Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2024 SAM #8254
MODIFICATION

C -- Architecture Engineering (AE), Indefinite Delivery/Indefinite Quantity (IDIQ) Design Services for the Naval Surface Warfare Center Philadelphia Division (NSWCPD)

Notice Date
7/1/2024 11:06:10 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NSWC PHILADELPHIA DIV PHILADELPHIA PA 19112-1403 USA
 
ZIP Code
19112-1403
 
Solicitation Number
_N6449824R4002_
 
Response Due
8/15/2024 9:00:00 AM
 
Archive Date
08/30/2024
 
Point of Contact
David Rhoads, Edward D'Imperio
 
E-Mail Address
david.a.rhoads8.civ@us.navy.mil, edward.r.dimperio.civ@us.navy.mil
(david.a.rhoads8.civ@us.navy.mil, edward.r.dimperio.civ@us.navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
N6449824R4002 INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR MULTI? DISCIPLINE ARCHITECT?ENGINEER (A?E) SERVICES IN SUPPORT OF NAVAL SURFACE WARFARE CENTER PHILADELPHIA DIVISION (NSWCPD) FACILITIES PROJECTS AT THE PHILADELPHIA NAVAL BUSINESS CENTER (PNB), PHILADELPHIA, PA. Description: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. Related Notices: N64498-23-RFPREQ-PD-102-0017 Background: The Naval Surface Warfare Center Philadelphia Division (NSWCPD) requires A-E services in support of various projects located primarily in Philadelphia, Pennsylvania, at the Philadelphia Navy Yard (also known as the Philadelphia Naval Business Center (PNBC)) for NSWCPD but may also include services for other locations within a fifty- (50-) mile radius of the Philadelphia Navy Yard.� NSWCPD occupies and maintains approximately fifteen (15) buildings totaling about 1.4-million gross square feet. This procurement will result in one Single-Award IDIQ contract for multi?discipline A?E services for planning, design, and construction services in support of new construction, repair, replacement, demolition, alteration, and/or improvement of military and other governmental facilities. These services will be procured in accordance with 40 United States Code (USC) Chapter 11, Selection of Architects and Engineers, as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. The IDIQ contract duration is estimated at a five (5) year period with one (1) base year and four (4) option years.� The maximum value for the contract term, including all awards, shall not exceed $4,000,000. The contract shall provide for award of individual firm fixed price Task Orders with an estimated cost range is between $2,000.00 and $4,000,000.� The guaranteed minimum for the contract ordering period is $2,000 and will be satisfied by simultaneous award of the initial task order with the basic contract. Firm?Fixed Price Task Orders will be negotiated at the Task Order level. In accordance with FAR 15.404-4(c)(4)(i)(B), the contract price or the estimated cost and fee for production and delivery of designs, plans, drawings, and specifications shall not exceed six (6) percent of the estimated construction cost of the public work or construction, excluding fees. This proposed contract is anticipated to be a Small Business Set-aside. The North American Industry Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $25,500,000. The Product and Services Code (PSC) is C219 Architect and Engineering- General: Other. �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 included herein. Comprehensive A?E services are required for the new construction, repair, replacement, demolition, alteration, and/or improvement of facility projects. Projects may involve single or multiple disciplines, including, but not limited to, architectural, structural, mechanical, electrical, civil, landscape design, environmental, fuel storage and transportation facilities, fire protection, instrumentation and controls, and interior design. The Contractor shall support NSWCPD site and facility efforts in the following areas: � � � �a.� Graphics Design Support, � � � �b.� Conceptual Design Support, � � � �c.� Preliminary Design Support, � � � �d.� Detailed Design Support, � � � �e.� Outfitting, Installation, Test, and Evaluation Design Support regarding building � � � � � � systems, � � � �f.� Design Logistics Documentation Support, � � � �g.� Design Environmental Impact Support, � � � �h.� Design Administrative Tracking Support, � � � �i.� Professional Engineering Stamp and Licensed Professional Engineer Support, and � � � �j.� Design Program Support. The selected offeror will be solely responsible for the designs produced on the resulting task order contracts and will be recorded as the designer of record. �The successful offeror shall also be accountable and responsible for contributions to Design-Build RFP preparation and all other requirement submittals to the Government. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. Performance Location: Philadelphia, PA Requirements: For complete details on this requirement See Attachment 1, �Statement of Work (SOW).� Specific types of A?E services that may be required under this contract include: Planning Services: including those associated with the development of project programming documentation (for example, DD Form 1391); facility evaluations/site investigations; cost estimation; facility planning services including project programming, and scope development; conceptual pricing development; development of alternatives including economic analysis; interior space planning/design; collateral equipment inventories; facility analysis, including general condition assessment including code compliance; energy utilization studies; life safety analysis; exterior and interior hazardous material surveys and analysis; site investigation services including geotechnical investigation in support of foundation design recommendations; utility location/identification; site access studies; site topographic studies, including flood zones and fetch analysis; environmental soil sampling; and, analysis traffic analysis. Design Services: including development of design-build RFP packages; development of contract documents for design-bid-build; full design for new construction and renovations of facilities, including, but not limited to light laboratory facilities, administrative facilities, training facilities such as operational, maintenance, or classrooms, industrial facilities such as maintenance shops, manufacturing, public works shops, and warehouses and facilities that require phased construction due to operational requirements. Construction Services: including submittal reviews, field consultation, and Operation and Maintenance Support Information (OMSI), contractor submittal reviews, field consultation and inspections and obtaining permits and regulatory approvals. Meetings: The Contractor shall conduct meetings as directed by either the Contracting Officer or the NSWCPD Technical Point of Contact (TPOC). For these meetings the Contractor shall � � � � � � � �a.� host periodic progress meetings in a communications means and interval as approved by the TPOC; � � � � � � � �b.� author and send out a meeting agenda to stakeholders electronically prior to the meeting; and � � � � � � � �c.� author and send out meeting minutes electronically to stakeholders that include an action-item list, revising based on stakeholder feedback. A-E firms may be required to prepare cost estimates utilizing the MCACES MII estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing Design-Build Masters programs, and drawings in AutoCAD (2016 or higher) utilizing the National CADD Standards format with NSWCPD specified modifications. 3D and BIM modeling may also be required. Asbestos and/or lead-based paint assessments may be required on this contract to determine the presence of hazardous material during removals/demolition or at utility points of connections. Work on and around waterfront structures, including under deck and underwater, and work in confined spaces may be required on this contract. A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials, work on and under waterfront structures, and in confined spaces. Other Professional Services: T.O.s may be issued for other than design services including, but not limited to, the following � � � � � � � � � � a.� DD Form 1391 Document, Military Construction Project Data; � � � � � � � � � b.� Studies/Engineering Investigations; � � � � � � � � � c.� Performance of Post-Award Construction Services (PCAS); and � � � � � � � � � d.� Preparation of Operation and Maintenance Support Information (OMSI) for NSWCPD In-House prepared design-bid-build (DBB) projects. Design Service Deliverables: The following Design Service Deliverables may be required for T.O.s issued under this requirement. Specific and applicable referenced documents will be listed for each individual T.O. � � � � � � � � � - Drawings/Plans; � � � � � � � � � - Specifications; and � � � � � � � � � - Cost Estimate. Engineering Service Deliverables: The following Engineering Service Deliverables may be required for T.O.s issued under this requirement. Specific and applicable referenced documents will be listed for each individual T.O. � � � � � � � � � - Cost Estimate; � � � � � � � � � - Basis of Design; � � � � � � � � � - Studies/Reports; � � � � � � � � � - DD1391; � � � � � � � � � - Site Engineering Investigation (SEI); � � � � � � � � � - Utility Investigation; � � � � � � � � � - Preliminary Hazard Analysis (PHA); � � � � � � � � � - Comprehensive Interior Design (CID) � Structural Interior Design (SID), Furniture, Fixtures and Equipment (FF&E), and Collateral Equipment (CEQ); � � � � � � � � � - Collateral Equipment (CEQ) Buy Package; � � � � � � � � � - Construction Schedule; � � � � � � � � � - Environmental/Construction Permits; � � � � � � � � � - Storm-water Protection Report (Attachment 4); � � � � � � � � � - Sustainability & Energy Data Record Card; � � � � � � � � � - DD Form 1354 Preparation; � � � � � � � � � - Designer-to-NSWCPD Code 102 Report (Attachment 5); � � � � � � � � � - Designer-to-NSWCPD Code 102 Presentation (Attachment 6); and � � � � � � � � � - Bid Support. Specialty Engineering and Testing Deliverables: The following Specialty Engineering and Testing Deliverables may be required for T.O.s issued under this requirement. Specific and applicable referenced documents will be listed for each individual T.O. � � � � � � � � � - Topographic Survey Map/Data; � � � � � � � � � - Subsurface/Geotechnical Investigation; � � � � � � � � � - Geotechnical Evaluation/Report; � � � � � � � � � - Hydrographic Survey Map/Data; � � � � � � � � � - Hazardous Materials Survey Report and Drawings; and � � � � � � � � � - Site Environmental Testing and Remediation. Other Deliverables: In addition to the services noted above, the A-E firm is responsible for the following deliverables, as applicable, for each T.O. issued. � � � � � � � � - Photographs; � � � � � � � � - Color Boards; or � � � � � � � � - Renderings. Post-Construction Award Services (PCAS): Generally, PCAS will be required of the A-E firm for applicable T.O.s issued under this requirement once the respective Final Design/RFP is completed. Other Special Considerations: As defined by Paragraph 1?5 of United Facilities Criteria (UFC) 3? 600?01, Fire Protection Engineering for Facilities, this contract requires the services of a licensed fire protection engineer or Consultant. All engineering and design services shall comply with the most current edition of Facilities Criteria (FC) 1?300?09N Design Procedures, and other requirements as indicated on the Whole Building Design Guide (WBDG) Web Site (www.wbdg.org). The selected A-E Contractor shall have online access to web?based support programs capable of creating Auto-CAD documents for Government review, and email via the internet for routine exchange of correspondence. The selected A-E Contractor shall submit and maintain an A?E Accident Prevention Plan (APP) in accordance with U.S. Army Corp of Engineers (USACE) EM 385?1?1 for each project on this contract and Activity Hazard Analysis (AHA) for each in?field action. Key personnel, including Consultants, must be U.S. citizens.� Dual citizenship is not permissible for persons attempting to gain access to NSWCPD facilities. A?E firms are advised that the selected firm, its subsidiaries or affiliates, and its Consultants which design, prepare, or provide engineering services in support of construction contract documents cannot provide construction services for the same contract. This includes concept design, preparation of project programming documents (DD Form 1391), facility siting studies, environmental assessments, geotechnical services, engineering studies and services, design?build Request for Proposals (RFPs), or other activities that result in identification of project scope and cost. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including H-209-H003, Required Disclosure of Organizational Conflict of Interest (NAVSEA) (NOV 2022). The prime firm for this contract will be required to perform throughout the contract term. In accordance with FAR 19.505, the concern will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the concern's 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. SUBMISSION REQUIREMENTS: SUBMISSION REQUIREMENTS - SF 330 Part I Typed, 12 point Times New Roman, shall not exceed 100 single?sided 8.5 by 11 inch pages Criterion 1� Specialized Experience and Technical Competence Criterion Requirements:� SF 330, Part I, Section F � Minimum of three (3) and maximum of five (5) projects completed (project completion to be defined as receiving final design acceptance from client) within the past seven (7) years Criterion 2� Professional Qualifications Criterion Requirements:� SF 330, Part I, Section E � Resumes for all proposed Key Personnel that illustrate experience in the type of work proposed under this contract. Resumes are limited to three pages and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past 7 years) project?specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Indicate participation of Key Personnel in example projects in the SF 330, Part I, Section G. Criterion 3� Past Performance Criterion Requirements:� SF 330, Part I, Section H ��Submit a completed CPARS/ACASS/PPQ evaluation for each project under Criterion 1 Criterion 4��Quality Control Criterion Requirements:� SF 330, Part I, Section H -�Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. Criterion 5��Program Management and Capacity Criterion Requirements:� SF 330, Part I, Section H �� � � �1. Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. � � �2. Describe the firm�s present workload and the availability of the project team (including consultants) for the specified contract� performance period. � � �3. Describe the firm�s ability to sustain the loss of Key Personnel while accomplishing work within required time limits, to ensure continuity of services and ability to meet surges in unexpected project demands and ability to adhere to schedules and� � � � � � � budgets. Criterion 6��Knowledge of General Geographic Area Criterion Requirements:� SF 330, Part I, Section H � � � �1. Indicate location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. � � �2. Provide a narrative describing the team�s knowledge and previous experience of the primary geographic areas to be covered� by this contract. � � �3. Provide a narrative to describe the team�s ability to provide timely response to requests for on?site support. Criterion 7� Certificate of Insurance Criterion Requirements:��Provide a current certificate of insurance A?E firms desiring to be considered for this contract shall submit a completed SF 330 package by DOD SAFE to the Contracting Officer and the Contract Specialist. The SF 330 shall be typed, 12 point Times New Roman. Part I shall not exceed 100 single?sided 8.5 by 11 inch pages (the 100 page limit does not include the first eight (8) instructional pages of the SF 330, Individual Subcontracting Reports (ISRs) or certificates/licenses, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. Introductions shall be included in Sections E and F. A-E firm submissions shall include its Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE), and Taxpayer Identification Number (TIN) numbers in Block 30 of the SF 330. SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT MUST BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE. No paper copies, email, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil). The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for DOD SAFE. Authentication is handled via email. Anyone has access to DOD SAFE and the application is available for use by anyone. The DOD SAFE �Getting Started Guide� has information on how to utilize the system (https://safe.apps.mil/about.php). Instructions for uploading are as follows: Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed five (5) business days prior to the proposal due date. Contract Specialist, David Rhoads, david.a.rhoads8.civ@us.navy.mil Contracting Officer, Edward D�Imperio, edward.r.dimperio.civ@us.navy.mil. You will receive an email with the link to submit your drop off. The link will be provided no later than two (2) business days prior to the proposal due date. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter N6449824R4002-FIRMNAME. Click Upload button to send documents. Guest Users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required). File Size Limitations: offerors are advised to follow the DOD SAFE instruction for uploading files. DOD SAFE supports delivery up to 8GB. If needed, Offerors are advised to break the files down to smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below. File Naming Convention: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: N6449824R4002- FIRMNAME- VOLUME I N6449824R4002- FIRMNAME- VOLUME II Each file name shall begin with the solicitation number followed by the firm�s name and a brief file description. Please see examples above. File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 12 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 foldouts, etc.) will be counted as one page. Proposals shall be in narrative format, organized, and titled so that each section of the proposal follows the order and format of the criterion. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in each section for each factor. Upload Completion and Deadline: Interested offerors shall submit proposals no later than the date and time specified in this synopsis. The time and date of the proposal receipt will be upload completion/delivery time and date recorded within DOD SAFE site. �Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes- this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208. Electronic Files: Files shall be in their native format (i.e .,.docx, .xlsx, .ppt, etc.), or if in .pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulas shall be unlocked). All Contractors are advised that registration in 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 Web site: https://www.sam.gov. Offerors shall restrict the disclosure or use of its proposal, (and) a proper legend must be included on materials provided. Individual subcontractor/vendor proprietary information may be submitted separately. In accordance with the Federal Acquisition Regulations (FAR) 36.601?4(b), the A?E firm must be a professional A-E firm permitted by law to practice the professions of architecture or engineering in the state of Pennsylvania.� Furthermore, the firm must hold a current and active license in the state of Pennsylvania. A-E firms shall provide proof that the firm is permitted by law to practice the professions of architecture and engineering, (e.g., state registration number, or a brief explanation of the firm�s licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof will result in a firm�s elimination from consideration. Firms who are offering as a Joint Venture (JV) should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement will result in the firm�s elimination from further evaluation.� Additionally, JV firms should include the following JV specific information and documentation: CAGE, UEI, location, immediate owners with percentages of ownership, responsible manager name and company affiliation, Small Business Administration (SBA) approval of mentor-prot�g� agreement (if applicable), JV compliance certificate from the prot�g� (if applicable), and an organization chart which depicts relationships within the JV. If an SF 254/SF 255 is submitted for this request, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). Interested firms shall submit proposals to BOTH the Contract Specialist and the Contracting Officer via DOD SAFE. SF 330 submissions are due no later than 15 August 2024 at 12:00 pm (EST). Late responses will be handled in accordance with Federal Acquisition Regulations (FAR) 52.215?1. The points of contact for this acquisition are Contract Specialist, David Rhoads, at david.a.rhoads8.civ@us.navy.mil and Edward D�Imperio, Contracting Officer, at edward.r.dimperio.civ@us.navy.mil. Inquiries concerning this procurement should reference the solicitation number (N6449824R4002) and title and be forwarded via email to the points of contact identified above. Questions pertaining to this requirement are due no later than fourteen (14) days after posting of this requirement in SAM.gov. LIST OF ATTACHMENTS: Statement of Work (SOW) Past Performance Questionnaire (PPQ) SELECTION CRITERIA: Firms responding to this special notice will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration. Evaluation criteria (1) through (6) are considered most important and are equal among themselves; criteria (7) is of slightly less importance.� Specific selection criteria include: Criterion 1 Specialized Experience and Technical Competence Criterion 2 Professional Qualifications Criterion 3 Past Performance Criterion 4 Quality Control Criterion 5 Program Management and Capacity Criterion 6 Knowledge of General Geographic Area Criterion 7 Certificate of Insurance Criterion 1 �Specialized Experience and Technical Competence (SF 330, Part I, Section F): Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in: Infrastructure/facility design utilizing the following criteria, including, but not limited to, Unified Facilities Criteria (UFCs) and Military Standard (MILSTD); Conducting on?site design development workshops, charrettes, functional analysis, schematic design, or space programming, including supporting budgetary or parametric cost estimating; Demonstrated ability to design to project budget and schedule; Experience preparing design?bid?build; Experience preparing design?build RFP packages; and Designing projects in accordance with DoD, Navy, or other Government agencies� criteria. Use of SpecsIntact for package generation and submittal to the Government Specialized Design Experience to include Antiterrorism Force Protection (ATFP), Seismic Design and Analysis, and Design of Secure Spaces Experience applying sustainability concepts through an integrated, cost effective design approach and designing in accordance with recognized sustainable third party certification such as (but not limited to) LEED AP, Green Globes Professional, etc. Firms may be considered more favorably under Criterion 1 by demonstrating the following: Demonstrated experience with design of similar types of facilities (as set forth in 1-9 above) that were performed for DoD contracts. Experience in the delivery of multiple types of A?E services identified in the requirements 1-9 above. Experience on multiple facility types, such as business, educational, industrial, assembly, health care, residential, storage, laboratory, and mixed-use occupancies, identified in the requirements 1-9 above. Demonstrated experience using RSMeans-based (or equal) electronic cost estimating software. Demonstrated experience designing modifications to existing structures and developing construction phasing while associated facilities are required to remain in service. Demonstrated experience specific to Navy facility projects, illustrating the capability of the A?E firm and individual design team members (A?E staff, Key Personnel, Consultants) to work within the Navy project planning process including: DD Form 1391 development in the Navy�s Electronic Procurement Generator (EPG), DD Form 1391 validation procedures including cost validation. Demonstrated understanding of procedures and timely submission of base access documents in adherence with security, safety, environmental, and accident prevention regulations in order to support A?E activities and maintain project schedules. Experience of A?E firm and individual design team members (A?E staff, Key Personnel, sub? consultants) with facilities located in historic areas that will require consultation with State Historic Preservation Officer (SHPO) throughout the design process. Performance of services for sustainment restoration and modernization (SRM) of research and development facilities Experience providing PCAS (Post-Construction Award Services) for SRM. Criterion 1 Submission Requirements: Provide up to a minimum of three (3) and maximum of five (5) projects completed (project completion to be defined as receiving final design acceptance from client) within the past seven (7) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in the areas outlined above. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. If more than the maximum number of projects is submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. All projects provided in the SF 330 must have been completed by the actual office/branch/regional office/ individual team member proposed to perform work under this contract identified in SF-330, Part I, Section C. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the UEI and CAGE along with each firm name in the SF 330 Part I, Section F, block 25, �Firm Name.� Include a contract number or project identification number in block 21. Include an e?mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. For projects performed as a Sub-contractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a Sub-contractor 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 firm will be eliminated from award consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects must be submitted for each joint venture partner, not to exceed a total of five (5) projects for all partners combined. Each partner within a JV may not be responsible for more than three (3) projects within the past performance submission. Projects shall be submitted on the SF 330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand?alone contract award. Do not submit an IDIQ base contract as an example project. Instead, list relevant task orders or stand? alone contract awards. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 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 the evaluation of Criterion 1. Criterion 2�Professional Qualifications (SF 330, Part I, Sections E & G): Firms will be evaluated on the minimum education, experience, and professional certificat...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f913669a219f4b6380f461d2d3635922/view)
 
Place of Performance
Address: Philadelphia, PA 19112, USA
Zip Code: 19112
Country: USA
 
Record
SN07113237-F 20240703/240701230105 (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.