Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2022 SAM #7479
SOLICITATION NOTICE

C -- Unrestricted with Small Business Reserve Architect-Engineer Indefinite Delivery Contract for Master Planning Services Support

Notice Date
5/21/2022 3:40:44 PM
 
Notice Type
Solicitation
 
NAICS
541320 — Landscape Architectural Services
 
Contracting Office
US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
 
ZIP Code
74137-4290
 
Solicitation Number
W912BV22R0008
 
Response Due
6/1/2022 12:00:00 PM
 
Archive Date
07/29/2022
 
Point of Contact
Brenda Anderson, Phone: 918-669-7274
 
E-Mail Address
Brenda.K.Anderson@usace.army.mil
(Brenda.K.Anderson@usace.army.mil)
 
Awardee
null
 
Description
Unrestricted with Small Business Reserve Architect-Engineer (A-E) Indefinite Delivery Contract (IDC) Multiple Award Task Order Contract (MATOC) for Master Planning Services in Support of Southwestern Division (SWD) Regional Planning and Environmental Center (RPEC) Amendment No. 0004 to Announcement (29 April 2022) Summary of Changes: Pg. 8, Section 3 (b): Removal of �...or people on the organization chart��. 1. CONTRACT INFORMATION: �General: A-E Master Planning Services Indefinite Delivery Contracts (IDCs) are being procured in accordance with (IAW) the Brooks Act (Public Law (PL) 92-582) and implemented IAW the Federal Acquisition Regulation (FAR) Subpart 36.6 to support projects assigned to the U.S. Army Corps of Engineers� SWD RPEC.� All projects outside the SWD Area of Responsibility (AOR) will be approved in coordination with the most current guidance. �Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. � This announcement is open to all firms regardless of size. �An Architect-Engineer (A-E) MATOC with a shared capacity of $200M with a five (5) year base ordering period and one two (2) year Option period for a total ordering period of seven (7) years will be issued to support the Master Planning program. The market research analysis supports the establishment of an unrestricted solicitation with a Small Business Reserve IAW FAR 19.503, Reserves (a) & (b)(1).� This strategy will provide a target of eight (8) IDCs with a target of five (5) small businesses for a small business reserve, which could include one (1) Service-Disabled, Veteran-Owned Small Business firm (SDVOSB), one (1) Women-Owned Small Business firm (WOSB) and three (3) small business (SB) firms.� The target of five (5) small business awards for the reserve will be made to those small business firms found most highly qualified IAW EP 715-1-7 paragraph 3-10.c. regardless of socioeconomic category.� A socioeconomic category preference shall not apply during the selection process.� If award cannot be made to a SDVOSB, WOSB or both, those targeted IDCs will convert to a small bushiness IDC provided small business firms are found most highly qualified IAW EP 715-1-7 paragraph 3-10.c.� The acquisition incorporates the contract reserve process IAW FAR 19.504(c)(1)(i), Orders under Reserves.� At the task order level, if the requirement under FAR 19.504(c)(1)(i) and Brooks Act is not met, task orders will be provided to all offerors within the MATOC. If the small business categories do not yield the required number of qualified firms (at least five (5) Small Businesses for the minimum target of three (3)), the reserve will be dissolved, and the Project Delivery Team (PDT) will proceed with an unrestricted action. The target of five (5) Small Business including the SDVOSB and WOSB IDCs will become a �reserve� as defined by FAR 19.503.� Each firm, defined as �any individual, partnership, corporation, association, or other legal entity permitted by law to practice the profession of architecture or engineering� per FAR 36.102, will be awarded only one contract. Unique identification of the firm will be confirmed via the Unique Entity Identifier (UEI). Large businesses must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the work it intends to subcontract. The subcontracting plan is not required with this submittal but will be required with the fee proposal of the firm selected for negotiations. �For large businesses selected for task order awards, specific subcontracting objectives will be requested and negotiated that will form the basis for task order subcontracting performance evaluation. The selected Small Business firms will be required to perform work in accordance with 52.219-14, Limitations on Subcontracting (DEVIATION 2021-O0008) should a task order be issued to firms within the small business reserve. This acquisition is being procured under North American Industrial Classification System (NAICS) code 541320 (Landscape Architectural Services), which has a small business size standard of $8,000,000. The period of performance will begin on the date of contract award.� The ordering period will be for a total of seven (7) years consisting of a five (5) year base contract period and one two (2) year Option Period.� The contracts are anticipated to be awarded on or about August 2022.� A Minimum Guaranteed amount of $2,500 will apply to the base period for each contract.� Contracts awarded under this announcement will be administered by the RPEC and Tulsa District (SWT) Contracting.� Contract capacity may be shared with other USACE Districts when capacity allows and where the principles of the Project Delivery Business Process and ER 5-1-10 have been met. SF330 Part I and Part II updates will be requested annually on the award anniversary date. The Small Business Reserve which includes all awarded socio-economic categories will be evaluated together for award of task orders prior to the evaluation of any Unrestricted MATOC holders.� Should there be an insufficient number of highly qualified small businesses for the reserve IAW FAR 36.602, the task order will be issued to all MATOC holders and will be evaluated to determine the most highly qualified firm for task order award.� The Small Business will be reviewed for all task orders IAW FAR 19.504(c), Orders under Reserves and the Brooks Act.� Should FAR 19.504(c) and the Brooks Act not be met, the task order will be issued to all MATOC holders.� A Task Order Requirement Notice (TORN) will be issued for all task orders to the MATOC holders notifying them of the upcoming task order and may request additional information specific to the task order requirement.� It is expected that with the annual updates to the SF330 Part I, requests for supplemental information will occur. The task order selection board will use additional information that may be requested by the TORN, in addition to the information provided on the SF330/updated SF330, to evaluate firms for award of task orders per the selection criteria noted in paragraph 3. Eligibility for this contract award requires registration of the offeror with the System for Award Management (SAM) database and have NAICS 541320 identified on their profile. Register via the SAM Internet site at https://www.sam.gov/. Offerors will be verified by UEI number to ensure that awards for the MATOC are to unique entities.� Firms are also required to enter a National Institute of Standards and Technology (NIST) score in the Supplier Performance Risk System (SPRS).� The NIST score is a MANDATORY responsibility item. Those without a NIST score in SPRS will be deemed NON-RESPONSIBLE and will not be eligible for award. 2.� PROJECT INFORMATION: The services necessary for each requirement will be negotiated and awarded as individual task orders. No specific projects or tasks are identified at this time and therefore funds are not presently available for individual task orders under this solicitation. Future task orders may include but are not limited to Vision Plans, Area Development Plans, Base Camp Plans, Customer Concept Documents, Project Charrette Reports, Requirements Analysis, Planning Charrettes, Installation Energy and Water Plans, Sustainability Plans, Real Property Inventories & Evaluations, Facility Utilization Assessments, Transportation Plans, Utility Plans, Stormwater Plans, Recreation Plans and related environmental functions including Natural Resource Management, Cultural Resource Management, Historical Resource Management, and Water Resource Management Plans additional tasks that may be identified within the Unified Facilities Criteria (UFC) Installation Master Planning guidance (UFC 2-100-01), as well as other Master Planning A-E services to be accomplished in accordance with all DoD, local, state and federal regulations, policies and goals.� The primary geographic boundary for work executed under this contract is the Southwestern Division, Regional Planning and Environmental Center supporting Fort Worth, Galveston, Little Rock and Tulsa Districts. However, the Government may execute task orders beyond this geographic area in limited circumstances where the Contracting Officer makes a written determination that the intended delivery method is within the technical scope of the contract, was considered in the contract prices and in the evaluation determination for award, and otherwise complies with the contract�s terms and conditions and all applicable laws and regulations. The absolute boundary of this contract is CONUS, Alaska and Hawaii, Outlying Areas as defined in FAR 2.101, including the Commonwealth of the Northern Mariana Islands, Saipan, U.S. Territories of American Samoa, Guam, and OCONUS, including Japan, South Korea, Kwajalein. The A-E shall furnish all labor, personnel, services, supervision, materials, supplies, travel, and any other items necessary to fully to fully perform the required services for each task order. During the execution of work, the A-E shall provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work. � 3.� SELECTION CRITERIA: The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion).� Criteria a-e are primary.� Criteria f-i are secondary and will only be used to rank the offerors among the technically equal, most highly qualified firms, if required for ranking.� Each sub-criterion will only be used until a tie is broken.� This selection criteria will be used both for the award of the IDCs and for the award of task orders. In this synopsis the term �recent� means A-E tasks orders or contracts completed within the past 5 years. Older projects will not be considered. The following items (a thru e) are the primary criteria: (a)� Specialized Experience and Technical Competence. Ensure that all specialized experience requirements are reflected on appropriate personnel resumes in Section E AND in the example projects in Section F, in Part I of the SF 330.� The Government suggests the A-E highlight the areas that meet these requirements so the reviewers can easily determine that the requirements have been met.� Firms should submit projects that demonstrate breadth, depth and complexity of specialized experience as well as their technical competence within the past 5 years in successfully managing and performing broadly scoped and technically complex A-E Master Planning Services projects to comply with applicable Department of Defense (DoD), DoD Agency-specific, UFC requirements and any other applicable federal, state or local codes or regulations.� Show and highlight specific projects that meet these requirements.� It is insufficient to say that the firm can meet these requirements.� Firms must demonstrate how the requirements are met or exceeded.� For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence. In Section F of the SF330, cite whether the experience is that of the Prime, Consultant, or an individual. Work cited that is experience of the Prime from an office other than that identified in Section C shall be so labeled. NOTE: The intent of Section F is to present relevant project experience. A project is defined in Section 5(d) Submission Requirements below. Experience not consistent with the definition of a project will not be considered. The firm must demonstrate expertise in the following: Use of and compliance with the DoD�s Unified Facilities Criteria (UFC) Installation Master Planning Guidance. Performance of individual Master Planning tasks such as Real Property Master Planning, Transportation Plans, Utilities & Infrastructure Plans, Asset Management and, Sustainable and Resilient Planning/Studies. Development of economic analysis (EA), Requirements Analysis (RA), DD 1391 Planning Charrettes (PC), and cost estimation. (1)� In Section E, Part I, the relevant resume projects provided shall show recent experience of the individuals, not the firm, in developing the documents required for projects for military type facilities.� In lieu of military experience, similar civilian projects may be submitted.� For example, a civilian motel is similar to a military barracks.��� (2)� In Section F, Part I provide project examples that best illustrate the proposed team�s experience as it relates to the requirements of this contract. The project examples in Section F, Part 1 shall: i.� Include the project name, contract number/task order number and location. ii. Include no more than ten (10) relevant project examples.� At least one (1) project example shall have a value of $500,000 or greater.� The remaining project examples shall have values of not less than $150,000. �All ten projects shall be at least 90% complete (from the submission due date) or have been completed within the last five years from submission due date. If more than ten projects are submitted, only the first ten projects listed in the proposal will be evaluated. (1)� In Section E and F, Part I demonstrate the team�s capability to plan projects in accordance with the latest DoD Force Protection/Anti-Terrorism criteria, UFC codes, LEED certification, EISA 2007 Section 438, and ASHRAE 90.1 requirements. (b) Professional Qualifications. The offeror shall demonstrate that all expertise requirements are met on key personnel resumes in Section E, Part I of the SF330. �The following is a list of the key personnel, minimum requirements and the number of personnel required for this contract.� These minimum requirements can be met utilizing in-house or consultants/subcontractors, with the exception of the Program Manager, Project Managers, and Senior Master Planner, who must be employees of the prime firm.� Individuals proposed as Key Personnel shall not dual hat in any role.� Do not list a subcontractor as your firm�s employee, as this will be cause for rejection of the SF330.� Additional personnel other than the required will not be evaluated.� If one professional of a specific discipline is required, and two are provided, only the first will be evaluated. One (1) Program Manager - The firm shall propose one (1) senior-level staff member with a minimum of fifteen (15) years of professional experience, of which five (5) years shall be as a Program Manager or Project Manager of complex Master Planning projects consistent with the program areas described in Section A above.� This person will be responsible for the overall management of the A-E Master Planning IDC, including quality control of all deliverables.� Current professional registrations (P.E., RLA, RA, etc.) and certification in the American Institute of Certified Planners (AICP), Leadership in Energy and Environmental Design (LEED), and/or Project Management Professional (PMP), as well as experience with the DoD Uniform Facilities Criteria (UFC), while not required, is preferred.� The Program Manager must be an employee of the Prime. One (1) Senior Project Manager - The firm shall propose one (1) Senior Project Manager with a minimum of ten (10) years of professional experience managing broadly scoped Master Planning projects consistent with the program areas described in Section A above.� The Project Manager will be responsible for management of one or more task orders issued on the A-E Master Planning IDC.� A Project Manager possessing at least a Bachelor�s Degree and with a current professional registration as a registered architect (RA), registered landscape architect (RLA) and/or professional engineer (PE) are preferred.� Current certification in the American Institute of Certified Planners (AICP), Leadership in Energy and Environmental Design (LEED), and/or Project Management Professional (PMP), as well as experience with the DoD Uniform Facilities Criteria (UFC), while not required, is preferred.� The Senior Project Manager must be employees of the Prime. � Two (2) Senior Master Planner - The firm shall propose two (2) Senior Master Planners with a minimum of ten (10) years of professional experience related to providing Master Planning Services with demonstrated charrette facilitation and programming experience for projects consistent with the program areas described in Section A above.� The individual must demonstrate at least five (5) years� experience with projects/products that were performed in accordance with the Unified Facilities Criteria (UFC) Installation Master Planning guidance (UFC 2-100-01).� Current certification in the American Institute of Certified Planners (AICP) and/or Leadership in Energy and Environmental Design (LEED), while not required, is preferred.� The Senior Master Planners must be employees of the Prime. One (1) Senior Landscape Architect - The firm shall propose one (1) currently professionally registered Senior Landscape Architect (RLA) possessing a minimum of a Bachelor�s Degree and a minimum of ten (10) years of professional experience, of which at least five (5) years must be related to Master Planning projects consistent with the program areas identified in Section A above.� Current certification in the American Institute of Certified Planners (AICP) and Leadership in Energy and Environmental Design (LEED), as well as experience with the DoD Uniform Facilities Criteria (UFC), while not required, is preferred. One (1) Senior Architect - The firm shall propose one (1) currently professionally registered Senior Architect (RA) possessing a minimum of a Bachelor�s Degree and a minimum of ten (10) years of professional experience, of which at least five (5) years must be related to Master Planning projects consistent with the program areas identified in Section A above.� Current certification in the American Institute of Certified Planners (AICP) and Leadership in Energy and Environmental Design (LEED), as well as experience with the DoD Uniform Facilities Criteria (UFC), while not required, is preferred. Two (2) Senior Professional Engineer - The firm shall propose two (2) currently professionally registered Environmental or Civil Engineers (PE), each having a minimum of ten (10) years of professional experience of which at least five (5) years must be related to Master Planning projects consistent with the program areas identified in Section A above.� Current Project Management Professional (PMP), as well as experience with the DoD Uniform Facilities Criteria (UFC), while not required, is preferred. One (1) Senior Cost Estimator - The firm shall propose one (1) professional certified Senior Cost Estimator having a minimum of ten (10) years of professional experience, of which at least five (5) years must be related to Master Planning projects consistent with the program areas identified in Section A above. The cost estimator shall be certified by AACE, Tri- Services, or any of the nationally recognized cost estimating certification organizations. Ten (10) Technical Staff - The firm shall submit resumes for 10 additional staff-level technical personnel that will complete the firm�s project team and who have supported those projects submitted as Specialized Experience and Technical Competence in support of Section A above.� These technical staff may include, but not necessarily be limited to: Master Planner, Landscape Architect, Architect, Interior Designer, Environmental Engineer, Civil Engineer, Structural Engineer, Electrical Engineer, Cost Estimator, Traffic Engineer, Surveyor, Real Property Data Analyst, Economist, CADD Technician, and GIS technician.� Each of these staff shall have a minimum of five (5) years of professional experience with broadly scoped Master Planning projects consistent with the program areas described in Section A above.� Include staff that will assist the PMs on awarded tasked orders. Resumes submitted for individuals proposed for disciplines within the Technical Staff category of Key Personnel will be accepted and considered as long as the number of resumes do not exceed the limitation of ten (10). All key personnel shall show experience in Block 19 for the required project types listed. This experience is associated to field of expertise for their role in the contract (Section E Block 13).� Evaluation of each discipline will consider education (show school graduated from and year of graduation), registration (show type of registrations, year first registered, state, and registration number), relevant project experience longevity with the firm.� Engineers and Architects shall have a degree from an accredited university engineering or architectural program (ABET, NAAB-show that the university meets one of these accreditations).� Grandfathered licensing will be acceptable with demonstration of adequate recent (five years in the last ten years) design experience. The cost estimator shall be certified by AACE, Tri- Services, or any of the nationally recognized cost estimating certification organizations. The Project Manager is not required to have RA, RLA, PE, AICP or PMPa, but they are preferred, and greater weight will be given if they have these certifications/licenses.� Experience on resumes does not have to be with their current firm.� More weight will be given if the experience is with their current firm. Provide a separate employee for each stated requirement above to meet the number required.� NO DUAL ROLES.� The title of the roles on the resumes and organizational chart must match the required discipline.� Do not submit additional personnel resumes in addition to those required.� The experience shown on the resumes must match the role in the contract.� For example, do not show civil engineering experience for the project manager.� Submit only one page per resume. NOTE: Resumes for Key Personnel positions not listed in the categories (i.e. Program Manager, Senior Project Manager, Senior Master Planner, Technical Staff, etc.) specified above will not be considered. The evaluation of resumes will consider education, training, certifications/registrations, overall and relevant experience, and longevity with the firm. This criterion is primarily concerned with the qualifications and management capabilities of personnel and the firm not the number of personnel, which is addressed under the capacity criterion. (c)� Capacity to accomplish the work in the required time. In Section H, Part I, SF 330, demonstrate the team�s capacity to respond quickly, mobilize qualified personnel, and produce quality results under short deadline constraints for accepted task orders.� It is anticipated that approximately 20 task orders are awarded each fiscal year. �This includes demonstrating the firm�s availability to initiate and provide sufficient key staff and sufficient disciplines for execution of multiple concurrent task orders. Firms should demonstrate a strong ability to provide comprehensive program and project management for complex work and a strong ability to provide comprehensive A-E Master Planning Services, the necessary number of teams or crews for expedited and complex projects, as well as the ability to meet unforeseen schedule changes.� Submitting firms should demonstrate experience with similar size contracts and the available capacity of key disciplines. (d) Past Performance.� Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules for Master Planning projects.� The Contractor Performance Assessment Reporting System (CPARS) is the primary source of information on past performance. However, any credible, documented evaluations may be considered. The Government is not required to seek other information on the past performance of a firm if none is available from CPARS. In a situation where the Firm was a sub-consultant and no CPARS record exists in their name, completed Past Performance Questionnaires (PPQ) may be submitted (after Section H) as records of the firm�s past performance.� These PPQs will be excluded from the 20-page limitation. However, the firm must provide the required narrative of their past performance of this Section. (e)� Knowledge of the Locality.� The primary area to be covered by the awarded IDCs is the Civil Works and Military boundaries of SWD and POD, including the states of Arkansas, Oklahoma, New Mexico, Kansas, Louisiana, Texas, Alaska and Hawaii and geographic locations including but not limited to Japan, South Korea, Guam, Saipan, Kwajalein, American Samoa, and the Northern Mariana Islands. Submitting firms should demonstrate knowledge of the area covered by these states and geographic locations. Examples include knowledge of state and territory regulatory framework, political boundaries/agreements, geologic/hydro-geologic features, and local laws and regulations.� The following items (f thru i) are the secondary criteria:� If there is a tie for primary factors, the selection board will first go to f.� If this breaks the tie, evaluation will stop.� If not, the selection board will go to g.� If it still does not break the tie, the selection board will go to h.� If it still does not break the tie, the selection board will go to i. (f) Small Business Participation Plan (LB and SB Offerors). All Offerors shall identify the extent to which Small Businesses (SBs), Veteran-Owned Small Businesses (VOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), HUBZone Small Businesses, Small Disadvantaged Businesses (SDBs) Woman-Owned Small Businesses (WOSBs), Historically Black Colleges/Universities or Minority Institutions (HBCU/MIs) would be utilized in the performance of this proposed contract. The expected minimum participation goals are listed in the evaluation criteria below. Evaluation Criteria:� All Offerors (both large and small businesses) will be evaluated on the level of small business commitment that they demonstrate for the proposed acquisition. A small business Offeror also receives credit for their small business participation as a Prime Contractor and can apply their dollar value and calculate percentages in all the applicable small business categories. The Government will evaluate the proposals to determine which offeror(s) propose the best value in terms of meeting all the Small Business Participation goals using the following criteria: a. The extent of participation of small business in terms of the percentage of the value of the total acquisition. Expected minimum percentages are: 1. Small Business: 6.0% of total contract dollars (aggregate of all small businesses participation including the small business socioeconomic contracting programs (i.e., 8(a), HUBZone, SDVOSB, or WOSB programs). 2. Small Disadvantaged Business (SDB): 1.5% of total contract dollars. 3. Women-Owned Small Business (WOSB): 2.0% of total contract dollars. 4. Historically Underutilized Business Zone (HUBZone): 2.0% of total contract dollars. 5. Veteran-Owned Small Business (VOSB): 2.0% of total contract dollars. 6.� Service-Disabled Veteran-Owned Small Business (SDVOSB): 1.0% of total contract dollars. b. The extent to which such firms, as defined in FAR Part 19, are specifically identified in proposals and linked to specific work.� This should include a diagram or narrative showing generally when socio-economic expenditures will occur throughout the period of performance.� This data will assist in quantifying expectations of subcontracting percentage achievement when evaluating subcontracting performance on Individual Subcontracting Reports. Provide the names of Small Business, VOSB, SDVOSB, HUBZONE SB, SDB, WOSB, or HBCU/MIs who would participate in the proposed contract, identifying specific components to be produced or services to be performed by them, and the estimated total dollars of such work. c. The extent of commitment to use such firms (existing written and enforceable commitments as opposed to business relationships that are simply planned or theoretical); d. The identification of the complexity and variety of work that will be performed by the specific small businesses e. The extent to which the Offeror provides detailed explanations/documentation supporting the proposed participation percentages, or lack thereof.� This can include market research showing availability of relevant companies certified in the socio-economic categories corresponding to proposed participation percentages.� NOTE:� All Offerors (both large and small businesses) are required to complete the following Small Business Participation Plan Form and submit with their proposal.� This form will be the primary source of data used to evaluate the Small Business Participation factor. Offeror�s market research and small business participation analysis in accordance with the evaluation criteria listed in the previous paragraphs should be reflected on this form.� Provide the names of the small business firms that would participate in the proposed contract, identifying specific components to be produced or services to be performed by them in addition to the information required above. The Small business Participation Plan Form, Joint Venture (JV) Agreements and any signed Teaming Agreements or Letters of Commitment are to be submitted as an Appendices to the Firm�s SF330 and will be excluded from the 20-page limitation. SMALL BUSINESS PARTICIPATION PLAN FORM (a) Check the applicable size and categories for the PRIME offeror only -- Check all applicable boxes: { } Large Prime { } Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) or { } Small Business Prime; also categorized as a { } Small Disadvantaged Business (SDB) { } Woman-Owned Small Business (WOSB) { } Historically Underutilized Zone (HUB Zone) Small Business { } Veteran-Owned Small Business (VOSB) { } Service-Disabled Veteran-Owned Small Business (SDVOSB) (b) Submit the totalcombined percentage of work to be performed by both large and small businesses (include the percentage of work to be performed both by Prime and Subcontractors): Example: If Prime proposes a price of $1,000,000 (including all options), and small business(es) will provide $250,000 in services/supplies as a Prime or subcontractor, the % planned for small businesses is 25%; and 75% for large business equaling 100%. Total Percentage planned for Large Business(es):������ _______% Total Percentage planned for Small Business(es):������ _______% � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Total:� _______% � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(Total Must =100%) (c) Please indicate the total percentage and/or total dollars of participation to be performed by each type of subcategory of small business.� The percentage of work performed by Small Businesses that qualify in multiple small business categories may be counted in each category: Example: Victory Prop Mgt (WOSB and SDVOSB) performing 2%; and Williams Group (SDB, HUBZone Small Business and WOSB) performing 3%. Results equate to: SDB 3%; HUBZone 3%; WOSB 5%; SDVOSB 2%; VOSB 2%;). SDVOSBs are also VOSBs automatically; however, VOSBs are not automatically SDVOSBs. Small Disadvantaged Business �������������� _______% HUB Zone Small Business ���������������������� _______% Woman-Owned Small Business ������������� _______% Service-Disabled Veteran-Owned SB ���� _______% Veteran Owned Small Business ������������� _______% HBCU /MI� � � � � � � � � � � � � � � � � � � � � � � � � �_______% (d) List principle supplies/services to be performed by Small Businesses: Example: If a Small Business qualifies also as a WOSB and a SDVOSB, and you can add them to each category below for which they qualify. Name of Company ������������� Type of Service/Supply Small Business (SB): ____________________ � ___________________________ ____________________ � ___________________________ _...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1c735cec68724fa08d92246ce0457d5e/view)
 
Record
SN06334412-F 20220523/220521230052 (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.