Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2021 SAM #7272
SOLICITATION NOTICE

C -- A-E IDIQ Surveying and Mapping

Notice Date
10/27/2021 6:35:43 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
NAVFAC SOUTHWEST SAN DIEGO CA 92132-5000 USA
 
ZIP Code
92132-5000
 
Solicitation Number
N62473-22-R-1401
 
Response Due
11/8/2021 2:00:00 PM
 
Archive Date
11/23/2021
 
Point of Contact
Sheila Nix, Phone: 619-705-4624
 
E-Mail Address
sheila.nix1@navy.mil
(sheila.nix1@navy.mil)
 
Description
Amendment 01 � Dated October 26, 2021 GENERAL INFORMATION Change Offers due time zone From: Eastern Daylight Time (EDT) To: Pacific Standard Time (PST) DESCRIPTION Correct the IDIQ Period of Performance (POP).� From:� The IDIQ contract will be for a base period of eight (8) years with no option periods. To: The IDIQ contract Period of Performance (POP) will be for a total of eight (8) years.� A Base Period of two (2) years plus three (3) option periods of two (2) years each. N62473-22-R-1401 ARCHITECT-ENGINEERING SERVICES INDEFINITE DELIVERY INDEFINITE QUANTITY CONTRACT FOR SURVEYING AND MAPPING AT VARIOUS NAVY AND MARINE CORPS INSTALLATIONS IN CALIFORNIA, ARIZONA, NEVADA, COLORADO, NEW MEXICO AND UTAH BUT MAY INCLUDE WORK WORLDWIDE.� Description: THIS IS AN UNRESTRICTED FULL AND OPEN PROCUREMENT. 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 multi-discipline Architect-Engineer (A-E) services for Surveying and Mapping at various Navy and Marine Corps installations primarily in the Navy Region Southwest, but may be extended to additional Navy Region Areas of Responsibility.� The 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 Period of Performance (POP) will be for a total of eight (8) years.� A Base Period of two (2) years plus three (3) option periods of two (2) years each. The total fee for the contract term shall not exceed $10,000,000. 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 $5,000 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. The estimated start date is June 2022. This proposed contract is being solicited on an UNRESTRICTED Full and Open basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541370, Surveying and Mapping (Except Geophysical) 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 Offeror/Contractor must demonstrate adequate in-house staffing capable to self-perform at least 50 percent of the cost of the contract as required by FAR Clause 52.219014 (b)(1) Limitation on Subcontracting. The A-E services required include support in implementing action items and/or mitigation measures, including, but not limited to, the following: Cadastral Surveys to establish easements, rights-of-way, and property boundary lines (may include water boundaries) and preparation of legal descriptions Topographic Surveys for the preparation of topographic maps, planimetric maps with spot elevations as required by the Design Manager (DM), updated of existing base maps, obtaining position and coordination of surface utilities and other projects as required Geodetic Surveying and precise leveling Record of Surveys, showing as-built conditions, American Land Title Association (ALTA) Surveys, other Legal Plats and Drawings Title Studies for Cadastral Surveys Digital Mapping Products AutoCAD versions 2018 GIS Database/Mapping using ESRI products Hydrographic Surveys, mapping and computations: Special Studies, i.e. subsidence and erosion investigations/reports and other projects as required Civil Site Improvements drawings and specifications Aerial Surveys, Ortho-photography and photogrammetry Construction Surveys establishing the location, grade and elevation of buildings, towers, antennas, airfield facilities, drainage structures, utility lines, water and sewage treatment facilities, construction checks, and other related projects. Firms and personnel may be required to work within classified facilities and be exposed to classified information that will require additional security clearance. All contractors are advised that registration in the 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 Web site: https://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 SF330 submittal. Elaborate presentations are not desired. SELECTION CRITERIA AND SUBMISSION REQUIREMENTS: 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: Professional Qualifications Specialized Experience & Technical Competence Past Performance Quality Control Program Management, Capacity, and Location. 6. Volume of Work Criterion 1���� Professional Qualifications (SF330, Part 1, Sections E and G): The evaluation will consider the professional qualifications of proposed key personnel (see definition) in providing relevant primary and secondary A-E services for project types identified for this contract. Include the geographic office location of the individual on the resume. The designated Program Manager shall be a professionally registered Land Surveyor and be an employee of the prime A-E firm. The prime A-E Firm shall have a minimum of one (1) professionally registered Land Surveyor on staff, in addition to the Project Lead. In addition, the Offeror�s team (see definition) shall include a minimum of one (1) professionally registered Civil Engineer. Key personnel demonstrating experience with projects located in California may be considered more favorably in the evaluation. Submission Requirements: SF330, Part 1, Sections E. Provide resumes of proposed key personnel who will specifically perform the relevant primary A-E services for the relevant project types proposed under this contract. Non-relevant information will not be considered. Key personnel resumes shall include but not be limited to, individuals who will perform the functions of Program Manager, Land Surveyor, and Civil Engineer. Key personnel resumes from the prime A-E firm shall include, at least one (1) professionally registered Land Surveyors and one (1) registered professional Civil Engineer, both on the staff of the Prime A-E. See definitions at the end of this notice for professional registration and experience requirements. Resumes of these individuals 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 A-E services required under this contract; and indicate proposed role and responsibility in this contract. Submit only project experience where the key personnel performed a significant role. Provide the month and year of completion of the professional services for each project. Submit a brief description of the project within SF330, Section E, Block 19. For each project describe: 1) Scope and cost; 2) Role and responsibilities of the key personnel; and 3) A-E services performed that are relevant to the primary and secondary services required by 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. 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. Certificate copies will not be counted in the 30-page limitation. For each key personnel, indicate highest level of education achieved, number of years engaged in the discipline, and professional registration discipline, state, and number. Submit a copy of the applicable current professional registration/accreditation certificate (personnel with registration in multiple states need only submit a copy from one state). Certificate copies will not be counted in the 30-page limit. For submittal purposes, a task order on an IDIQ contract is considered a project (see definitions), as is a standalone contract award. Do not list an IDIQ contract as an example of a completed project. Instead, list relevant completed task orders or stand-alone contract awards. Examples of project work submitted that do not conform to this requirement will not be evaluated. Criterion 2���� Specialized Experience & Technical Competence (SF-330, Part I, Section F): Firms will be evaluated on specialized experience and technical competence in performance of services similar to those anticipated under this contract relative to the Primary A-E services for the project types identified for this contract. Relevant projects completed in California may be considered more favorably in the evaluation process. 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 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. Provide the month and year of completion of the professional services for each project. Projects shall have been performed by the offices identified in SF330, Part 1, Section C. Projects not meeting these requirements will not be considered. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part I, Section F, Block 25. If the project is a Department of Defense/Government contract, include the complete contract number, including the task order number if applicable. In SF330, Part 1, Section F, Block 24, submit a description of the project, including: 1) Type of project and its relevance to the scope of this contract; 2) Specific relevant A-E services performed by the firm; 3) A-E fees. Firms with multiple offices shall indicate which office/branch performed the A-E services. Additionally, at least one (1) project shall demonstrate relevant experience with projects having professional fees of $150,000 or greater. Note: A single project may satisfy more than one of the above minimum requirements. If the proposed team is a joint venture (JV), submit information for relevant projects completed by the JV entity. If the JV does not have shared experience, projects may be submitted for each of the JV partners. In any case, do not exceed the ten (10) project limitation. 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. In all cases, clearly describe the specific relevant work self-performed by the proposing firm and the firm�s roles and responsibilities on the project; do not include work that is not attributable to the proposing firm. If the project description does not clearly delineate the work performed by the entity/entities teaming on this contract, the project may not be considered. SF330, Part 1, Section G, Key Personnel Participation in Example Projects: Submit in accordance with the SF330 Instructions. From the total projects listed in Section F, provide a maximum of ten (10) projects. SF330, Part 1, Section H, Additional Information requested by Agency. Address remaining Criteria 3 through 8; additional sheets may be used (up to the 30 page limitation for Part 1) if required. See submission requirements. Clearly identify the Criterion number and title. 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 an A-E Contractor Performance Assessment Report System (CPARS), or a Past Performance Questionnaire (PPQ) evaluation for each project submitted under Criterion 2. If a CPARS is not available, ensure a client point of contact and contact information is provided. Completed PPQs should be submitted with SF-330. If firms are 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 Systems Command Southwest, Attn: Sheila Nix via email at sheila.nix1@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. 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 Requirement: 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. Identify the office from which 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. Submission Requirements: Address Key Descriptions listed below in the following order: 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. 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. 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. 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 NAVFAC 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 NAVFAC 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 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). 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 Organizational Chart, certificates, PPQs, licenses, or the draft subcontracting plan, as required by the Small Business Subcontracting criterion. Nor does the page limit include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of AE firm registration) 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 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).� 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 eligibility to practice (e.g., a summary explaining eligibility 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 instructed to submit an electronic response. Responses are due no later than, 2:00 P.M. Pacific Standard Time on Monday, November 8, 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:��� Sheila Nix via email at sheila.nix1@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 Sheila Nix, Contract Specialist via email at sheila.nix1@navy.mil. 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 Sam website at https://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 Sheila.nix1@navy.mil. ALL REQUESTS FOR INFORMATION (RFIs) MUST BE SUBMITTED IN WRITING TO RECEIVE AN ANSWER. RFIs WILL BE ANSWERED VIA SAM.GOV. RFIs MUST BE SUBMITTED BY October 25, 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 Architect or Engineer and ready to advertise for construction with final cost estimate, 100% complete RFP/deliverable documents, or 100% complete study/investigation/report documents. This does not include construction phase support services such as Post Construction Award Support (PCAS). DESIGN-BID-BUILD: Refers to the traditional project delivery method where design and construction are sequential and contracted for two separate contracts and two contractors. First contract is for A-E (design) services and the second contract is for construction. DESIGN-BUILD: Refers to combining design and construction in a single contract with one prime contractor. For the purposes of this procurement, projects that require only shop drawing level effort are not considered design-build projects. 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 offeror�s team who are the registered/licensed/ accredited/certified professionals in their respective disciplines, directly responsible for the design and management of the relevant contract work. These are the individuals for which resumes are being submitted. NEW CONSTRUCTION: Refers to projects where the work primarily involves building an entirely new utility system (or new additions/expansions to existing utility systems where major components are provided as part of the new addition/expansion). Complete repair/replacement of a utility line (involving installation of new distribution lines) is considered new construction. OFFEROR: Refers to the contractor submitting the proposal, including joint ventures, designated in Section C of Standard Form (SF) 330 (Architect-Engineer Qualifications) as the prime contractor. OFFEROR�S TEAM: Refers to the Offeror (see definition) and the other firm(s)/entity(ies) proposed to perform the work of the contract together as a team, as listed in the Offeror�s submitted SF330, Section C. PAST PERFORMANCE: Relates to how well an Offeror has performed; e.g., the quality of work accomplished, cost control, schedule compliance, customer satisfaction. Past performance is distinct from experience. PROFESSIONAL REGISTRATION/ACCREDITATION: Professional registration/license/ accreditation in one or more of the 50 United States and its territories. For the purposes of this procurement, �Evidence-based� design accreditations/certificates are not acceptable as professional credentials. PROJECT or SPECIFIC PROJECT: A single project contract or a single task order under an IDIQ or other multiple award type contracts; a design-build or a design-bid-build activity or task, with a single starting point and a single ending point. Combined projects (see definition) will not be considered. RELEVANT or RELEVANT EXPERIENCE: Pertains to work performed by a firm, within the prescribed timeframe, which is the same or similar to the work that may be ordered under this contract in terms of size, scope, and complexity. Experience is distinct from past performance (how well an Offeror has performed). RENOVATION/REPAIR: Refers to projects where the work p...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/081c025dbeaf4937804e87cd4a1b4252/view)
 
Place of Performance
Address: San Diego, CA 92132, USA
Zip Code: 92132
Country: USA
 
Record
SN06165422-F 20211029/211027230106 (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.