Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2020 SAM #6748
SOLICITATION NOTICE

C -- IDIQ ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS IN SUPPORT OF THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM (SIOP) AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACITLIES ENGINEERING COMMAND, PACIFIC

Notice Date
5/19/2020 10:21:51 AM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-20-R-0001
 
Response Due
7/7/2020 5:00:00 PM
 
Archive Date
07/22/2020
 
Point of Contact
Annette Tijerina, Phone: 8084745720, Erik S. Torngren, Phone: 8084746476
 
E-Mail Address
annette.tijerina@navy.mil, erik.torngren@navy.mil
(annette.tijerina@navy.mil, erik.torngren@navy.mil)
 
Description
Modification No. 2 The pre-solicitation notice issued on May 04, 2020 is modified to include the Contractors' questions and Government responses.� The questions and responses are provided for information purposes only. The announcement remains unchanged unless the synopsis is modified in writing. There is no change to the response date/time of July 07, 2020, 2:00 p.m. Hawaii Standard Time. Modification No. 1 was issued on May 12, 2020. ----------------------------------------------------------------------------------------------------------------------------------- Modification 1: The pre-solicitation notice issued on May 04, 2020 is modified to include the Contractors' questions and Government responses.� The questions and responses are provided for information purposes only. The announcement remains unchanged unless the synopsis is modified in writing. There is no change to the response date/time of July 07, 2020, 2:00 p.m. Hawaii Standard Time. -------------------------------------------------------------------------------------------------------------------------------------------------- N62742-20-R-0001 INDEFINITE DELIVERY INDEFINITE QUANTITY ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS IN SUPPORT OF THE SHIPYARD INFRASTRUCTURE OPTIMIZATION PROGRAM (SIOP) AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACITLIES ENGINEERING COMMAND, PACIFIC� 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 PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for structural and waterfront projects in support of the Shipyard Infrastructure Optimization Program (SIOP) and other projects at locations under the cognizance of Naval Facilities Engineering Command Pacific, 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 IDIQ contract will be for a base period and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $500,000,000. The minimum guarantee for the contract term (including option years) is $50,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is April 2021. This proposed contract is being solicited on an UNRESTRICTED basis.� The Small Business size standard classification is North American Industry Classification System (NAICS) Code 541330, Engineering Services. 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. The type of structural and waterfront services expected to be performed under this contract include, but are not limited to, the execution and delivery of Military Construction (MILCON) project documentation (DD Form 1391); 1391 Charrettes; Design Charrettes, Design-Build (DB) Request for Proposal (RFP); Design-Bid-Build (DBB) Design contract documents; technical surveys and reports including concept and engineering studies, engineering modeling, site engineering investigations, topographic surveys, geotechnical investigations, hazardous material surveys, munitions of explosive concern (MEC) surveys, hydrographic surveys, and others; construction cost estimates; 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). 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.� Specific selection criteria include (listed in descending order of importance): Specialized Experience Professional Qualifications Past Performance Quality Control Program Management and Capacity Sustainable Design Commitment to Small Business Firm Location Volume of Work Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: Criterion (1). ��Firm�s Specialized Experience Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in: Execution of DD1391 or similar project programming document 1391/design charrettes Development of DB Request for Proposal solicitation documentation Development of DBB design contract documents Structural engineering studies.� Relevant projects include new construction/repair/alteration of waterfront facilities such as drydocks, piers, and wharves; and buildings such as industrial facilities, maintenance and/or repair facilities, warehouses, headquarters/administration buildings, utility buildings, classrooms, aircraft hangars, and armories. New construction projects shall be $100 million or more in construction value per project and completed within the past ten (10) years immediately preceding the date of issuance of this notice. Repair/alteration projects shall be $40 million or more in construction value per project and completed within the past ten (10) years immediately preceding the date of issuance of this notice. Firms may be considered more favorable by demonstrating the following: Submission of more variety in the types of facility projects for specialized recent experience; Projects located in tropical environments similar to Hawaii, Guam, Tinian, and Diego Garcia. Submission of large projects with construction value greater than $300 million.� Submission requirements: Provide a maximum of six (6) projects with the design completed within the past ten (10) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined above. 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. Of the six (6) projects, a minimum of two (2) projects shall be for waterfront facilities, such as drydocks, piers, or wharves, and a minimum of one (1) project shall be for an industrial or repair and/or maintenance facility. �If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will 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 1, 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 in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole.� If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, submit projects for each joint venture partner, not to exceed a total of four (4) projects for each partner. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 1 should be submitted in the SF330, Part I, Section F of the. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion 2 - Professional Qualifications (SF330, Part I, Sections E & G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise.. Submission Requirements: SF330, Part I, Section H.� Provide a list of key personnel for three (3) design teams that shall be limited to the following: Principal-In-Charge (PIC) of the Prime AE firm, Project Manager (PM), Structural Project Engineer, Project Architect, Mechanical Project Engineer, Electrical Project Engineer, Civil Project Engineer, Fire Protection Project Engineer, Environmental Engineer, Geotechnical Engineer, Land Surveyor, and Cost Estimator:� Note:� The PIC of the Prime AE firm may be the same person on multiple teams SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes should indicate: active U.S. professional registration (include State and discipline), number of years of experience in work relevant to the services required under this contract, role in this contract, firm name and location, and education.� For Cost Estimator, indicate years of experience in work relevant to the services required under this contract, role in this contract (identify the primary cost estimator if more than one cost estimator is submitted), firm name and location, and education.� Professional registration for Cost Estimator is not required.� Professional qualifications of personnel of the design teams other than the key personnel (e.g., PM, Structural Project Engineer, Project Architect, Mechanical Project Engineer, Electrical Project Engineer, Civil Project Engineer, Fire Protection Project Engineer, etc.) shall not be submitted, and if submitted, will not be considered in the evaluation. Do not use other company titles such as �Type I Engineer� where the discipline and role are unidentifiable. Indicate participation of key personnel in example projects in the SF330, Part 1, Section G.� Specialized Experience and Technical Competence:� Key personnel specialized experience and technical competence in relevant projects that involved the execution of DD1391 or similar project programming documents, 1391/Design Charrettes, DB RFP solicitation documents, DBB design contract documents, and structural engineering studies.� More favorable consideration may be given for: 1)�� PM experience in (1), (2), and (3) of Criterion 1� 2)�� PM professional qualifications and past performance of the prime or lead contractor�s key personnel vice subcontractor(s)�s key personnel 3)�� Submission of more variety specialized experience and more variety of types of facilities. SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the three (3) PMs. Relevant project information for other key personnel is not required and if submitted, will not be considered in the evaluation. For these other key personnel, complete Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Complete one Section E for each PM, providing all requested information. Submit a maximum of four (4) relevant projects for each PM, demonstrating specialized experience in relevant projects. A project is defined as either a stand-alone contract or a single task order in an IDIQ contract having the features described above. If more than four (4) projects for each PM are submitted, the Government will evaluate the first four (4) projects listed in Part I, Section E and disregard any other project information.��� Each project shall include project title and location, year �professional services� (not including PCAS) completed, details of specialized experience, point-of-contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, contract award amount, estimated construction cost and the role and experience the PM had in performing the project. �Experience in a role other than PM for project submittal will not qualify as specialized experience and technical competence. If a project description does not clearly define the work performed by the PM (including the specialized design and engineering service) or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably or as not qualified. Criterion 3-��� Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Criterion 1 projects and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for projects listed under Criterion 1 may be given greater weight. �Submission Requirements: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command Pacific, Code ACQ31, Attn: Ms. Annette Tijerina via email at annette.tijerina@navy.mil and copy to Mr. Erik Torngren via email at erik.torngren@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. 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.� Information shall not exceed two double-sided pages (or four single-sided pages) in total. The information provided in the SF330 may provide the major portion of the information used in the Government�s evaluation for past performance. The Government however, is not restricted to the information provided by the Offeror and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS) and inquiries with previous customers/owners. PPIRS will be evaluated for the firm that will perform the work and search will be based upon the CAGE/DUNS number provided for the firm. If the AE received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the AE to provide an explanation of the rating and what the AE has done or will do to preclude less than satisfactory ratings on future contracts. A subcontractors or subconsultants past performance will not be given the same level of consideration as either the prime contractor or the JV partner(s). Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4-��� Quality Control Program (SF330, Part I, Section H): 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: 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: Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. Provide a quality control process chart showing the inter-relationship of the management and team components. Describe specific quality control processes and procedures proposed for this contract including checking documents for errors, omissions, inconsistencies, and quality; tracking and incorporating review comments; and implementing the latest criteria and lessons learned. Describe how the prime AE will ensure quality consistently across the entire team and how quality of subcontractor�s work is assured.� Describe internal quality assurance procedures and indicate the level of effectiveness. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. Describe how the firm�s quality control program extends to management of subcontractors. � Criterion 5-��� Program Management and Capacity (SF330, Part I, Section H): Firms will be evaluated on the firm�s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time.� Task orders may range from $25M to $100M and there will be requirements to accomplish multiple projects concurrently. Submission Requirements: Describe the proposed team�s ability to complete several large task orders concurrently requiring quick turnaround. �Indicate the firm�s current workload and the availability of the prime and subconsultants for the specified performance period. Address how the firm's organizational construct is most efficient and effective in the execution of work.� Assume three (3) separate design teams will execute three (3) large projects concurrently. Provide an organizational chart for the three (3) separate design teams, identify team composition (prime AE firm, subcontractor/subconsultant of major design disciplines, and other required design firms) and personnel (key personnel and other personnel of major design disciplines only). For all key personnel identified in Selection Criterion 2, explain their roles and responsibilities in the proposed organization. If the same Principal-in-Charge is proposed for more than one (1) design team, provide explanation substantiating such designation and ability to accomplish multiple projects concurrently.� Describe the ability of the firm to manage, coordinate, and work effectively with team members both internal staff and consultants.� Discuss the history of working relationships with team members, including joint venture partners where applicable. Describe the firm�s present workload and the availability of the project team (including consultants) for the specified contract performance period. 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.� General statements of availability/capacity may be considered less favorably. � Criterion 6 �Sustainable Design (SF330, Part I, Section H) Firms will be evaluated in terms of their knowledge and demonstrated experience in applying sustainability concepts through an integral design approach and designing in accordance with recognized sustainability rating systems such as Green Globe, LEED, etc. Submission Requirements: Provide a maximum of three (3) projects that have attained or been submitted for sustainable design third party certification (LEED, Green Globes, Guiding Principles Compliance, or other equivalent certification).� For projects certified, submit a copy of the certificate (certificates are not included toward the overall page count).� For projects not yet certified, identify the date the project was submitted.� For all projects, identify the team�s major contribution(s) (design elements, features, equipment, etc.) in attainment of the certification. 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. Certified projects will be considered more favorably than projects not yet certified. Discuss key sustainable design personnel experience and qualifications. Criterion 7 �Commitment to Small Business (SF330, Part I, Section H): Firms will be evaluated on the extent to which their proposals demonstrate a history of successfully supporting Government policies concerning utilization of small business concerns including, when applicable, achievements against established small business subcontracting plan goals.� Firms will also be evaluated on the levels of small business participation proposed and the degree of commitment to use named sources.� The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities will be considered.� The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition. Submission Requirements: �(1) Achievements: All firms shall provide a narrative (shall not exceed two (2) single-sided pages or (one (1) double-sided page) to describe their achievements in supporting the Government�s policy to provide maximum practicable opportunities for small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns to participate as subcontractors consistent with efficient contract performance.� Provide the following in support of narrative submissions (excluded from page limitation): ����� a.�� All firms shall submit small business subcontracting information associated with each project cited under the Criterion 1 � Firm�s Specialized Experience Factor in the format provided in Attachment B, Small Business Subcontracting Record. ����� b.�� Firms representing as other than small businesses shall also provide copies of the most current individual subcontracting reports (ISRs) associated with each project cited under the Criterion 1 � Firm�s Specialized Experience Factor if a small business subcontracting plan was required by the contract.� If such projects were completed under specific task orders, provide ISRs for the overall contract.� For cited projects with state and local government agencies, provide similar subcontracting performance reports if required by the contracts.� When not specifically addressed in the ISR or similar report, firms shall provide explanations for all instances of failures to meet dollar or percentage goals in individual subcontracting plans. Notes:� The Government reserves the right to consider achievements information on other recent, relevant projects from all available sources. If the firm is a new joint venture, partnership or other entity consisting of more than one company, provide achievements information for each individual business entity(ies) that will be responsible for managing the subcontracting program and clearly describe those responsibilities. Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (2) Small Business Participation and Commitment: All firms shall submit a small business participation and commitment strategy including all data elements shown in Attachment C, Small Business Participation and Commitment Strategy. ����� a.�� Identify in terms of dollar value and percentage of the total acquisition the extent of work the firm will self-perform as the prime contractor.� If submitting an offer as a joint venture, identify the percentage of work each member will be responsible for and indicate the size status of each member (e.g. small business, woman-owned small business, other than small business). ����� b.�� Include supplemental narratives (shall not exceed five (5) single-sided pages) to address other elements of the firm�s strategy such as binding agreements covering post award roles for execution of the contract and specific initiatives and tools that will be employed under the contract to enhance small businesses opportunities to both participate in this acquisition and build capabilities to support future NAVFAC acquisitions. ����� c.�� The minimum prime and first tier overall small business participation rate for this acquisition (i.e. work to be performed by small businesses as the prime and/or subcontractors) is 20% of the contract value.� Firms are encouraged to exceed this percentage and seek meaningful levels of participation in each of the small business socioeconomic programs listed in Attachment C consistent with efficient contract performance.� Firms shall explain in their participation and commitment strategies how proposed participation rates were established.� The small business participation and commitment strategy must be in agreement with any required small business subcontracting plan and will be made a part of the contract upon award.� Slated large business firms will be required to submit a Small Business subcontracting plan prior to the interview.� The NAVFAC Subcontracting targets for FY21 is as follows: Small Business � 40% Small Disadvantaged Business � 5% HUBZone Small Business � 3% Women-Owned Small Business � 9% Service Disabled Veteran-Owned Small Business � 3% Criterion 8�Firm Location (SF330, Part I, Section H) Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects could be located. Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily NAVFAC Pacific AOR. Submission Requirements: Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members and include description of staffing and functions for each office. � Provide a narrative describing the team�s knowledge of the primary geographic areas to be covered by this contract.� Address the ability of the firm to ensure timely response to requests for on-site support. � Criterion 9�Volume of Work (SF330, Part 1, Section H) 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 (FPDS). 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 A&E contracts. Submission Requirements: Firms do not submit data for this factor. SF-330 SUBMISSION REQUIREMENTS: All contractors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at https://www.sam.gov.� The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and sub-consultants for this contract will be required to perform throughout the contract term. 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. 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. The contract will require that the selected A-E firm 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. 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 AE firm registration, the firm must provide proof of registration.� If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide p...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/42f744d6fd4a4b6c805d67c32c343a6c/view)
 
Place of Performance
Address: JBPHH, HI 96860, USA
Zip Code: 96860
Country: USA
 
Record
SN05662249-F 20200521/200519230151 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.