Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 14, 2021 SAM #6986
MODIFICATION

C -- ARCHITECT-ENGINEER SERVICES INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR FACILITY PLANNING SERVICES, SMALL BUSINESS SET-ASIDE, AT VARIOUS GOVERNMENT INSTALLATIONS PRIMARILY IN THE NAVFACSYSCOM SOUTHWEST (SW) AREA OF RESPONSIBILITY (AOR)

Notice Date
1/12/2021 9:05:46 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N6247321R1001
 
Response Due
2/16/2021 7:00:00 AM
 
Archive Date
03/03/2021
 
Point of Contact
Harold W. Hayes, Phone: 6197054646
 
E-Mail Address
harold.hayes@navy.mil
(harold.hayes@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N62473-21-R-1001; INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR FACILITY PLANNING SERVICES, AT VARIOUS GOVERNMENT INSTALLATIONS PRIMARILY IN THE NAVFACSYSCOM SOUTHWEST (SW) AREA OF RESPONSIBILITY (AOR) IN CALIFORNIA, ARIZONA, NEVADA, COLORADO, NEW MEXICO, AND UTAH, BUT MAY BE AVAILABLE TO THE NAVFACSYSCOM PACIFIC AND ATLANTIC AORS AS APPROVED BY THE NAVFACSYSCOM SW PROCURING CONTRACTING OFFICER. PREPONDERANCE OF WORK IS ANITICIPATED TO BE IN SOUTHERN CALIFORNIA. 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 Facility Planning services at various government installations primarily in the NAVFACSYSCOM SW AOR in California, Arizona, Nevada, Colorado, New Mexico, and Utah, but may be available to the NAVFACSYSCOM SW AORs as approved by the NAVFACSYSCOM SW Procuring Contracting Officer. Preponderance of work is expected to be in Southern California. 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 item of two (2) years with one option item of three (3) years. The total fee for the contract term shall not exceed $15,000,000. The guaranteed minimum for the contract term is $5,000. Firm-fixed price task orders will be negotiated for this contract. The minimum value of individual task orders executed under this contract is $10,000 and the maximum value is $1,500,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is July 2021. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE PROCUREMENT. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541320 (Landscape Architectural Services) with a small business size standard of $8 million. 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. A market research study was conducted by NAVFACSYSCOM SW that included an assessment of relevant qualifications and capabilities of potentially qualified firms. Upon review of the market research, the U.S. Small Business Administration (SBA) in San Diego determined that a Small Business Set-Aside procurement is appropriate. The NAVFACSYSCOM SW small business office concurs with the SBA determination. A?E services required: PRIMARY SERVICES: PROJECT PLANNING DOCUMENTS: Military Construction (MILCON), Demolition, and Special Projects Planning: - DD Form 1391s; - Design-Build (DB) Request for Proposal (RFP) preparation of schematic design (layout, functional drawings and studies) up to 15% completion; - Design charrettes; - Functional analysis concept development (FACD) studies; - Planning documentation in Electronic Project Generator (EPG); - Preliminary and Parametric Cost Estimates; - Site Approvals (Ordnance etc.); - Economic Analyses (EAs); - Asset Evaluations (AEs); - Basic Facilities Requirements (BFRs); - Facilities Planning Documents (FPDs) utilizing the government�s web-based internet Naval Facilities Asset Data Store (iNFADS) program. - Support services may include architectural, civil engineering, landscape architectural, mechanical, electrical, fire protection, geotechnical / subsurface, anti-terrorism / force protection, cybersecurity, utility, renewable energy, and hazardous materials studies. SECONDARY SERVICES: SHORE INFRASTRUCTURE MASTER PLANNING: Local and regional planning to include sea level rise / extreme water levels, sustainable urbanism, healthy community planning, campus planning, form-based planning, energy and renewable master planning, transportation planning, water conservation planning, low-impact development, web-based master planning and other planning documents which incorporate sustainability principles. Master Planning will be in accordance w UFC Installation Master Planning, NAVAC Installation Development Planning Consistency Guide and other applicable guidance. GEOSPATIAL INFORMATION & SERVICE (GIS), AND CADASTRAL SUPPORT SERVICES: - Preparation of spatial and non-spatial data acquisition; - Data for the enterprise GIS database systems in accordance with current Navy Data Model standards (NDM 4x); - Preparation of maps, datasets, data models, geo-processing models, automation scripts utilizing Microsoft Office, Adobe Acrobat, Oracle, AutoCAD, ESRI ArcGIS Product Suite; - GPS services which include the collection of global positioning system (GPS) data using GPS equipment compatible with the NAVFACSYSCOM SW GeoReadiness Center (GRC); land surveying and topographic mapping. Incidental training related to the primary or secondary services. All contractors are advised that registration in the BetaSam Database is required prior to award of a contract. Failure to register in the BetaSam Database may render your firm ineligible for award. For more information, check the BetaSam Web site: https://beta.sam.gov. The Special Contracts Requirement section of the contract will contain the following contract language addressing organizational conflicts of interest: �Review of FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest is encouraged. The intent is to identify and evaluate potential conflicts of interest prior to contract award. Generally, if the Contractor/affiliates/subcontractors under this contract prepares or assists in preparing a statement of work, specifications and plans, the Contractor and its affiliates and any subcontractors/subconsultants may be ineligible to bid or participate, in any capacity, in any contractual effort which is based on such statement of work or specifications and plans as a prime contractor, subcontractor, consultant or in any similar capacity. In addition, the Contractor and its affiliates and/or subcontractors under this contract are ineligible to bid or participate, in any capacity, in any contractual effort which is based upon a statement of work, specifications and plans which the Contractor and its affiliates and/or subcontractors previously prepared or assisted in preparing.� The prime firm 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 SF-330 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. Criteria 1 and 2 are considered most important and of equal importance to each other; Criteria 3, 4, and 5 are of lesser importance and listed in descending order of importance; and Criterion 6 is of lesser importance and will be used as a tiebreaker among firms considered to be technically equal. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less favorably in the evaluation. Specific selection criteria include: 1. Professional Qualifications 2. Specialized Experience & Technical Competence 3. Past Performance 4. Quality Control 5. Program Management, Capacity, and Location 6. Volume of Work Criterion 1�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 in the SF-330, Part I, Section F. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide specialized expertise. At least one of the key personnel on staff of the Prime A-E firm shall be a professionally registered a planner certified by the American Institute of Certified Planners (AICP). Provide a maximum of eight (8) resumes for key personnel that would be responsible for completing the required Primary and Secondary A-E services. All key personnel must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member. Submission Requirements: SF-330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the Primary and Secondary A-E services for the relevant project types proposed under this contract. Non-relevant information will not be considered. At a minimum, one (1) Program Manager shall be on staff of the Prime A-E Firm and be a professionally registered planner certified by the American Institute of Certified Planners (AICP). At least one (1) of the key personnel shall be a Sustainable Design Manager and shall be a Leadership in Energy and Environmental Design (LEED) Green Associate (GA) or Accredited Professional (AP) by the US Green Building Council (USGBC) and be on staff of the Prime A-E firm. At least one (1) of the key personnel shall be a Registered Architect on staff of the prime A-E firm or a firm (subcontractor) listed in the SF330 as part of the offeror�s team. See definitions at the end of this notice for professional registration and experience requirements. Key personnel may not fulfill more than one role stated in this synopsis. Resumes of key personnel shall demonstrate their depth of experience in their respective roles. Each resume shall include a maximum of five (5) specific relevant projects and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past five (5) years immediately preceding the date of issuance of this notice) and complete projects (see definition) - that exhibit specific experience in work relevant to the Primary and Secondary A-E services required under this contract; and indicate proposed role and responsibility in this contract. Identifying only the individual�s job title will not provide sufficient information to determine their specific experience as it relates to services to be performed under this contract. Submit a copy of the applicable current professional certification/registration/accreditation certificate (personnel with registration in multiple states need only submit a copy from one state). Projects not meeting these requirements will not be considered. Indicate participation of key personnel in example projects in the SF-330, Part I, Section G. Criterion 2 �Specialized Experience & Technical Competence (SF-330, Part I, Section F): Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in: 1. The proposed team�s experience and technical competence in the Primary and Secondary A-E services for project types identified for this contract. Submission requirements: Provide a maximum of ten (10) completed projects (see definitions) within the past five (5) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in performing the Primary and Secondary A-E services for project types identified for this contract. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. 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. At least three (3) of the projects shall have both a minimum A-E fee of $250,000 for the listed Primary or Secondary Facility Planning services and be self-performed by the Prime A-E firm. In accordance with FAR Clause 52.219-14 (b)(1) Limitation on Subcontracting, Self-Performance for A-E services is defined as the prime A-E firm having performed at least 50% of the contract performance for personnel for the project, with personnel from the prime A-E firm. At least one (1) project shall have both a minimum A-E fee of $500,000 for the listed Primary or Secondary Facility Planning services and be self-performed by the Prime A-E firm. In accordance with FAR Clause 52.219-14 (b)(1) Limitation on Subcontracting, Self-Performance for A-E services is defined as the prime A-E firm having performed at least 50% of the contract performance for personnel for the project, with personnel from the prime A-E firm. At least one (1) project, performed by the prime A-E firm or a firm (subcontractor) listed in the SF330 as part of the offeror�s team shall have a Design-Build (DB) Request for Proposal (RFP) preparation of schematic design (layout, functional drawings and studies) up to 15% completion, with a minimum A-E fee of $250,000 for the project. Note: A single project may satisfy more than one of the above minimum requirements. All projects provided in the SF-330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract identified in SF-330, Part I, Section C. 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 SF-330 Part I, Section F, block 25, �Firm Name�. Include a contract number or project identification number in block 21. Include the month and year of completion in block 22. 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 type of project and its relevance to the scope of this contract, the contract period of performance, award contract value, current contract value, relevant sustainable features incorporated in the project, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. Firms with multiple offices shall indicate which office/branch performed the A-E services. 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, projects must be submitted for each joint venture partner, not to exceed the ten (10) project limitation. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. In cases where the submitted project was performed by a JV, but all JV partners for that project are not on the team identified in Part I, Section C, specifically describe the relevant work performed by the JV partner(s) proposed for this contract. 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, submit a relevant task order or stand-alone contract award that fits 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 2 should be submitted in the SF-330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part I, Section F in evaluation of Criterion 2. 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 management. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 2 projects and may include customer inquiries, Government databases, and other information available to the Government including contact with points of contact in other criteria. NOTE: Past performance information for projects listed under Criterion 2 may be given greater weight. Submission Requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 2. IF A COMPLETED CPARS/ACASS 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 2. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. Submitted CPARS/ACASS and PPQ evaluations will not be counted as part of the 30-page limitation and shall be attached to the SF-330, behind the SF-330 Part II document. IF A CPARS/ACASS 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 SF-330. 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). PPQ evaluations that are completed by a team member identified in Part I, Section C of the SF-330 are considered interested parties to this solicitation and will not be evaluated. Firms may submit a PPQ previously submitted under a different Notice/RFP (copies must be legible) 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 Southwest, Code DCMAR, Attn: Harold (Hal) Hayes via email at harold.hayes@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 2. Firms may also address any adverse past performance issues. Information shall not exceed two double-sided pages (or 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. 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, along with the 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. Address Key Descriptions below: 1. Explain the quality control program including an example of how the plan has worked for one of the projects submitted under Criterion 2 or how the plan will work if it has not been used previously. 2. Provide a quality control process chart showing the inter-relationship of the management and team components. 3. Describe specific quality control processes and procedures proposed for this contract to ensure technical accuracy of technical accuracy, effective coordination, and consistency of the A-E�s work product across the team (including subcontractors). 4. Describe how the firm�s quality control program extends to management of subcontractors. 5. For offerors who are joint ventures and/or teams with offices in a variety of locations, describe how the QC effort will be implemented across the various team offices. Describe from which office the QC program will be managed/coordinated and the plan/methods to ensure effective QC and communication between offices. Criterion 5�Program Management and Capacity and Location (SF330, Part I, Section D & 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, and on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. Address Key Descriptions below: 1. Provide an organizational chart for the team in the SF-330, Part I, Section D and discuss the program management plan for this contract and personnel roles in the organization. Identify on the submitted organization chart the relationships and lines of authority of the proposed team members, including key subcontractors. Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions. 2. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and subcontractors. Discuss the history of working relationships with team members, including joint venture partners where applicable. 3. Describe the firm�s present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period. Describe the ability of the firm to accomplish multiple large task orders simultaneously and strategies to meet surges in unexpected workload demand. Describe 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. 4. Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of the location of their offices and key personnel within the primary geographic area of the anticipated projects, primarily NAVFACSYSCOM SW AOR. Provide a narrative describing the team�s knowledge of the primary geographic areas in which projects could be located and the team�s availability and ability to ensure timely response to requests for onsite support at Government installations throughout the NAVFACSYSCOM SW AOR. Firms with a main office outside Southern California shall address how they would effectively communicate, collaborate, and share data with clients and subcontractors. Firms with a main office in Southern California may be considered more favorably in the evaluation. Criterion 6�Volume of Work (SF330, Part I, 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). In the case of a joint venture (JV), data will be extracted for the JV and for each JV partner. 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: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed thirty (30) single-sided 8.5 by 11 inch pages (the page limit does not include the Organizational Chart, ISRs, certificates, PPQs, licenses, or the draft subcontracting plan as required by the Small Business Subcontracting criterion, nor does the page limit include cover sheets or dividers, provided these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart in Section D may be one-page single sided 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables). The Organization Chart will not be counted against the 30-page limitation. Please include your DUNS and CAGE numbers in Block 30 of the SF-330. 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 proof of eligibility to practice (e.g., a summary explaining under the laws of that jurisdiction.) This documentation is not counted as part of the 30-page limitation. Failure to submit the required proof could result in a firm�s elimination from consideration. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm�s elimination from further evaluation. Architect-engineer firms that meet the requirements described in this announcement are invited to submit an electronic response. Responses are due no later than, 10:00 A.M. Pacific Standard Time on Tuesday, February 16, 2021. THIS IS NOT A REQUEST FOR PROPOSAL. Responses shall be submitted electronically using the Department of Defense (DoD) Secure Access File Exchange (SAFE) service at https://safe.apps.mil, via the �Drop-off� feature. DoD SAFE is the only electronic commerce method authorized for the submission of responses. Submissions outside of DoD SAFE will not be considered. Instructions for submission of responses using the DoD SAFE �Drop-off� feature are provided below: 1. There are no user accounts for DoD SAFE. In order to submit a response, firms shall submit their point of contact (POC) name and email address via email to the following Contract Specialists identified below to obtain a �Request Code� for DoD SAFE �Drop-off�. Contract Specialist: Harold Hayes, harold.hayes@navy.mil Contract Specialist: Crystal Irvin, crystal.irvin@navy.mil Note: The Government does not intend to respond to emails for drop-off request codes submitted less than 10 calendar days before the response due date shown in the announcement. 2. No later than 4 calendar days prior to the response due date, the Contract Specialist or Contracting Officer will send a �Request Code� to the firm�s specified POC via the email address provided. Only the firm�s identified POC will be able to drop off the response in DoD SAFE. Failure to provide accurate POC information will preclude the firm from using DoD SAFE. 3. Firms are instructed to submit their complete response in one (1) single file, formatted in Portable Document Format (PDF) with a .pdf file extension. 4. To submit the response, the firm will go to the DoD SAFE website at https://safe.apps.mil, accept the user agreement, click �Drop-off,� and enter the 12-digit �Request Code� that was provided by the Contract Specialist or Contracting Officer. The system will allow for inclusion of a short note to the Government recipient. The firm will then click to add their response file, or drag and drop the file. Click �Drop-off Files� to send the file to the Government recipient. Confirm that the file does not contain classified information and click �OK.� Once the file is uploaded, an email will be sent to the Government recipient notifying them of the �drop-off.� [Additional details can be viewed in the DoD SAFE User Guide available at https://safe.apps.mil/about.php]. The DoD SAFE system will record the date and time of proposal submission. The date and time of proposal submission recorded in DoD SAFE shall govern the timeliness of any response. The maximum allowable file size for DoD SAFE is 8GB. DoD SAFE recommends using Firefox, Chrome, or Edge browsers. Internet Explorer is not recommended. Please note that Internet Explorer limits uploads to 2GB. Late responses will be handled in accordance with FAR 52.215-1.The point of contact is Hal Hayes, Contract Specialist, at harold.hayes@navy.mil. If an SF-254/SF-255 is submitted for this solicitation, 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). It is the offerors responsibility to check the BetaSam website at: https://beta.sam.gov for any revisions to this announcement or other notices. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to harold.hayes@navy.mil. ALL REQUESTS FOR INFORMATION (RFIs) MUST BE SUBMITTED IN WRITING TO RECEIVE AN ANSWER. RFIs WILL BE ANSWERED VIA BETASAM. RFIs MUST BE SUBMITTED BY Tuesday, February 9, 2021. *** END OF ANNOUNCEMENT *** DEFINITIONS OF TERMS: BRANCH OFFICE: An office of a firm located separately from a firm�s other office(s) and having a separate address. COMBINED PROJECT(S): Projects with multiple starting and ending points, performed under separate task orders, delivery orders, or multiple contracts combined in a single description. No credit will be given for work performed under IDIQ or other multiple-award type contracts in the aggregate (multiple projects completed under more than one task/delivery order). COMPLETE PROJECT: 100% plans and specifications signed by a professional Landscape Architect or Engineer and ready to advertise for construction with final cost estimate; 100% complete cost estimates and schedules; 100% complete RFP/deliverable documents; or 100% complete study/investigation/report documents. FIRM: Any individual, firm, partnership, corporation, association, or other legal entity permitted by law to practice the professions of architecture or engineering. JOINT VENTURE (JV): A legal business entity formed between two or more companies (parties) to undertake the performance activities of a contract together. KEY PERSONNEL: The personnel of the offerors team who are...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9087584046424b74baaed0d0dcca0ef9/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN05889760-F 20210114/210112230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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