FPDS-NG database utilizing the DUNS number submitted in the SF330, Part II. SF-330 SUBMISSION REQUIREMENTS: A-E firms desiring to be considered for this acquisition must submit a completed SF330 package. Do not submit Sf254/255s. The SF330 shall be typed, one-sided, and at least 11 point Times New Roman or larger. The SF330 Part I, Section H is limited to 15 single-sided 8.5 by 11 inch pages. The page limit does not include ISRs, certificates, TPC Certifications, PPQs/CPARS, licenses, or other requested documentation, e.g., joint venture agreements, proof of A-E firm registration. Should more than 15 pages be submitted for Part I, Section H, the information contained in the pages exceeding page 15 will not be considered. An SF330 Part II shall be submitted for each firm identified in Part I, Section C. The SF330 Parts I and II pages shall be numbered sequentially. The organizational chart (SF330, Part I, Section D) may be one page, single-sided 11x17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables). Please include your DUNS and CAGE numbers in Block 8(c) of the SF 330, Part II. Any other information submitted such as company brochures, leaflets, etc., will not be considered. In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires A-E firm registration, the firm must provide proof of registration (e.g. state registration number). If a firm is in a jurisdiction that does not require A-E firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction, registration to do business in a state, etc.) Failure to submit the required proof could result in a firm's elimination from consideration. Firms submitting SF330s as a Joint Ventures (JV), Limited Liability Companies (LLC), Limited Partnerships (LP) or other type of partnering structure shall submit the following documentation regarding their business entities: a. A signed copy of the JV, LLC or LP agreement. b. A detailed statement outlining the following in terms of percentages where appropriate - (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents and any modifications, task order, and task order modifications). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, e-mail address, phone number and facsimile number. Failure to submit a joint venture agreement or other partnering type of agreement with your SF330 will result in the firm's elimination from further consideration. Firms that meet the requirements described in this announcement are invited to submit: •· One (1) original paper copy of the SF330, marked as "Original". •· Four (4) paper copies of the SF330, marked as "Copy". •· One (1) PDF copy of the SF330 on a CD/DVD. Submit the SF330 as a ONE complete PDF file (multiple files will not be accepted). If there is a discrepancy between the paper copies and the electronic copy, the paper copy shall govern. If there is a discrepancy between the original submission and any ofthe copies, the original submission shall govern. Submit completed SF330s to Naval Facilities Engineering Command, Hawaii, Code OPHA1, Attn: Mr. David Sakamoto, Contract Specialist. Firms responding to this announcement by Wednesday, November 13, 2019 at 2:00 p.m. Hawaii Standard Time (HST) will be considered. Emailed or faxed submissions are not allowed. Prior to submitting your SF330, please send an email notification with the date and approximate time of your intent to submit to david.a.sakamoto@navy.mil The delivery addresses are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command, Hawaii Code OPHA1:DS (N62478-19-R-5037) 400 Marshall Road JBPHH, HI 96860-3139 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command, Hawaii Code OPHA1:DS (N62478-19-R-5037) Building A-13 (SEE MAP PROVIDED AS ATTACHMENT A) JBPHH, HI 96860-3139 THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The point of contact is Mr. David Sakamoto, Contract Specialist, email david.a.sakamoto@navy.mil. If an SF 254/SF 255 is submitted for this acquisition, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). Completion of electronic annual representations and certifications are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. A-E firms shall have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. All inquiries concerning this procurement shall include the announcement number and title and shall be forwarded via email to david.a.sakamoto@navy.mil within 21 days of the synopsis issuance date. Secondary point of contact is Norine E. Horikawa. norine.horikawa@navy.mil. Inquiries via phone will not be entertained. Questions submitted after this date may not be answered by the Government. All potential offerors are advised to check the Federal Business Opportunities (FBO) website, https://www.fbo.gov/ for modifications and responses to inquiries (Notices) pertaining to this announcement. Failure to periodically check these websites, may affect your SF330 submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742PH/N62478-19-R-5037/listing.html)
 
Record
SN05470233-W 20191010/191008230417-3b14ed485edccfe99ba0d59e82a46ac7 (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.