South Carolina Bids > Bid Detail

IDIQ Contract for Architect-Engineer Services for Multi-Discipline Engineering Services in Support of Projects Primarily located at Marine Corps Air Station (MCAS) Beaufort and Marine Corps Recruit Depot (MCRD) Parris Island, SC

Agency:
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159388662768996
Posted Date: Feb 20, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/0b56e487b8...
Follow
IDIQ Contract for Architect-Engineer Services for Multi-Discipline Engineering Services in Support of Projects Primarily located at Marine Corps Air Station (MCAS) Beaufort and Marine Corps Recruit Depot (MCRD) Parris Island, SC
Active
Contract Opportunity
Notice ID
N4008524R2519
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVFAC
Sub Command
NAVFAC ATLANTIC CMD
Sub Command 2
NAVFAC MID-ATLANTIC
Office
NAVFACSYSCOM MID-ATLANTIC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Feb 20, 2024 09:08 am EST
  • Original Published Date: Feb 06, 2024 12:53 pm EST
  • Updated Date Offers Due: Mar 22, 2024 02:00 pm EDT
  • Original Date Offers Due: Mar 22, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 06, 2024
  • Original Inactive Date: Apr 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Beaufort , SC 29904
    USA
Description

N40085-24-R-2519 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT-ENGINEER (A-E) FOR MULTI-DISCIPLINE ENGINEERING SERVICES IN THE NAVFAC MID-ATLANTIC MARINE CORPS AREA OF RESPONSIBILITY (AOR), PRIMARILY LOCATED AT MARINE CORPS AIR STATION (MCAS) BEAUFORT AND MARINE CORPS RECRUIT DEPOT (MCRD) PARRIS ISLAND, SOUTH CAROLINA.



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 Architect-Engineer (A-E) Multi-Discipline Engineering Services contract as required for construction work. Work under the contract is anticipated to occur primarily at NAVFAC Mid-Atlantic, Marine Corps Area of Responsibility (AOR), primarily located at Marine Corps Air Station (MCAS) Beaufort, Marine Corps Recruit Depot (MCRD) Parris Island, South Carolina. These services will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a five year term. The total fee for the contract term shall not exceed $30,000,000. The guaranteed minimum for the contract term is $5,000 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. Estimated start date is September 2024.





This proposed contract is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $25,500,000. 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.





Typical task orders issue under this contract are expected to range between $50,000 to $500,000; with resulting construction costs from $500,000 to $5,000,000. Project programs typically supporting this contract are Major Maintenance Repair Program (MMRP) and Special Projects.





Comprehensive A-E services are required for design and construction services in support of the new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for large and small design projects. A-E services may include multiple disciplines or single disciplines, including but not limited to civil, structural, geotechnical, architectural, landscape architecture, mechanical, electrical, fire protection and cost engineering.



Work will include A-E services for projects: such as buildings; roads; parking areas; railroads; bridges; foundations; retaining walls; failure investigation including destructive and non-destructive testing; seismic evaluation and design; progressive collapse analysis; blast resistant design; structural engineering investigations; utility systems including sanitary and storm; water systems; storm water management; sediment and erosion control; earthwork; surveying; pavement design; and civil engineering studies.



Specific types of A-E services that may be required under this contract include:



A) Planning Services, including the development of project programming document (DD 1391), evaluations, site investigations, and cost estimation such as:





1) Facility planning services, including:



i) Project programming and requirements development



ii) Conceptual pricing development



iii) Development of Alternatives including Economic Analysis





2) Interior Space Planning Design and Collateral Equipment Inventories





3) Facility analysis, including:



i) General condition assessment including code compliance



ii) Energy utilization studies



iii) Facility life safety code analysis



iv) Exterior and interior hazardous material surveys and analysis





4) Site investigation services, including:



i) Geotechnical investigation in support of foundation design and site



pavement recommendations



ii) Utility location/identification



iii) Site access studies including wayfinding and pedestrian corridors



iv) Site topographic and property boundary studies, including flood zones,



wetlands, and fetch analysis



v) Environmental soil and ground water sampling and analysis



vi) Storm Drainage analysis / studies.



vii) Traffic analysis




  1. Design Services, including development of either contract documents for Design/Bid/Build (DBB) or Design/Build (DB) Request for Proposal (RFP) packages for new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities for large and small design projects and renovations of facilities, including, but not limited to:


    1. Multi-unit housing facilities

    2. Administrative facilities

    3. Training facilities, such as operational, maintenance, or classroom

    4. Industrial facilities, such as maintenance shops, manufacturing, public works shops, or warehouses

    5. Facilities that require phased construction due to operational requirements







C) Construction Services such as the following services:



1) Contractor submittal reviews



2) Field consultation and special inspections



3) Electronic Operation and Maintenance Support Information (eOMSI)



4) Obtaining environmental permits and regulatory approvals



5) As-built and Record Document preparation



A-E firms are required to prepare cost estimates utilizing the MCACES MII estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2016 or higher) or Revit (2016 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D renderings and BIM modeling may also be required. A-E firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost. The A-E 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 A-Es free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user.



Asbestos 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 or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead, and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required.



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. A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action. Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required.



As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant.





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.





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 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 Requests 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. The prime firm for this contract will be required to perform throughout the contract term.





Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired.





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. The Selection of Architects and Engineers Statute and FAR Part 36.6 selection procedures apply.





The A-E must demonstrate the team’s qualifications with respect to the published evaluation criteria. Failure to provide complete submission information defined in the evaluation criteria below may affect a firm’s qualification ratings. Evaluation Criteria (1) through (3) are considered most important and are equal among themselves; Criteria (4) and (5) are of slightly less importance and are equal among themselves; Criteria (6) is of the least importance and will be used only as a tiebreaker among technically equal firms.



Specific evaluation criteria include:






  1. Specialized Experience

  2. Professional Qualifications

  3. Past Performance

  4. Quality Control

  5. Program Management, Capacity & Firm Location

  6. Volume of Work





Criterion 1- Specialized Experience (SF330, Part I, Section F):





Firms will be evaluated based on specialized experience in performance similar to those anticipated under this contract through evaluation of experience in:






  1. Preparation of DD1391 documentation, design-build RFP packages, and full design (design-bid-build) construction drawings, specifications, and cost estimates for various facilities including, but not limited to, operational and training facilities, maintenance and production facilities, research, development, test and evaluation facilities, supply facilities, housing and community facilities, utilities, and ground improvements facilities with an emphasis on the following types of projects:








    1. Preparation of phasing plans for multi-phased construction projects;

    2. Performing facility planning studies, including; developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development includes the development of alternatives and economic analysis, analysis of proposed sites foundations, utilities access, constraints, and identification of environmental issues;

    3. Design of antiterrorism and security projects such as installation security fencing, entry control facilities, lighting, and other force protection measures;

    4. Incorporation of Navy and Marine Corps criteria into contract packages;

    5. Providing post-construction-award-services (shop drawing review, record drawings preparation, construction inspection services, and OMSI); and

    6. Experience with South Carolina codes, laws and permitting procedures.








  1. Preliminary site analysis to determine existing conditions which may including topographic survey, boundary survey, tests, evaluations, consultations, program management, subsurface exploration, soil property and strength testing, geotechnical and environmental site characterization, conformance with the Installation’s master plan, researching utility maps and as-built record drawings, assessing utility and storm drainage availability, identifying the potential for abandoned or unmapped utilities, identifying land use restrictions, preparation of pavement condition reports, identifying flood hazard areas in accordance with IBC Section 1612, Flood Loads and the potential for sea level rise impacts, coordination with Installation’s environmental personnel to determine if the site has environmental concerns, such as radon, pesticides, or other known contamination;






  1. Site development or layout design and the ability to comply with or incorporate vehicle and pedestrian circulation, land use restrictions such as: airfield and helipad clearances, explosives safety clearances, noise abatement, antiterrorism and physical security clearances, hazardous material storage and handling clearances, separation of incompatible land use or functions, and fire separation zones per building and fire codes.





Firms may be considered more favorably by demonstrating the following:








    1. Firms submitting projects showing they have recent experience working on Department of Defense projects.

    2. Firms submitting projects showing experience completing projects that include multi-disciplined efforts.

    3. Firms submitting projects showing they have recent experience completing relevant projects within the primary geographic area of this contract that demonstrate experience with codes, laws, and permitting procedures in South Carolina.

    4. Firms demonstrating more of these areas of experience.

    5. Firms demonstrating greater depth of experience in the described areas.

    6. Experience applying sustainability concepts through an integrated, cost effective design approach.











SUBMISSION REQUIREMENTS:



Provide a maximum of ten (10) projects completed with the design completed within the past five (5) 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. The firm must clearly state the project completion date or, if design-build, the Design Completion Date, or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized 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 Unique Entity Identifier 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 may be submitted for either joint venture partner, not to exceed a total of ten (10) projects. Greater consideration may be given to a joint venture that provides relevant experience as a joint venture or to a joint venture that provides relevant experience for each member of the joint venture. Joint ventures that do not provide experience for all members of the joint venture team may be rated lower.





NOTE: If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each 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 will be eliminated from consideration.





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, submit 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. All information for Criterion 1 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to or outside of Part 1, Section F, in evaluation of Criterion 1.





Criterion 2- Professional Qualifications (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 relevant projects as outlined in SF330, Part 1, Section F - Criterion 1. 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 Program/Project Managers, Quality Control Manager, Task Order Manager, Geotechnical Engineers, Civil Engineers, Structural Engineers, Architects, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, and Interior Designers. The following key personnel should also be licensed, registered, and/or certified: Geotechnical Engineers, Civil Engineers, Structural Engineers, Architects, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, and Interior Designers





More favorable consideration may be given to firms that include key personnel that participated in the Criterion 1 projects meeting the project requirements outlined in Criterion 1.





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 one (1) page each and must indicate professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within five (5) years of the date of issuance of this Synopsis) project-specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Resumes must indicate professional licensure and/or the ability to obtain environmental and other permits in the primary geographic areas of this contract. The offeror shall indicate whether the key personnel hold a security clearance, and if so, what level. Indicate participation of key personnel in Criterion 1 projects in the SF330, Part 1, Section F.





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 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 recent and relevant projects submitted under Criterion 1 may be given greater weight.





Submission Requirements:



SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER



CRITERION 1. IF A COMPLETED CPARS 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 IS AVAILABLE.





IF A CPARS 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 Systems Command Mid-Atlantic, Code CON21, Attn: Andy Bui via email at andy.h.bui.civ@us.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 are highly encouraged to provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1, Specialized Experience. Firms are also highly encouraged to 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.





Submission Requirements:



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. The description shall:






  1. Explain the quality control program and include an example of how the plan has worked for one of the projects submitted as part of SF330, Section F, or how the plan will work if it has not been used previously.

  2. Provide a quality control process chart showing the inter-relationship of the management and team components.

  3. Describe specific quality control processes and procedures proposed for this contract including technical accuracy of and assurance of overall coordination of plans and specifications between all disciplines (in-house and subcontractors/consultants), cost estimates and engineering and design services.

  4. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities.

  5. Describe how the firm’s quality control program extends to management of subcontractors.

  6. Describe how Lessons Learned from previous projects are documented, communicated within the firm and with the subcontractors/consultants and implemented in future projects. Provide at least one example.

  7. Describe how new technologies and innovative products are introduced in the design.





Criterion 5 - Program Management, Capacity & Firm Location (SF330, Part I, Section H):





Firms will be evaluated on the firm’s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. Maximum of 5 pages (one-sided) for Criterion 5 response. The Government will not consider information submitted beyond this page limit or in different sections of the SF330.





Submission Requirements:








    1. Provide an organizational chart for the team and 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 consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable.










    1. Describe the firm’s present workload and the availability of the project team (including 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 services. General statements of availability/capacity may be considered less favorably.










    1. Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily in the Marine Corps Area of Responsibility (South Carolina). Provide examples demonstrating team’s knowledge of the primary geographic areas in which projects could be located.







Criterion 6 - Volume of Work (SF330, Part 1, Section H):





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 (FPDS). 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 A-E firms including small, disadvantaged business firms, and firms that have not had prior DOD A-E contracts.





Submission Requirements:





Firms do not submit data for this factor.

















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, including document searchable bookmarks. Part I shall not exceed 100 single-sided 8.5 by 11-inch pages. The page limit does not include Individual Subcontracting Reports (ISR), certificates, Past Performance Questionnaires (PPQs), CPARS, licenses, or the draft subcontracting plan, as required by the Small Business Subcontracting criterion. In addition, the page limit does not include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of AE firm registration 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). Please include your Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) numbers, and Taxpayer Identification Number (TIN) in Block 30 of the SF-330.





**In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms 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.). 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 A-E firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require A-E 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.





**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 may result in the firm’s elimination from further evaluation.





Except as noted otherwise, the Government will not consider information submitted beyond this page limit. Furthermore, the Government will consider information for each Criterion only in the section specified for that Criterion. * For example, the Government will consider only the information in the SF 330, Part I, Section F for information on Criterion 1, Specialized Experience, and will not cross-reference or consider information in other sections that may be intended to apply or supplement Criterion 1.





A-E firms that meet the requirements described in this announcement shall submit their electronic SF-330 (.pdf format) through the Procurement Integrated Enterprise Environment (PIEE) website in the Solicitation Module. Only the PIEE Solicitation Module is authorized for the submission of electronic SF-330s in response to this Synopsis. Electronic submissions should be no larger than 1.9 GB per file. Firms shall ensure that the Government has received the electronic proposal prior to the date and time specified. PIEE Solicitation Vendor Access Instructions are provided via Attachment B.





Firms submitting shall allow adequate time to register and upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Firms are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this synopsis. Files that cannot be opened or are otherwise missing the required content are the responsibility of the firm. PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any proposal submission.





Firms responding to this announcement by 22 March 2024, no later than 2:00 P.M. EST will be considered. THIS IS NOT A REQUEST FOR PROPOSAL.





Late responses will be handled in accordance with FAR 52.215-1. The point of contact is Andy Bui, Contract Specialist, at andy.h.bui.civ@us.navy.mil





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).



It is the sole responsibility of the submitting firm to obtain all associated attachments and files, along with any amendments from the Contract Opportunities (SAM.gov) website.





Inquiries concerning this procurement shall be submitted via the Pre-Proposal Inquiry Form (Attachment C), and should include solicitation number and title in the subject line and be forwarded via email to andy.h.bui.civ@us.navy.mil not later than 10 days prior to the due date listed above unless that date is changed via an Amendment. Inquiries submitted after this time period may not receive a response.





END OF DOCUMENT


Attachments/Links
Contact Information
Contracting Office Address
  • 9324 VIRGINIA AVENUE
  • NORFOLK , VA 23511-0395
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >