SOLICITATION NOTICE
C -- IDIQ A&E Historical Sensitive Projects Engineering Services
- Notice Date
- 4/21/2020 12:08:38 PM
- Notice Type
- Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N4008520R0019
- Response Due
- 5/12/2020 11:00:00 AM
- Archive Date
- 10/01/2020
- Point of Contact
- Kristy Wright, Phone: 7573411644
- E-Mail Address
-
kristy.l.wright1@navy.mil
(kristy.l.wright1@navy.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- N4008520R0019 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER SERVICES IN SUPPORT OF HISTORICAL SENSITVE PROJECTS PRIMARILY FOR PUBLIC WORKS DEPARTMENT MAINE AREA OF RESPONSIBILITY. 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 PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services in Support of Historical Sensitive Projects.� Engineering and Design Services as required for construction, repair, replacement, demolition, alteration, improvements, recordation, and preservation of historic facilities. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. Work under the contract is anticipated to occur primarily at Public Works Department (PWD) Maine Areas of Responsibility (AOR) that includes Maine, New Hampshire, Vermont, Massachusetts, Connecticut, Rhode Island and New York.� However, work may be ordered throughout the Naval Facilities (NAVFAC) Mid-Atlantic AOR and NAVFAC worldwide (rare occasion).� 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 $30,000,000. The guaranteed minimum for the contract term (including option years) is $5,000 and will be satisfied by simultaneous award of the initial task order with the basic contract. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is January 2021. This proposed contract is being solicited as a SMALL BUSINESS SET-ASIDE. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services, and the Small Business size standard is $15,000,000.� Most task orders issue under this contract will be construction costs of under $6M with a significant number of projects between $500K and $1M construction costs. 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.� Most projects will be renovation, repair, and minor new construction projects executed at the Public Works Departments. �Projects may include multiple disciplines or single disciplines, including general building renovation work; development of Design-Bid-Build (DBB) packages; development of Design-Build (DB) request for proposal packages; conducting Life Safety Code Studies; interior space planning/design studies; engineering and design of site work; paving; landscaping; communications; fire protection; energy conservation systems; utilities; and faculty planning.� Architect-Engineering and Engineering Services that may be required under this contract include facility and/or infrastructure field surveys and investigations resulting in the development of engineering analyses, studies, cost estimates, plans, specifications, Requests for Proposals (RFPs) for design/build projects and Post-Construction Award design completion, shop drawing review, and other associated engineering services.� Projects are categorized as repair, replacement, upgrade, maintenance, energy savings and sustainability projects covering the full range of the field of engineering for a wide range of new and existing facilities and systems, utilities and infrastructure.� Projects shall include, but not limited to the following: Fire protection water supply and distribution systems, Base-wide fire-reporting systems, Administrative facilities, Personnel support facilities � (lodging, berthing, recreational), Child development centers, Medical facilities � (hospitals, medical/dental clinics), Training facilities, Simulators, Industrial facilities, Maintenance facilities; Operational facilities, Warehouse facilities, Aircraft hangars, Bulk fuel facilities; Utility Systems � including steam; low pressure compressed air; fresh water; salt water; sanitary sewer; oily waste water collection, Electrical Systems- including high voltage to low voltage electrical, Control systems, Ordnance storage and handling facilities including electrical hazard classifications required to be designed to Naval Sea Systems Command Ordnance Pamphlet 5 (NAVSEA OP 5) Explosives Safety Management Policy requirements, Waterfront facilities and infrastructure � (piers; wharves; quay (key) walls; dry docks, bulkheads, coastal and shoreline protection, fender systems; berthing and mooring; dredging; coastal and shoreline protection; and waterfront related utilities), Communications facilities � (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)), Laboratory spaces and facilities and Research, Development, Test, and Evaluation (RDT&E) spaces and facilities, Ranges, Roads and Pavements and associated infrastructure including parking areas, Railroads, Landscaping, Storm Water Systems. ENGINEERING, DESIGN & CONSTUCTION SERVICES The selected firm will provide a full range of services for engineering, design and construction phases of anticipated projects, which may include, but are not limited to any or all of the following:� Project management, Data management, Project programming and master planning, Feasibility and concept studies, Space utilization, Design concepts/standards, Research, Analysis, Engineering, Design, Design/build request for proposal preparation, Engineering During Construction (EDC), Construction phase support for Facility Repair projects involving historic facilities or facilities located in a Historic Districts, including repair, replacement, demolition, and new construction. Specific types of AE services that may be required under this contract include: Planning Services, including the development of project programming document data sheet (DD Form 1391), evaluations, site investigations, and cost estimation such as: Facility planning services and project development, including: Strategic Planning, Master Planning, Capital Planning, and Facilities and Infrastructure Planning, including project development, Strong knowledge of Federal and DoD budget process, including the Planning, Programming, & Budget Execution System (PPBES), Planning studies, Historical studies and Historic American Engineering Record Recordation Documentation, Cultural resource investigations, Project programming documents (DD Form 1391 development) prepared in the Navy's Electronic Procurement Generator (EPG), Functional Analysis Concept Development (FACD)/Design Charrette/other design related workshops and meetings, Developing of requirements, Preparing engineering evaluations, Development of project scope, Unit guidance or parametric cost estimating, Project programming and requirements development, Conceptual pricing development, Analysis of proposed sites for foundations; utilities; access; constraints, Development of Alternatives including Economic Analysis, and Supporting Program Objective Memorandum (POM) exhibits, including conceptual graphics representing strategic alignment with DoD and DoN priorities. Site investigation services, including: Geotechnical investigation in support of foundation design and site pavement recommendations, Pre-design site assessment, Utility location/identification, Site access studies including way finding and pedestrian corridors, Site topographic studies and property boundary studies, including flood zones and wetlands topographic and boundary surveys to include survey; mapping; utility investigations, Environmental investigations, Environmental soil sampling and ground water sampling and analysis, and Storm Drainage analysis. Facility analysis, including: General condition assessment including code compliance, Energy utilization studies, Cost valuation surveying, Concept and site sketches, Recommendations on potential utilities impacts, Identification of sustainable features, Analysis of proposed sites for foundations; utilities; access; constraints, Facility Life Safety Code analysis, Exterior and interior hazardous material surveys and analysis, Studies, evaluations and testing with associated work, Electrical utility surveys, Seismic studies, Preparation of performance work statements; plans; specifications; and cost estimates, Identification of environmental issues, Asbestos, Polychlorinated Biphenyls (PCBs); and lead assessments to determine the presence of asbestos; PCBs or lead. Design Services, including all supporting activities such as site investigation, surveys, design charrettes, cost estimates, etc.: Development of Design-Build (DB) Request for Proposal (RFP) packages including schematic concept drawings and environmental studies, Development of comprehensive Design-Bid-Build (DBB) packages that include full plans and specifications, Design of new construction, both vertical and horizontal, Alteration of facilities, Design Reviews, Value engineering, Life cycle costing, Blast Design, Geospatial Information Systems (GIS), Building Information Modeling (BIM), Maintenance and repair of real property, and Construction Cost Estimates, HVAC and Mechanical experience. Interior Space Planning Design and Collateral Equipment Inventories Construction Services such as the following services: Contractor submittal reviews, Field consultation and special inspections, Electronic Operation and Maintenance Support Information (eOMSI) with a final list of equipment installed and equipment removed during the project that is provided to the government, Obtaining environmental permits and regulatory approvals, As-built and Record Document preparation, and Commissioning HVAC and mechanical systems. SPECIAL REQUIREMENTS System of Units: While it is NAVFAC�s policy to use the metric system International System of Units (SI) of measurement for projects, it should be assumed that projects executed under this contract would use imperial units.� Government�s project manager will prepare a NAVFAC metric waiver for each project task order.� As defined by paragraph 1-5 of United Facilities Criteria (UFC) 3-600-01.� Contract Drawings: AE firms are required to prepare drawings in computer-aided design (CAD) and drafting (CADD) software application marketed by Autodesk� (AutoCAD) using version (2016 or higher) or Revit� marketed by Autodesk using version (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications.� Three-Dimensional (3D) renderings and Building Information Modeling (BIM) may also be required.� AE firm will be required to provide documents in Portable Document Format (PDF) format and source files.� Final documents will require electronic signatures following the NAVFAC signature process per Facilities Criteria (FC) 1-300-09N.� Specifications: AE firms are required to prepare specifications in the Specifications-Kept-Intact (SPECSINTACT) program, utilizing NAVFAC Masters. Communications: Registered Communications Distribution Designer (RCDD) may be required for telecommunication systems.� Audio-visual systems may be required on this contract with services of Certified Technology Specialist-Designer (CTS-D).� CTS-D whose certification is American National Standards Institute (ANSI) accredited under the International Organization of Standardization (ISO) and the International Electrotechnical Commission (IEC) ISO/IEC 17024 certification of personnel.� Fire Protection: As defined by paragraph 1-5 of Unified Facilities Criteria (UFC) 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant.� Hazardous Materials: Asbestos, Polychlorinated Biphenyls (PCBs) and or lead-based paint assessments may be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections.� When asbestos, PCBs, or lead is found, comprehensive asbestos, PCBs, or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos, PCBs and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required.� 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, PCBs, lead paint, contaminated ground-water/soil and other hazardous materials, work on and under waterfront structures, on active airfields, and in confined spaces.� Cost Estimates: Per NAVFAC Cost Engineering Policy and Procedures dated 20 Jan 17, Chapter 7 Cost Engineering Software � AE firms are required to prepare cost estimates utilizing the Micro-Computer Aided Cost Estimating System (MCACES) Second Generation MII estimating system.� MII is the second generation of the Micro-Computer Aided Cost Estimating System (MCACES).� It is a detailed cost estimating software application developed in conjunction with Project Time & Cost, LLC� (PT&C).� MII is one of several modules of an integrated suite of cost engineering tools called Tri-Service Automated Cost Engineering Systems (TRACES).� It interfaces with other PC based support modules and databases used by the Tri-Service Cost Engineering community.� AE firms or others under contract providing services to NAVFAC may request software installation packages from NAVFAC Atlantic Capital Improvements (CI) Cost.� The AE is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section ""MII License Request.""� Software is generally distributed to AEs free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Whole Building Design Guide: All engineering and design services shall comply with the most current edition of FC 1-300-09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org).� Selected A-E firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information.� Accident Prevention Plan: A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with U.S. Army Corps of Engineers (USACE) Engineer Manual (EM) 385-1-1, �Safety & Health Requirements,� for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action.� Security Clearances Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required. System for Award Management (SAM) Database: All contractors are advised that registration in System for Award Management (SAM) Database be 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. Conflicts of Interest: The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300, Organizational Conflicts of Interest. �The prime firm for this contract will be required to perform throughout the contract term. A-E firms are advised that the selected firm, its subsidiaries or affiliates, and its sub-consultants that 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.� In accordance with the FAR 36.601-4(b) the AE firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or 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 could result in a firm�s elimination from consideration. FIRMS WHO ARE OFFERING AS A JOINT VENTURE 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. 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. SF-330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 50 single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, licenses, or the draft subcontracting plan, as required by the Small Business Subcontracting criterion, 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. �The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables).� Introductions shall be included in Sections E and F. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Interested firms shall submit five (5) hard copies of the SF-330 and one (1) CD to Naval Facilities Engineering Command, Attn: Kristy Wright, Bldg. Z-140, Room 225, 9742 Maryland Avenue Norfolk, Virginia, 23511-3095. Responses are due no later than 12 May 2020 2:00 PM ET. Late responses will be handled in accordance with FAR 52.215-1. The points of contact are either Kristy Wright, Contract Specialist, at 757-341-1644 or Philip Cole, Supervisory Contract Specialist, at 757-341-1970. �If an SF 254/SF 255 is submitted for this solicitation, 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). � Electronic (E-mail, facsimile, etc.) submissions are required and should be submitted to Kristy Wright at kristy.l.wright1@navy.mil.� Hand carried packages will not be accepted. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to Kristy Wright at kristy.l.wright1@navy.mil. THIS IS NOT A REQUEST FOR PROPOSAL. 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 provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration.� Specific selection criteria include: Specialized Experience Professional Qualifications and Technical Competence Past Performance Quality Control Program Management and Capacity Firm Location Volume of Work Evaluation Criteria (1) through (4) are considered most important and equal among themselves; Criteria (5) through (7) are slightly less important and are equal among themselves; and Criteria (8) is of the least importance and will be used as a tie-breaker among technically equal firms.� SF-330s will be evaluated to determine the most highly qualified firm based on criterion responses.� Criterion 1 ? Specialized Experience (SF-330 Part 1 Section F):� Firms will be evaluated on specialized experience and technical competence in performance of services similar to those anticipated under this contract through evaluation of experience in: 1. Experience preparing Design-Bid-Build plans and specifications. Experience preparing Design-Build Request for Proposal�s. 2. Performing typical activities to produce engineering service deliverables of a Task Order to include, but not limited to; Basis of Design, Studies/Reports, Final 1391 (DD1391) Preparation, Site Engineering Investigation (SEI), Utility Investigation, Preliminary Hazard Analysis (PHA), Comprehensive Interior design (CID), Structural Interior Design (SID), Furniture, Fixtures and equipment (FF&E), Collateral Equipment (CEQ)/CEQ Buy Package, Project Schedule, Construction Schedule, Environmental/Construction Permits, Stormwater Protection Report, Facility Electronic Operation and Maintenance support Information (eOMSI), Draft DD Form 1354 Update, Designer-to-FEAD/PM&EB Report, Designer-to-FEAD/PM&EB Presentation, Bid Support, geotechnical reports, engineering analysis and schematic design concepts. 3. Experience with historic building repairs and renovations in accordance with the Secretary of the Interior�s Standards. 4. Experience preparing preliminary design deliverables by extracting 1391criteria and developing master planning studies. Deliverables include but are not limited to concept plans, facility planning studies, including; developing facility requirements, preparing engineering evaluations, project scope, unit guidance or parametric cost estimating. 5. Designing projects experience with local codes, laws and state or federal environmental permitting requirements. Additionally, experience included environmental permitting support abiding with local codes and laws; 6. Experience with preparing documentation required to support State Historic Preservation Office (SHPO) review including Historic American Building Survey (HABS) & Historic American Engineering Record Documentation Requirements (HAERS) documents. 7. Providing post construction admin services (PCAS) (shop drawing review, record drawings preparation, construction inspection services, and owner�s manuals). Firms may be considered more favorably by demonstrating the following: 1. Experience designing renovations or new construction for historical sensitive projects for NAVFAC. 2. Experience designing projects to Navy or other DoD agencies criteria (such as UFC, ECB, Mil Stds., NAVFAC DB Master RFP templates, UFGS, etc.). Submission requirements: Provide a maximum of six (6) projects completed 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.� Provide at least one example project demonstrating experience with historic repairs/renovation with a construction cost over $2.5M. �Provide at least one example project demonstrating experience preparing Design-Build Request for Proposal�s. Provide at least one example project demonstrating experience preparing Design-Bid-Build plans and specifications. If more than the maximum number of projects is submitted, the Government will only evaluate six (6) projects in the order submitted. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member 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 DUNS number along with each firm name in the SF330 Part 1, 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 subcontractor 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 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. 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 six (6) projects.� If the Joint Venture does not have shared experience, projects may be submitted for the Joint Venture members.� Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. 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 contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. 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. NOTE:� Date of project completion is defined as date of final design acceptance to client. �For Full Design Projects is date of final signed sealed plans & specifications to client; and for DB RFP Preparation is final RFP documents submission; and for DB RFP representing Contractor as DOR.� The final design acceptance to client and for Design Development/DD1391 and Studies/Investigations is the date of final submission of design development/DD1391 and/or report. All information for Criterion 1 should be submitted in the SF330, Part I, Section F of the. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion 2�Professional Qualifications and Technical Competence (SF330, Part I, Sections E & G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Project Managers, Quality Control Specialist, Architects, , Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Geotechnical Engineers,� licensed Fire Protection Engineers.� Submission Requirements: SF330, Part I, Section E ? Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract.� Resumes are limited to two (2) pages and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past seven (7) years) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract.� At a minimum, resumes should indicate academic qualifications, professional licensure (to included but not limited to PE, RA, AIA, etc), supplemental training or certificates (to included but not limited to PMP, cost estimating credential. etc), and total years� professional experience.� State whether team members are U.S. Citizens.� The AE shall indicate whether the key personnel hold a security clearance, and if so, at what level.� Indicate participation of key personnel in example projects in the SF330, Part 1, Section G. Criterion 3�Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 1 projects and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for projects listed under Criterion 1 may be given greater weight. Submission Requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command, Code ACQ21, Attn: Kristy Wright via email at kristy.l.wright1@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience.� Firms may also address any adverse past performance issues.� 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. Criterion 4�Quality Control Program (SF330, Part I, Section H): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors.� Maximum of five (5) pages (one-sided) for Criterion�4 response.� Offeror w...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/44d9a680470a42f6a96e8a5ab0c939b2/view)
- Record
- SN05630561-F 20200423/200422060349 (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 |