Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 14, 2023 SAM #7808
SOLICITATION NOTICE

C -- ARCHITECT-ENGINEER SERVICES FOR THE PREPARATION OF NAVY AND MARINE CORPS NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) AND RELATED DOCUMENTS FOR NAVAL FACILITIES ENGINEERING COMMAND PACIFIC, AT VARIOUS LOCATIONS WORLDWIDE, WITH EMPHASIS IN THE PACIFIC

Notice Date
4/12/2023 5:37:48 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVAL FAC ENGINEEERING CMD PACIFIC JBPHH HI 96860-3134 USA
 
ZIP Code
96860-3134
 
Solicitation Number
N62742-23-R-1800
 
Response Due
4/24/2023 5:00:00 PM
 
Point of Contact
Casey Sugihara, Phone: 8084714763, Kristopher Tom, Phone: 8084744551
 
E-Mail Address
casey.c.sugihara.civ@us.navy.mil, kristopher.m.tom.civ@us.navy.mil
(casey.c.sugihara.civ@us.navy.mil, kristopher.m.tom.civ@us.navy.mil)
 
Description
PRESOLICITATION SYNOPSIS AMENDMENT 0002 Description: 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 the award of one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services for the preparation of Navy and Marine Corps National Environmental Policy Act (NEPA) and related documents for Naval Facilities Engineering Systems Command (NAVFAC) Pacific (PAC), Hawaii (HI), Marianas (MAR), and other NAVFAC commands worldwide as needed. The required services will be performed primarily at various Navy and Marine Corps facilities within the NAVFAC PAC, HI, and MAR Areas of Responsibility (AOR). Services may be performed for other DoD or Federal agencies. Work will be performed predominantly in Hawaii and Guam but may include other locations including Japan, Diego Garcia, and areas outside of the Pacific region under the cognizance of other NAVFAC Commands or other Governmental agencies for which NAVFAC PAC is tasked to provide assistance. Many of the locations of work anticipated under this contract are on military property and entry of non-U.S. citizens is restricted and/or prohibited. The field crew of the A-E firm shall be composed of U.S. citizens or other individuals who can qualify for access to these areas. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of 12-months with four (4) 12-month option periods, and will include the FAR clause 52.217-8 Option to Extend Services to extend the contract an additional 6 months. The resultant contract will be a firm-fixed-price IDIQ type contract whose term shall not exceed $99,000,000 or 66 months, whichever occurs first. The Government reserves the right to exercise an option within the period specified in the contract on a unilateral basis. The guaranteed minimum for the contract term (including option years) is $5,000. �Work under the resultant contract will be negotiated and awarded as firm-fixed price task orders. There will be no dollar limit per task order and no dollar limit per year. Estimated contract award date is October 2023. This proposed contract is being solicited on an UNRESTRICTED basis. The applicable North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, with a small business size standard of $25,500,000.� A market research sources sought synopsis was issued on 5 May, 2022 and resulted in the issuance of an AE announcement for similar but less complex work related to the preparation of NEPA documents that was set aside for participation amongst small business firms. Utilizing the information obtained from this market research, a determination was made to issue this requirement for more complex NEPA related work on an unrestricted basis, inviting all qualified firms to submit SF330s. The NAVFAC Pacific Small Business Office and the Small Business Procurement Center Representative (PCR) concur with this determination. The Government seeks the most highly qualified A-E firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria stated herein. By submission of its qualifications, the selected firm agrees that all items proposed (e.g., key personnel, subconsultants, approach, etc.) will be utilized for the duration of the awarded contract and any substitutions will require prior Contracting Officer�s approval. The AE shall provide environmental planning services in researching, preparing, updating, and reviewing environmental documents for the Department of Navy and Marine Corps, in compliance with NEPA and Executive Order (EO) 12114, Environmental Effects Abroad of Major Federal Actions. In addition, the AE shall provide environmental and related studies, facilities and land use planning studies, project programming documents, and other technical services related to such documents and studies as may be requested by the Department of Navy, NAVFAC PAC, HI, and MAR. Requests may also originate from other NAVFAC Commands. ����������� a. The general scope of this contract requires engineering services, as well as the use of engineering sciences, principles, and methods of engineering analysis by individuals, whose competence as a professional engineer or certified planner has been attested to by a licensor. The services required include, but are not limited to, A-E services, environmental services for the preparation of environmental planning documents such as Records of Categorical Exclusions (RCE), Environmental Assessments (EA), and Environmental Impact Statements (EIS) under NEPA, as well as environmental reviews and environmental studies under EO 12114. Examples of tasks required to complete this work may include analysis of construction, renovation, and/or demolition of facilities and infrastructure, Base Realignment and Closure (BRAC) actions, and proposed operational actions related to aircraft home basing and ship homeporting. Additionally, other tasks, studies, surveys, or documents may be required to complete the environmental planning documents including, but not limited to, environmental documentation for aircraft and ship readiness and training operations at the home base and homeport locations and within Department of Defense (DoD)-managed airspace and sea space and Navy/Marine Corps training ranges. Related technical services may include, but are not limited to, preliminary site assessment studies, feasibility assessments, and engineering services with associated multi-discipline A-E support as required. Examples include preparation of technical reports including conducting engineering investigations and concept studies, or feasibility assessments to obtain sufficient site data to determine the environmental impacts of a proposed action. A preliminary site assessment study may require additional analyses, including topographic, geotechnical, hazardous materials, unexploded ordnance, munitions and explosives of concern, munitions and explosives potentially presenting a hazard, environmental restoration, and infrastructural (roads, drainage, electrical, communications, water, sewage, etc.) aspects of proposed actions.� ������������ b. Guidelines shall be used for preparation of the NEPA documentation as contained in the Council on Environmental Quality (CEQ) Regulations (40 CFR part 1500 el Seq.); Navy Instructions as published, 32 CFR Part 775, OPNAV M-5090.1; and Marine Corps Instructions as published, MCO P5090.2A, Change 3, and the United States Marine Corps NEPA Manual. Guidance for preparing EO 12114 documents is contained in OPNAVINST M-5090.1. ������������ c. In order to complete environmental planning documents in compliance with NEPA and EO 12114, and in accordance with applicable DoD instructions, services may also include completion of some of the following related studies and services to provide a comprehensive evaluation of the impacts to the environment: Air Conformity Analyses under the Clean Air Act Coastal Consistency Determinations in accordance with the Coastal Zone Management Act Essential Fish Habitat Assessments Marine Resources Assessments Endangered Species Act Section 7 Consultations, Biological Surveys, and Biological Assessments Socioeconomic analysis including Community Impact Studies and Environmental Justice Analyses Noise impact studies/modeling Range hazard analysis Air Installation Compatibility Use Zone/Range Air Installation Compatibility Use Zone (AICUZ/RAICUZ) Military Base Development Requirements to include Encroachment Action Plans for shore installations and at-sea operations and facility requirements analyses Natural Resources Surveys Wetland delineation and mitigation plans (both wetland and near shore) National Historic Preservation Act (NHPA) consultation support including cultural resource surveys (both architectural and archaeological) Traffic Studies Storm Water Management Studies Toxic and hazardous waste studies (including Military Expended Materials) Public Involvement Strategies Total Ownership Cost (TOC) or Life cycle cost analysis Land Use Compatibility Translation services for CATEX/EA/EIS and Public Notices Glint and Glare Analysis Permitting and certifications under the Clean Water Act. ����������� d. The development, evaluation, and analysis of other engineering services that may be required for this contract include, but are not limited to: Air conformity modeling Development of water and air quality management requirements Construction design plans Health risk and toxicology analysis Range containment modeling Safety analyses (Surface Danger Zones, Impact Zones, Accident Potential Zones, Clear Zones, and Danger Zones) Modeling to determine impacts to shorelines and structures Public participation planning and implementation Geospatial analysis and map generation in accordance with current guidance Alternative energy feasibility studies Air quality management plans Construction feasibility studies including slope, terrain, soils, watersheds, and seismic hazards Hazardous waste analysis Estimates of dredge and fill sediment volumes Sediment characterization studies Hydrology and erosion studies Utility capability assessments and feasibility studies (electric, gas, sewer, and water) to support design plans Traffic and transportation analysis and roadway designs Watershed planning Noise analysis including in-air and underwater All firms are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website: https://www.sam.gov. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The prime firm for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in their SF-330 submittal. Elaborate presentations are not desired.� SELECTION CRITERIA Firms responding to this synopsis will be evaluated to determine the most highly qualified firm to perform the required services in accordance with the selection criteria contained in this synopsis. Failure to comply with instructions or provide complete information may affect the firm�s evaluation or may disqualify the firm from further consideration. Criteria are listed in descending order of importance. Specialized Recent Relevant Experience and Technical Competence Professional Qualifications of the Key Personnel Past Performance on Recent Relevant Contracts Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently Quality Control Program Firm�s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project Small Business Utilization and Participation Volume of Work Awarded by DoD During the Previous 12 Months Projects submitted in the SF-330 shall be projects completed by the prime firm. This requirement also pertains to all Joint Venture (JV) partners/Limited Liability Company (LLC) members.� Projects completed by a subconsultant that is proposed as a part of the prime firm�s team may be included, however, a subconsultant�s experience and past performance will not be given the same level of consideration as that of either a prime firm or a JV partner/LLC member because there is no direct legal relationship between the Government and a subconsultant.� Projects not performed by the prime firm and any subconsultant may be excluded from further consideration. If the firm is a JV/LLC, information regarding the experience and past performance on recent, relevant projects shall be submitted to demonstrate the capabilities of the JV/LLC entity; however, if there is an insufficient amount of information or no information relevant to the JV/LLC, information pertaining to each JV/LLC member or partner shall be submitted.� Submit a maximum of ten (10) projects, inclusive of all JV partners/LLC members. If a project submitted to demonstrate experience and past performance was performed by a JV and not all JV team members or partners that performed the work remain on the JV team responding to this synopsis, the submission shall only address the work performed by team members or partners to the JV responding to this synopsis. For instance, if a past performance project was performed by a JV with partners A, B, C, and D and the JV is now composed of partners A, C, D, and E, the description of experience and past performance on the project shall focus on the work performed by partners A, C, and D only. If the JV firm or one of its team members/partners worked as a subconsultant on a project submitted to establish experience and past performance, the description shall clearly describe the roles and responsibilities and work actually performed by the JV firm, team member, or partner, rather than the work performed by the prime contractor or other subconsultant on the project as a whole. The submission shall also state the percentage of the total project value performed under the subconsultant. If the project description does not clearly delineate the work performed and the percentage of the total contract performed by the JV or its team members/partners responding to this solicitation, the project may be eliminated from consideration due to the inability to accurately assess relevance and experience. If a prime firm, JV partner, or LLC member submits prior experience and past performance obtained as a subconsultant, that project will not be given the same level of consideration as a project that was performed/completed as either a prime contractor or a joint venture partner/LLC member. If a firm is utilizing or relying on experience or past performance information from affiliates, subsidiaries, parent companies, LLC, or LTD member companies (where the name of the entity is not exactly as stated on the SF330), the SF330 shall clearly demonstrate that the affiliate, subsidiary, parent firm, LLC, or LTD member companies will have meaningful involvement in the performance of the contract in order for the experience, past performance, or key personnel information of the affiliate, subsidiary, parent firm, LLC, or LTD member companies to be considered. The proposal shall state the specific resources (e.g., workforce, management, facilities, or other resources) that the affiliate, subsidiary, parent, LLC, or LTD member companies will commit toward the performance of the contract. If meaningful involvement is not demonstrated in the SF330 the affiliate, subsidiary, or parent company�s experience, past performance, or key personnel information will not be considered. Criterion 1 - Specialized Recent Relevant Experience and Technical Competence Basis of Evaluation: �The SF330 shall demonstrate specialized experience on recent and relevant projects for the prime firm in performing multiple projects involving the development of National Environmental Policy Act (NEPA) documents. For evaluation purposes, an EO 12114 document that has been prepared for an action that is entirely outside of the United States will not be considered a NEPA document. Proposed subconsultant�s projects may be submitted for consideration, however, a subconsultant�s experience will not be given the same level of consideration as that of either a prime firm or a joint venture partner/LLC member because there is no direct legal relationship between the Government and a subconsultant. If the firm is a JV/LLC, information regarding the experience on recent, relevant projects shall be submitted to demonstrate the capabilities of the JV/LLC entity; however, if there is an insufficient amount of information or no information relevant to the JV/LLC, information pertaining to each JV/LLC member or partner shall be submitted. DEFINITION OF A RECENT RELEVANT PROJECT: In order to be considered recent relevant, a firm must demonstrate their experience in all of the features listed below. All features need not be in one project, however, one project may have a combination of features, e.g., NEPA Environmental Impact Statement (EIS) for a project located in Hawaii for a building construction for military training with proposed energy action for the Department of Navy. A recent project is further defined as having been completed or substantially completed (at least 85%) within seven years of the issuance of this synopsis. FEATURES: Relevant projects shall demonstrate a firm�s capability to perform planning/environmental planning for a proposed action, rather than construction or implementation of an action. �Features outlined below are not listed in any order of precedence. Of the maximum ten (10) projects, eight (8) must be NEPA documents, EIS or Environmental Assessment (EA) and two (2) must be planning type documents (see paragraph below).� EISs may be given more favorable consideration.� Preparation of Categorical Exclusions (CATEXs) will not be considered. Of the eight (8) NEPA documents, at least two (2) must have been performed in Hawaii or Guam.� The Commonwealth of the Northern Mariana Islands is included as a part of Guam.� EISs and EAs which exceed the minimum of four, performed in Hawaii or Guam, including the Commonwealth of the Northern Mariana Islands as a part of Guam, may be given more favorable consideration. At least one (1) project must include developing a consultation under an environmental legislation including but not limited to the following: the Endangered Species Act, the Magnuson-Stevens Fishery Management and Conservation Act, the National Historic Preservation Act, and the Coastal Zone Management Act. At least one (1) project must include in-water permitting experience under the Clean Water Act. At least one (1) project must have been for a utility system improvement or transportation system.� Utility system improvements or a transportation system proposed action on or off a military installation, will be given equal consideration. At least one (1) project must have been for an energy generation proposed action; examples include but are not limited to:� installation of photovoltaic systems or upgrade of an existing power plant. At least one (1) project must have been for the in-water construction of a wharf or bridge or for a dredging action.� � At least one (1) project must have been for military readiness activities; examples include but are not limited to:� field training of personnel, testing of weapons systems and equipment, or training range construction to support training and testing.� Classroom training will not be considered.� Of the ten (10) projects, at least five (5) must have been performed for a Department of Defense action proponent. Of the ten (10) projects, at least two (2) must have included preparation of planning documents that include, but are not limited to, Installation Development Plans (IDP), Area Development Plans, Special Planning Studies, AICUZ Studies, RAICUZ Studies, or BRAC Studies.� Project experience will be compared against the needs of the services and requirements of this synopsis. More favorable consideration may be given to a submitted project which demonstrates any of the following, which are NOT listed in any order of precedence: * Types and diversity of Proposed Actions examined in the NEPA document (e.g., building, wharf, airfield, or other various types of construction; dredging; utilities improvements; siting of power generation, including renewable energy items; Research, Development, Testing and Evaluation (RDT&E); energy; military training) * Depth and complexity of the documents (e.g., number of resources and types of effects analyzed) * Self-performance by the Prime firm * Knowledge of the Navy/Marine Corps environmental regulations, organization and culture of the commands SUBMISSION REQUIREMENT: �SF330, Part 1, Section F. �Submit information on a maximum of ten (10) recent relevant projects. �The SF330 shall list the percentage of work performed by the prime firm for each project.� For submittal purposes, a project must be a stand-alone contract, or a single Contract Task/Delivery Order under an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract.� The SF330 shall submit no more than one (1) double-sided or two single-sided page per project.� If more than one (1) double-sided page or two single-sided pages are submitted, the Government will not consider the information on the additional pages.� If more than ten (10) projects are submitted, only the first ten (10) projects will be considered.� Criterion 2 - Professional Qualifications of the Key Personnel Basis of Evaluation: �The SF330s will be evaluated on the key personnel�s professional qualifications, competence, and experience on at least two�of the ten projects submitted in Criterion 1. �Key personnel are individuals who will either have major contract or project management responsibilities and/or will provide specialized expertise. �More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence: * Experience in diverse types of Proposed Actions previously analyzed (e.g., construction, RDT&E, energy, military training) * Depth and complexity of the documents and resources (e.g., natural, cultural, marine) impacted * Breath and depth of specialized expertise in various cultural and environmental resource areas within Hawaii, Guam or the Commonwealth of the Northern Mariana Islands (CNMI) * Key personnel who had the same role and involvement in projects identified under Criterion 1, as the role and involvement for which they are being submitted in response to this synopsis * Experience working for the Navy/Marine Corps * Level and type of educational degree * Active professional registration(s) and certification(s) Due to space restrictions on sam.gov, the key personnel requirements are provided in Attachment A. SUBMISSION REQUIREMENT: �SF330, Part 1, Section E and G.� Provide a name with accompanying brief but complete resume as instructed in Section E for each proposed key personnel who will participate significantly in the work required for this contract. �Submit one resume for each key personnel, with the exception of the Project Managers/Senior Planners, see Attachment A. �With regard to the key personnel other than Project Managers/Senior Planners, should the SF330 submit more than one resume, only the first resume will be considered. �Any additional resumes submitted for those key personnel will not be considered. �Each resume shall include a minimum of two�(2) and a maximum of five (5) projects that were completed or substantially completed within the past seven (7) years that best illustrate the individual�s experience relevant to the requirements of this contract. Provide resumes only for those key personnel who will actually perform work under the proposed contract. Complete Section G as instructed to indicate key personnel participation in the projects submitted for evaluation in Criterion 1. �Key personnel identified under this criterion shall also be shown with their roles on the Organizational Chart provided under Section D. Criterion 3 � Past Performance on Relevant Contracts Basis of Evaluation: �The SF330 will provide past performance information on recent relevant projects for each relevant project submitted under Criterion 1. Evaluation of past performance will include, but not be limited to, cost control, overall quality of work, compliance with performance schedules, stakeholder and customer satisfaction, and contract management and administration. A proposed subconsultant�s past performance information may be submitted for consideration, however, a subconsultant�s past performance information will not be given the same level of consideration as that of either the prime firm or a joint venture partner/LLC member because there is no direct legal relationship between the Government and a subconsultant. If the firm is a JV/LLC, information regarding past performance on recent, relevant projects shall be submitted to demonstrate the capabilities of the JV/LLC entity; however, if there is an insufficient amount of information or no information relevant to the JV/LLC, information pertaining to each JV/LLC member or partner shall be submitted. Letters of appreciation or awards will not be considered.� SUBMISSION REQUIREMENT:� SF330, Attachment.� The firm�s past performance evaluation will be based upon customer satisfaction in the execution of the recent relevant projects submitted under Criterion 1.� If a completed Contractor Performance Assessment Reporting System (CPARS) evaluation is available, it shall be submitted with the SF330 for each project submitted for Criterion 1. If there is not a completed CPARS evaluation, the Past Performance Questionnaire (PPQ), Attachment B, shall be completed and submitted with the SF330. A firm shall not submit a PPQ when a completed CPARS evaluation is available. The evaluation shall not be from a subconsultant to a prime firm or from a prime firm to a subconsultant. � In addition, the Government may review any other sources of information in the evaluation of past performance.� Other sources may include, but are not limited to, past performance information retrieved through the CPARS using all CAGE/UEI numbers of team members (partnerships, JVs, team subconsultants, former firms, or parent company/subsidiary/affiliate) identified in the SF330, inquiries of owner representatives, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subconsultant Reporting System (eSRS), and any other known sources not provided by the firm.� While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate, and completed past performance information rests with the firm.� Criterion 4 -Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently Basis of Evaluation: �The SF330 shall describe the firm�s capability and capacity to deliver on-schedule products similar to the type of the tasks described in this synopsis. �SF330s shall demonstrate the firm�s ability to handle at least 10 projects totaling a minimum of $10,000,000 at multiple locations concurrently within the past seven years.� The SF330 shall also identify the proposed location(s) of the prime firm�s offices and key personnel at those offices, describe how this organization will be advantageous to the Government, and provide a detailed description of the organizational structure and how it will function. SUBMISSION REQUIREMENT: �SF330, Part 1, Section H. �Describe the firm�s ability to successfully complete multiple large and small task orders concurrently using the criteria above. Criterion 5 � Quality Control Program� Basis of Evaluation: �SF330s will be evaluated on the demonstrated effectiveness of the firm�s quality control program used to ensure completeness, objectivity, technical accuracy, and sufficiency of the work performed and deliverables prepared.� SUBMISSION REQUIREMENT: �SF330, Part I, Section H. �Describe the quality control program including an example of how the program has worked successfully for each of the projects submitted under Criterion 1.� Describe the firm�s quality control organization structure and list personnel responsible for each phase of the quality control process.� Describe how review comments and resolution of issues, risks, and guidance identified during the performance of work will be tracked.� Describe the methodology that will be used to eliminate errors and inconsistencies between entities involved in the performance of work.� Describe the processes and tools that will be used for the identification, evaluation, and incorporation of applicable lessons learned during performance of work. Criterion 6 - Firm�s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project Basis of Evaluation: �The SF330 shall be evaluated on the firm�s location in the general geographical area and knowledge of the general geographical area of the intended work. In addition, the SF330 shall be evaluated on the firm�s ability to provide timely response to requests for on-site support to various locations within the general geographical area of the intended work. Experience working with relevant local regulators (state and federal) will be considered more favorably. SUBMISSION REQUIREMENT: �SF330, Part I, Section H. �Describe the firm�s location in the general geographical area and the firm�s knowledge of the general geographical area of the intended work. Indicate the locations of all physical offices that would be supporting the intended work. Provide the firm�s methodology to provide timely responses to request for on-site support to various locations within the general geographical area of the intended work. Criterion 7 - Small Business Utilization and Participation It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to Small Business (SB) concerns, including Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone SB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and other small business concerns. Further, it is the policy of the Government that such concerns will have the maximum practicable opportunity to participate in contract performance consistent with its efficient performance. This Criterion assesses both the historical achievements in utilizing small business concerns and the proposed small business participation commitment for this requirement.� The prime firm/offeror is required to demonstrate its previous commitment to SBs through its record of past utilization of SBs and the level of commitment to small business if awarded a contract under this solicitation.� Basis of Evaluation:� The Government will evaluate the likelihood of success in achieving the small business objectives of this acquisition based on the following:������������� 1.� The extent to which the offeror is able to demonstrate a history of supporting Government policies concerning the utilization of small business concerns (including all of the various socioeconomic categories of small business, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB) and the success in achieving goals established by subcontracting plans on prior contracts.� For projects submitted for Criterion 1, Specialized Recent Relevant Experience/Technical Competence, that did not have established small business goals, consideration will be given to the utilization of the small business concerns and the degree of usage of small business relative to the total contract value.� Historical Small Business Utilization will only be evaluated if performed by the offeror. 2.� The extent to which the offeror has demonstrated an achievable commitment to use small businesses (including SDB, WOSB, HUBZone SB, VOSB, and SDVOSB) in the performance of this contract within the Small Business Participation Commitment Document (SBPCD). The minimum small business participation requirement, through work performed by the small business prime and/or subcontracting with small businesses, shall meet or exceed 20% of the total contract value, unless the offeror provides a reasonable and well-documented explanation for why the minimum 20% small business participation requirement cannot be ...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3e581f28682747018fa72dfb71e61b00/view)
 
Record
SN06648027-F 20230414/230412230107 (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.