Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2023 SAM #7872
SOLICITATION NOTICE

C -- IDIQ A-E SERVICES FOR MISSILE DEFENSE SYSTEM PROJECTS AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC

Notice Date
6/15/2023 6:14:24 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-0009
 
Response Due
7/18/2023 5:00:00 PM
 
Archive Date
08/02/2023
 
Point of Contact
Annette Tijerina, Phone: 8084745720, Erik Torngren, Phone: 8084746476
 
E-Mail Address
annette.tijerina@navy.mil, erik.s.torngren.civ@us.navy.mil
(annette.tijerina@navy.mil, erik.s.torngren.civ@us.navy.mil)
 
Description
N62742-23-R-0009 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR�ARCHITECT-ENGINEER SERVICES FOR MISSILE DEFENSE SYSTEM PROJECTS AND OTHER PROJECTS AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVAL FACILITIES ENGINEERING SYSTEMS COMMAND, PACIFIC ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT-ENGINEER QUALIFICATIONS, IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) Services for Missile Defense System Projects and Other Projects at Various Locations under the Cognizance of Naval Facilities Engineering Systems Command, Pacific, but may also include work worldwide. Ballistic Missile Defense System projects with specialized facility requirements may be included in this IDIQ.� 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 one year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $249,000,000. The guaranteed minimum for the contract term (including option years) is $25,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. �Approximate Task Order size will be $2,000,000 to $10,000,000; with expectation to support 5-10 task orders concurrently.� Estimated start date is March 2024. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industry Classification System (NAICS) Code 541330, Engineering Services. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The type of Design and Engineering services expected to be performed under this contract are�for Missile Defense System Projects and Other Projects to include, but are not restricted to, the execution and delivery of site development and planning, Military Construction (MILCON) project documentation (DD Form 1391), Functional Analysis Concept Development (FACD)/Design Charrettes, Design-Build (DB) Request for Proposal (RFP) solicitation documents, Design-Bid-Build (DBB) Final Design construction documents, technical surveys and reports [site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, munitions of explosive concern (MEC) survey, Cost and Schedule Risk Analysis (CSRA), specialized design and engineering systems, etc., construction cost estimates, Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF&E), Collateral Equipment (CEQ) Buy Packages, and Post Construction Award Services (PCAS).� PCAS consists of technical consultation during construction, including, but not limited to, review of construction submittals, response to RFIs, site visits, and other miscellaneous services.� Other Projects within the scope of this IDIQ may include facility projects and utility and supporting infrastructure projects. All contractors are advised that a Unique Entity Identifier is required prior to award.�� Contractors must complete the registration in System for Award Management (SAM) Database by selecting �Entity Information�.� Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site (https://www.sam.gov) Entity Information section.� The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest.� The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract.� This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost.� The prime firm and sub-consultants for this contract will be required to perform throughout the contract term and any substitutions will require Contracting Officer�s prior approval. Interviews may be scheduled with firms slated as the most highly qualified.� Firms slated for interviews may be asked to clarify information contained in the SF330 submittal.� Elaborate presentations are not desired. Completion of electronic annual representations and certifications are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. The contract will require that the selected AE firm have e-mail and internet access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. SELECTION CRITERIA Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or to provide complete information under each criterion, may affect the firm�s evaluation or disqualify the firm from further consideration. � Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: (1)� Firm�s Specialized Experience (2)� Key Personnel Professional Qualifications, and Specialized Experience and Technical Competence (3)� Past Performance (4)� Program Management and Capacity, and Firm Location������ (5) Commitment to Small Business (6)� Volume of Work SELECTION CRITERION (1): �FIRM�S SPECIALIZED EXPERIENCE Firms will be evaluated on specialized experience in the design of projects that feature specialized engineering required for Missile Defense System projects.� Relevant projects shall include new construction of Missile Defense System facilities or infrastructure that are shielded from High Altitude Electromagnetic Pulse (HEMP) effects, or facilities or infrastructure that have been designed for Structural Engineering Risk Category�IV or V, or facilities or infrastructure that feature seismic base isolation systems for buildings or equipment. Relevant projects shall include description of specialized experience in designing specific facility or infrastructure requirements to support weapons, radar, communication, utility systems, and command and control of Missile Defense System ballistic, hypersonic and cruise missiles missile defense systems.� Furthermore, relevant project description shall include experience that demonstrates knowledge and familiarity with site and facility layout of missile defense system assets, such that equipment is positioned optimally and does not conflict with adjacent equipment functionality or other site constraints. Repair projects shall not be considered in the evaluation; only new construction projects shall qualify. Relevant projects shall be approximately $20 million or more in construction value per project. Construction of relevant projects shall have been completed within the past ten (10) years from the date of issuance of this notice.� Firm�s specialized experience in specified design and engineering services shall include execution of (1) FACD/design charrettes and (2) Final Design construction documents. Relevant Missile Defense System projects submitted shall collectively demonstrate experience in ALL specified design and engineering services.� Specified design and engineering services for relevant projects do not need to be all included within a single project scope. Final Design construction documents shall include Design-Bid-Build (DBB) Final Design plans and specifications and/or Final Design plans and specifications prepared by the Design-Build (DB) contractor�s Designer-of-Record.� DB Request for Proposal (RFP) solicitation documents shall not qualify as Final Design construction documents specialized experience. Selection Criterion (1) Submission Requirements:� SF330, Part I, Section F.� Submit a maximum of five (5) relevant projects, approximately $20 million or more in construction value per project, construction with design and engineering consultation services completed within the past ten (10) years from the date of issuance of this notice, which best demonstrate the firm�s recent specialized experience in the design of new projects AND the specified design and engineering services described above.� If more than five (5) projects are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section F and disregard any other project information.� All projects provided in the SF330 must have been completed by the actual office/branch/regional office proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation.� To enable verification, firms should include the Unique Entity Identifier number along with each firm name in the SF330 Part 1, Section F, Block 25, �Firm Name�.� Do not use abbreviations or nicknames. In Block 21, include (1) project title, contract number, or project identification number, and (2) location. Block 22 shall include (3) the date design and engineering services and construction completed. Block 23a shall include (4) project owner. Block 23b shall include (5) point-of-contact name and e-mail address. Block 23c shall include (6) the point-of-contact phone number. Block 24 shall include (7) the project description; (8) the Primary Function; (9) contract performance period; (10) original construction contract award amount; (11) final construction contract amount; and (12) a summary of the work performed that demonstrates relevance to specialized experience as described above. The submission shall include a discussion of who executed the project as pertinent to demonstrating specialized experience.� For projects performed as a subcontractor, a joint venture or a limited liability company (LLC) involving different partners or member companies, specifically indicate the percentage of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole.� If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. If the firm is a joint venture or an LLC, projects performed by the joint venture or LLC should be submitted.� However, if there are no relevant projects performed by the joint venture or LLC, projects may be submitted for either joint venture partner or LLC member company, not to exceed a total of five (5) relevant projects.� A subcontractor's or sub-consultant's specialized experience on a design-bid-build project will not be given the same level of consideration as either the prime contractor or the joint venture partner(s).�� For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. �Do not submit an IDIQ contract as an example project. The Government will not evaluate information provided for an IDIQ contract.� All information for Selection Criterion (1) shall be submitted in the SF 330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part I, Section F in evaluation of Selection Criterion (1). SELECTION CRITERION (2):� KEY PERSONNEL PROFESSIONAL QUALIFICATIONS, AND SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Firm�s key personnel will be evaluated for professional qualifications, and specialized experience and technical competence to accomplish the tasks required under this contact. Professional Qualifications:� Professional qualifications of key personnel proposed for two (2) design teams. Selection Criterion (2)(a) Submission Requirements:� SF330, Part I, Section H.� Identify key personnel for two (2) design teams proposed for the design of new relevant projects.� See Selection Criteria (1) for description of relevant projects. �Key personnel for each team shall be limited to the following:� Principal-in-Charge of the prime A-E firm Project Manager, Project Architect, or Project Engineer Civil Engineer � Senior Level Architect � Senior Level Structural Engineer � Senior Level Mechanical Engineer � Senior Level Electrical Engineer � Senior Level Communications Engineer � Senior Level Fire Protection Engineer � Senior Level Cost Estimator � Senior Level If more than two (2) design teams are submitted, the Government will only evaluate the first two (2) design teams and will disregard any design teams submitted after the first two (2) design teams. SF330, Part I, Section E.� Submit professional qualifications for these key personnel, including active U.S. professional registration (include State/Territory and discipline), number of years of professional experience, role in this contract, firm name and location, and education.� For Cost Estimator, indicate years of experience, role in this contract, firm name and location, and education.� Professional registration for Cost Estimator is not required.� Professional qualifications of personnel of the design teams other than the key personnel (e.g., Architect, Structural Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Communications Engineer, Fire Protection Engineer, Environmental Engineer, Geotechnical Engineer, Topographic Surveyor, etc.) shall not be submitted, and if submitted, shall not be considered in the evaluation. Specialized Experience and Technical Competence:� Key personnel specialized experience and technical competence in the design of relevant projects, including specified design and engineering services. Selection Criterion (2)(b) Submission Requirements: SF330, Part I, Section E. Submit specialized experience and technical competence for relevant projects for the Project Managers, Project Architects, or Project Engineers on the two (2) proposed design teams. �In addition, submit specialized experience and technical competence for relevant projects for other key personnel and/or other additional proposed Subject Matter Experts on the two (2) proposed design teams with specialized expertise on facilities or infrastructure that are shielded from High Altitude Electromagnetic Pulse (HEMP) effects, or facilities or infrastructure that have been designed for Structural Engineering Risk Category IV or V, or facilities or infrastructure that feature seismic base isolation systems for buildings or equipment. �Complete Section E, providing all requested information, demonstrating specialized experience and technical competence in relevant projects, including specified design and engineering services. Submit a maximum of five (5) relevant projects for each Project Manager, Project Architect, or Project Engineer, and each other key personnel and/or other additional Subject Matter Expert with the specialized expertise noted above.� See Criterion (1) for description of relevant projects, and specified design and engineering services.� If more than five (5) projects are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section E and disregard any other project information submitted.�� Each project shall include project title and location, year professional design services completed, year construction completed, point-of-contact information (name, e-mail address, phone number), contract number or project identification number, contract period of performance, contract award amount, estimated construction cost, and the role and work performed demonstrating relevance to specialized experience. �If project description does not clearly define the work performed demonstrating specialized expertise (including specified design and engineering services) or if a project does not include the requested data, that project may be evaluated as less favorable or less qualified. Project information for other key personnel on these teams without the specialized expertise noted above is not required and if submitted, will not be considered in the evaluation. For these other key personnel without this specialized expertise, complete only Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. SELECTION CRITERION (3):� PAST PERFORMANCE Firms will be evaluated on past performance on relevant projects with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, stakeholder/customer satisfaction, and small business utilization.� Evaluation of past performance will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Selection Criterion (1) relevant projects and may include customer inquiries, Government databases, and other information available to the Government.� Selection Criterion (3) Submission Requirements:� SF330, Part I, Section H. �For each relevant project submitted in response to Selection Criterion (1), Firm�s Specialized Experience, submit a DD2631, Performance Evaluation (Architect-Engineer) or Contractor Performance Assessment Report (CPAR) Architect-Engineer evaluation. �IF A DD2631 OR CPAR IS NOT AVAILABLE, submit a NAVFAC/USACE Past Performance Questionnaire (PPQ), included with this announcement as Attachment A, with the SF330. �Ensure correct phone numbers and email addresses are provided for the client point of contact. �Do not submit a PPQ when a completed DD2631 or CPAR is available. NAVFAC/USACE Past Performance Questionnaire shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. �It shall not be from the prime contractor on a Design-Build project nor shall it be from a prime contractor to a subcontractor. �If work was performed as a subcontractor for a project under Selection Criterion (1), provide a completed Past Performance Questionnaire. � NAVFAC/USACE Past Performance Questionnaire previously completed for other announcements/RFPs may also be submitted as long as pertinent information is included. The information provided in the SF330 may provide the major portion of the information used in the Government�s evaluation for past performance. �The Government however, is not restricted to the information provided in the SF330 and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS) and inquiries with previous customers/owners. �PPIRS will be evaluated for the firm that will perform the work and search will be based upon the CAGE/Unique Entity Identifier number provided for the firm. If the AE received any less than Satisfactory past performance evaluations from customers/owners for projects submitted under Selection Criterion (1), it is incumbent upon the AE to provide an explanation of the rating, problems encountered, the corrective actions taken on the project, and what will be done to preclude less than satisfactory ratings and performance on future contracts.� 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. SELECTION CRITERION (4): �PROGRAM MANAGEMENT AND CAPACITY, AND FIRM LOCATION Firms will be evaluated on their ability to plan for and manage work under the contract and their capacity to accomplish multiple large projects concurrently within the required timeframe, and the location of the office(s) within the NAVFAC Pacific AOR that will be performing the work including main offices, branch offices, and offices of team members/sub-consultants, including description(s) of staffing and functions for each office.� Describe the team�s knowledge of the primary geographic areas to be covered by this contract.� Address ability of the firm to ensure timely response to requests for on-site support.� Provided that the application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the contract, firms will be evaluated on the locations of their office or offices that will be performing the work under this contract and demonstrated knowledge of the general geographic areas in which projects could be located.� Evaluation of firms will include consideration of their location within the general geographic area of the anticipated projects, primarily Hawaii and Guam. Selection Criterion (4) Submission Requirements: SF330, Part 1, Section H. � 1.� �Provide an organizational chart for the two (2) design teams proposed per Selection Criterion (2).� Identify composition for these two (2) teams, including (1) design firms [prime AE, subcontractors/sub-consultants of major design disciplines (civil, architectural, structural, mechanical, electrical, communications, fire protection, cost estimates), and other required design and engineering services] and (2) design personnel [key personnel and Subject Matter Experts per Selection Criterion (2)]. 2.�� Discuss the management plan for this contract and personnel roles in the organization. ��Describe the ability of the firm to manage, coordinate, and work effectively with team members, both internal staff and sub-consultants.� Discuss the history of working relationships with team members, including joint venture partners or LLC member companies, where applicable. �Address how the firm's organizational construct is most efficient and effective in the execution of work.� For all key personnel identified in Selection Criterion (2), explain their roles and responsibilities in the proposed organization. �If the same key personnel is proposed for more than one (1) design team, provide explanation substantiating such designation and ability to accomplish multiple projects concurrently. �� 3.�� Describe the firm�s present workload and the availability of the project teams (including sub-consultants) for the specified contract performance period. �Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of quality services.� General statements of availability/capacity may be considered less favorably.� 4. � Indicate the location of the office(s) within Hawaii and Guam that will be performing the work including main offices, branch offices, and offices of team members/sub-consultants, and include description(s) of staffing and functions for each office.� Describe the team�s knowledge of the primary geographic areas to be covered by this contract.� Address ability of the firm to ensure timely response to requests for on-site support. SELECTION CRITERION (5):� SMALL BUSINESS UTILIZATION Firms will be evaluated in terms of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on the following subfactors:� Past Performance in Utilization of Small Business Concerns, and Participation of Small Business Concerns for this Requirement.� Selection Criterion (5) Submission Requirements: SF330, Part 1, Section H and Attachment (B). Subfactor (A) Past Performance in Utilization of Small Business Concerns In support of Subfactor (A), ALL FIRMS shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI.� All LARGE BUSINESSES (LBs) shall submit three (3) �final� or �most recent� Individual Subcontracting Reports (ISRs) for similar contracts of comparable size which show compliance with utilizing the various types of small business firms noted above. If ISRs are not FINAL or MOST RECENT they will not be considered.� The MOST RECENT reporting period is 31 March 2023; therefore, any ISR submitted that is not FINAL must be from the 31 March 2023 reporting period to be considered.� Failure to provide three (3) ISRs that comply with the requirements will result in a NOT MET for this criterion, unless ISRs for similar contracts of comparable size are not available.� If ISRs for similar contracts of comparable size are not available, LBs shall submit other documentation which shows their utilization of the various types of small business firms for similar contracts of comparable size.� If subcontracting goals were not met, provide a detailed explanation for each unmet goal.� All SMALL BUSINESSES (SBs) shall submit documentation which shows their utilization of the various types of small business firms for similar contracts of comparable size.� Subfactor (B) Participation of Small Business Concerns for this Requirement In support of Subfactor (B), all LBs shall submit a draft Small Business Subcontracting Plan, Attachment (B), in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Systems Command goals for FY2023 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Category Percentage Small Business (SB) 40% Small Disadvantaged Business (SDB) 5% Historically Underutilized Business Zones (HUBZone) SB 3% Woman-Owned Small Business (WOSB) 9% Service-Disabled Veteran-Owned Small Business (SDVOSB) 3% If a LB firm is selected for award, a Small Business Subcontracting Plan in accordance with FAR Subpart 19.7 and DFARS Subpart 219.7 will be required and incorporated into the contract award.� The attached Small Business Subcontracting Plan template (Attachment B) shall be used by LBs to complete the draft subcontracting plan.� Firms shall submit their �draft� Small Business Subcontracting Plans utilizing this template, and ONLY this template. A draft Small Business Subcontracting Plan is not required from SBs; however, in support of Subfactor (B), all SBs shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The Small Business size standard classification is NAICS 541330, Engineering Services, with a size standard $25,500,000. SELECTION CRITERION (6): �VOLUME OF WORK 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. �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 AE firms including small, disadvantaged business firms, and firms that have not had prior DOD AE contracts. Selection Criterion (6) Submission Requirements: Firms do not submit data for this selection criterion. SF-330 SUBMISSION REQUIREMENTS: A-E firms desiring to be considered for this contract must submit a completed Standard Form (SF) 330 package, A-E Qualifications. The printed format shall be in an 8-1/2 x 11 paper format, bound in a 3-ring binder, typed with a minimum 11-point font size or larger (font limitations do not apply to graphics, captions or tables), and one-sided. Part I pages shall be numbered sequentially.� Except for the Organization Chart, sheets larger than 8-1/2� X 11� including fold-out sheets will not be accepted. Part II, shall be submitted for each firm identified in Part I, Section C.� Please include your Unique Entity Identifier and CAGE numbers in Block 30 of the SF-330.� Any other information submitted such as company brochures, leaflets, etc., will not be considered. In accordance with the FAR 36.601-4(b) contracts for AE 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). Failure to submit the required proof could result in a firm�s elimination from consideration. In addition to the information provided in the SF330, provide the CAGE and Unique Entity Identifier number for each member of the proposed team. Joint Ventures (JV), Limited Liability Partnerships (LLP), Limited Liability Companies (LLC), and Limited Companies (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLP, LLC, or LTD agreement. Failure to include the applicable agreement with the SF330 may result in the firm�s elimination from further evaluation. b. A detailed statement outlining the following in terms of percentages where appropriate - (1) Therelationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, Unique Entity Identifier number and CAGE numbers, address, point of contact, email address, phone number and facsimile number. AE firms that meet the requirements described in this announcement are invited to submit a�SF-330 package that addresses each requirement within the selection criteria. The SF-330 package submitted in response to this announcement must include (1) original and three (3) paper copies, and one (1) CD of the completed SF330. The delivery addresses for SF 330s are as follows: (1) For SF 330s sent via United States Postal Services (USPS): Naval Facilities Engineering Systems Command Pacific Code ACQ31:AT (N62742-23-R-0009) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s sent via courier service or hand-delivered: Naval Facilities Engineering Systems Command Pacific Code ACQ31:AT (N62742-23-R-0009) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296 Notifications will be sent via email to the email address identified in Part I, Section B, Block 8.� Firms responding to this announcement shall submit an SF-330 package by 2:00 p.m. Hawaii Standard Time (HST) on 18 July 2023. �Late responses will be handled in accordance with FAR 52.215-1. THIS IS NOT A REQUEST FOR PROPOSAL. The main point of contact is Annette Tijerina, Contracting Officer, at annette.t.tijerina.civ@us.navy.mil. The alternative point of contact is Erik Torngren, Contracting Officer...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d058e64ec3ea4ab48d78a4aae005aff4/view)
 
Record
SN06717096-F 20230617/230616060708 (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.