MODIFICATION
C -- IDIQ CONTRACT FOR A-E SERVICES FOR COMPLIANCE WITH AIR EMISSION REGULATIONS AND ALL OTHER ENVIRONMENTAL MEDIA REGULATIONS TO SUPPORT NAVY, MARINE CORPS, AND FEDERAL AGENCIES WORLDWIDE
- Notice Date
- 2/21/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- ZIP Code
- 00000
- Solicitation Number
- N6247018R7005
- Response Due
- 3/9/2018
- Archive Date
- 3/24/2018
- Point of Contact
- Stacy Fullerton 757-322-8100 Alternate Point of Contact:
- E-Mail Address
-
ynov@navy.mil
- Small Business Set-Aside
- N/A
- Description
- N62470-18-R-7005 Amendment 0001 The following pertains to this Amendment: QUESTIONS AND ANSWERS Q1: If there is an incumbent, could you please provide the contract number? A1: Contract Number N62470-13-D-8025 Q2: Please explain the purpose of Criterion 7 Commitment to Small Business or can this criterion be deleted because this is a total small business contract procurement? A2: This amendment removes Criterion 7 Commitment to Small Business (SF330, Part I, Section H) from Synopsis N62470-18-R-7005. Accordingly, firms will not be evaluated on Criterion 7 Commitment to Small Business. Q3: Are we correct in assuming that if options are awarded for a TO, that the total value of the TO (including awarded options) has to be 80% complete by February 6, 2018 in order to be a valid project for this proposal? A3: Yes. Q4: The synopsis states that this procurement will result in ONE IDIQ contract for a small business. Firm-fixed price task orders will be negotiated. However, Criterion #8, states that there is an, objective of effecting an equitable distribution of contracts among qualified A and E firms including small, disadvantaged business firms, and firms that have not had prior DOD A and E contracts. Does this imply that there would be more than one contract award? A4: No, there will not be more than one contract award for this requirement. Q5: Seeing that the proposed contract is intended to be set-aside for small businesses, we don t understand the inclusion of Criterion 7 on page 8 of 11. We are a small business and will perform at least 50% of the efforts. Does this criterion require our attention? A5: As indicated in A2, Criterion 7 Commitment to Small Business is removed. Q6: Under Criterion 8, page 9 of 11, in the second paragraph (double-asterisked) of the section titled SF-330 Submission Requirements the firms are asked to provide proof of registration or proof of eligibility . Our team holds many registrations and licenses throughout the Atlantic region. Without a firm scope or geographic location we are uncertain that our licenses/registrations will meet NAVFACs proof of registration or proof of eligibility that is requested. Can you provide direction or clarity on what is acceptable for this demonstration? A6: Please reference page 9 of 11 and FAR 36.601-4(b) regarding required proof of the AE firm s registration. In accordance with the Brooks Act, the AE firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Proof of licensure may be provided from the local office performing the work or from the corporate office. Joint Venture firms should provide proof of licensure by all parties included in the Joint Venture. Licensure in a single state is sufficient, providing that the licensure demonstrates that the firm/Joint Venture with whom the Government is contracting is eligible as required by the Brooks Act. Q7: During your usual course of business, do you receive UPS deliveries? A7: Please reference page 10 of 11 for mailing instructions, including those for commercial couriers. Q8: Where can I find the SF330 form mentioned as the required submission for the RFQ in order to submit a response? A8: The SF330, Architect-Engineer Qualifications, form can be found online at GSA.gov in the GSA Forms Library. Per FAR 53.107(b) Contractors and other parties may obtain standard and optional forms from the Superintendent of Documents, GPO, Washington, DC 20402. Q9: In Criterion 2, Professional Qualifications, NAVFAC asks for resumes for key personnel. NAVFAC lists only 4 key personnel, Program manager; Quality Control Personnel; Task Order Managers; and Project Managers. May we also present resumes for key technical staff to be evaluated? Also, do you have a list of technical disciplines which are preferable? A9: Reference Criterion 2 Submission Requirements on page 5 of 11. Specific disciplines that must be included in key personnel are program managers, quality control personnel, task order managers, and project managers. Q10: Under Submission Requirements: The SF-330 shall be one-sided. Is it the Navy s intention to have each page printed single sided and the backside of each page intentionally left blank? A10: Reference SF-330 Submission Requirements on page 9 of 11 wherein it states that the SF-330 shall be one sided. Q11: Under Submission Requirements: The SF-330 shall be at least 11 point or larger Times New Roman Font. Does this requirement carry over to graphics and call out boxes? A11: Please reference SF-330 Submission Requirements section on page 9 of 11 for font requirements and limitations.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247018R7005/listing.html)
- Record
- SN04829908-W 20180223/180221231549-9fa33ac6b9e7e5a093891606ac4bb7e6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |