Survey Tenders
Survey Tenders
DEPT OF THE NAVY USA Tender
Others
United States
Details: Sources Sought Notice
n00019-24-rfpreq-tpm273-0095
t-45 F405 Engine Contractor Logistics Support (cls) Fy27-32
naics: 336412, Aircraft Engine And Engine Parts Manufacturing
psc: J028
place Of Performance: Naval Air Station Kingsville (nask), Naval Air Station Meridian (nasm), Naval Air Station Pensacola (nasp) And Naval Air Station Patuxent River
1.0 Introduction
naval Air Systems Command (navair) In Patuxent River, Md Along With The Naval Undergraduate Flight Training Systems Program Office (pma-273) At Naval Air Systems
command (navair), Also Located At Patuxent River, Md Is Conducting A Market Survey Of Industry To Identify Potential Sources Capable Of Providing The Skills And Experience Required To Perform All Intermediate (i)-level And Depot (d)-level Maintenance And Logistics Support For The F405-rr-401 Engine And Mk Ii Gas Turbine Starter (gts). The Contract Will Include All Necessary Engineering Support To Maintain The Engine At The Organizational (o)-level, I-level And D-level. Engine Repair Services Will Be In Support Of Various Naval Air Station Facilities For The T-45 Goshawk Aircraft’s Engine Cls Contract. This Requirement Is Anticipated To Be A Five-year Idiq Contract, Beginning In Late Fiscal Year (fy) 2027 And Through Late Fy 2032.
this Notice Serves As A Market Research Tool Conducted In Accordance With Federal Acquisition Regulations (far) Part 10 To Assess Potential Sources And Their Technical Capabilities For The F405 Engine Contractor Logistics Support (cls) Contract. The Findings From This Market Research Will Assist In Determining The Appropriate Procurement Strategy, Including Whether To Issue A Competitive Solicitation Or Make A Sole Source Award To Rolls Royce, The Designer, Developer And Manufacturer Of The F405-rr-401 Adour Engine. Only Those Firms Who Believe They Possess The Capability To Provide The Required Supplies And Services And Can Meet The Requirements As A Prime Contractor Or As A Joint Venture Are Invited To Respond To This Notice.
primary Work Location/place Of Performance:
nas Kingsville, Tx
Percentage Of Total Effort ~ 50%
On-site Government – 100%
nas Meridian, Ms
Percentage Of Total Effort ~ 40%
On-site Government – 100%
nas Pensacola, Fl
Percentage Of Total Effort ~ 10%
On-site Government – 100%
nas Patuxent River, Md
Percentage Of Total Effort – <1%
On-site Government – 100%
various Detachments To Support Carrier Qualifications
Percentage Of Total Effort – <1%
On-site Government – 100%
contractor Program Management, Engineering, Administrative & Manufacturing Support
Percentage Of Total Effort – Unknown
On-site Government – 0%
2.0 Disclaimer
this Sources Sought Is For Informational Purposes Only. This Is Not A Request For Proposal. It Does Not Constitute A Solicitation And Shall Not Be Construed As A Commitment By The Government. Responses In Any Form Are Not Offers And The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement. No Funds Are Available To Pay For Preparation Of Responses To This Announcement. Any Information Submitted By Respondents To This Sources Sought Is Strictly Voluntary.
3.0 Anticipated Contract Type And Contract/program Background
the Government Anticipates This Follow-on Contract Will Be A Single-award, Indefinite Quantity, Indefinite Delivery (idiq) Contract, Primarily Utilizing -fixed-price Clins To Support A Minimum Of 65,000 Flight Hours Annually. Task Orders For Services Will Likely Be Issued On A “power By The Hour” Basis, Where The Government Will Pay A Firm-fixed-price For Each Actual Flight Hour Flown By The Training Wings. In Addition, The Government May Negotiate And Award Additional Task Orders For Engine Repairs, Obsolescence Mitigation, And Other Related Requirements To Support The Engine Ecosystem, Specifically In The Of Training Of Student Naval Aviators.
the Incumbent Contract Information Is As Follows:
incumbent Contractor: Rolls Royce
contract Number: N00019-22-d-0042
contract End Date: 31 July 2027
contract Type: Single Award Idiq
previous Set-aside Designation: Sole Source
program Background: The Rolls-royce Model F405-rr-401 Adour Engine Is The Power Plant For The T-45 Aircraft, Which Is Used To Perform The United States Navy (usn) Undergraduate Jet Pilot Training Mission. The T-45ts Is The First Totally Integrated Training System Developed For And Used By The Usn. It Includes The Boeing-built T-45goshawk Aircraft, Advanced Flight Simulators, Computer-assisted Instructional Programs, A Computerized Training Integration System, And A Contractor Logistics Support Package. The T-45ts Replaced Two Training Aircraft And Added Advanced Simulators To Improve The Process For Training U.s.navy And Marine Corps Pilots For Conversion Into The F/a-18a-d Hornet, The F/a-18e/f Super Hornet, The E/a-18g Growler, Jsf, E-2d And The Av-8b Harrierii Plus.rolls-royce Is The Sole-source Manufacturer Of The F405-rr-401 Adour Engine.
navair Has Obtained A Limited Rights License For A Minimal Quantity Of The F405-rr-401 Series Engine Data. However, It Is Not A Comprehensive Technical Data Package. As The Sole Engine Manufacturer, Rrc Is The Only Source With The Technical Data Required To Engineer And Produce The F405-rr-401 Engine Parts, As Well As Perform I-level And D-level Maintenance. Additionally, Rrc Bristol Holds The Design Authority For The Engine’s Hot Section, While The Partnership With Safran Who Serves As The Design Authority For The Engine’s Cold Section. Rrc Possesses The Capabilities And Resources To Forecast Parts And Logistics Requirements, Adjusting Its Manufacturing Priorities In Real Time To Meet Maintenance Requirements. Companies That Are Capable Of Meeting This Requirement, Currently Possess Or Have Authorized Access To The Necessary Technical Data Or Have A Viable Plan To Obtain, Generate, Or Otherwise Secure The Necessary Technical Data, And Can Maintain This Capability Throughout The Duration Of The Effort Being Solicited Are Encouraged To Respond. Companies May Also Highlight Unique Data Generation Techniques That Are Currently Utilized By Your Firm Or Areas Where Modifications Can Be Performed, Or The Capability Can Be Provided, Without Technical Data Provided By The Government Or Oem. Interested Businesses Or Organic Sources Shall Demonstrate The Capability To Meet The Government’s Required Timeline. You May Also Submit Information That Demonstrates How You Could Potentially Meet This Requirement For Future Production Opportunities.
current Contract Requirements Include:
deliver 170 Ready For Issue (rfi) Engines Daily To Cnatra For The Duration Of The Contract;
deliver 2 Rfi Engines Daily To Nas Patuxent River;
deliver 185 Rfi Gts Systems Daily To Cnatra;
deliver 2 Rfi Gts Systems Daily To Nas Patuxent River For The Five-year Contract Term;
deliver Final Engineering Investigation Reports Within 180 Calendar Days Of Event;
manage The F405 & Gts System Supply Chain To Meet Or Exceed The Daily Availability Metrics;
aviation Maintenance Management Team (ammt) Government Inspection Results With No More Than Two Areas Graded As Non-compliant;
international Organization For Standardization (iso) 9000/1400 And Aerospace Standard (as) 9100 Certified; And
repair Severely Damaged Engines.
4.0 Special Requirements And Required Capabilities
n/a
5.0 Eligibility
the Applicable Naics Code For This Requirement Is 336412, Aircraft Engine And Engine Parts Manufacturing With A Small Business Size Standard Of 1,500 Employees.
the Product Service Code Is J028, Maint/repair/rebuild Of Equipment- Engines, Turbines, And Components
businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size In Their Capabilities Statement. Note: Far 52.219-14 Limitation On Subcontracting Requires A Small Business Prime On A Set-aside To Perform At Least 50% Of The Cost Of Contract Performance. Small Business Primes May Now Count “first Tier Subcontracted” Work Performed By Similarly Situated Entities As If It Were Performed By The Prime Itself. Please Read The Full Text Of The Clause Deviation (52.219-14 Class Deviation 2020-o0008 Dated 04/03/20 At Https://www.acquisition.gov/browse/index/far).
to Assist In Our Market Research And Determination Of Any Applicable Small Business Set-aside For This Effort, If You Are A Small Business Interested In Priming This Effort And Plan To Utilize “similarly Situated Entities” To Meet The Limitations On Subcontracting, Please Identify The Name & Cage Code Of The Specific Firm(s) You Intend To Partner/subcontract With To Meet The Requirements As Well As Their Sb Size Status Under The Naics That You As The Prime Would Assign For Their Workshare. Information Regarding Any Planned Similarly Situated Entity Should Be Included In Answering Any Questions Outlined In The Sources Sought Notice (ssn) In Order To Assist The Government’s Capability Determination.
6.0 Submission Requirements
a. Interested Parties Should Address The Following Questions In Their Response. The Responses To These Questions Will Aid The Government In Determining Whether A Company Is Capable In Performing The Requirement, So It Is Important To Address These Areas With Specific Details:
what Similar Corporate Experience In Maintaining, Repairing, Rebuilding, And Testing Aircraft Engines Does Your Firm Possess? What Similar Experience In Complex Supply Management Does Your Firm Possess?
what Is Your Firm’s Approach To Data Rights Mitigation To Support This Requirement?
is Your Firm As9100d And/or Iso9000/1400 Certified?
what Engineering Resources Does Your Firm Have Available To Support Engine Maintenance And Manufacturing Operations? What I And D Level Resources (both Management And Front Line Maintainers) Does Your Firm Have Available To Support Engine Maintenance Operations?
does Your Firm Have Experience In Using Navy Maintenance And Supply Software?
please Note That Under A Small-business Set-aside, In Accordance With Far 52.219-14, The Small Business Prime Must Perform At Least 50% Of The Work Themselves In Terms Of The Cost Of Performance. Provide An Explanation Of Your Company’s Ability To Perform At Least 50% Of The Tasking Described In This Pbsow For The Base Period As Well As The Option Periods. Similarly Situated Small Businesses May Team Together To Meet The 50% Requirement. If Your Company Is Planning To Team With A Similarly Situated Small Business, The Response Must Clearly Identify The Proposed Team Members And The Capability Statement Must Clearly Articulate Which Portion Of The Work Each Team Member Will Be Responsible For. The Response Must Be Detailed Enough For The Government To Make A Determination Whether Or Not The Proposed Team Will Be Able To Perform 50% Of The Work When Combined.
provide A Statement Including Current Small/large Business Status And Company Profile To Include Number Of Employees, Annual Revenue History, Office Locations, Unique Entity Identifier (uie) Number, Etc.
respondents To This Notice Also Must Indicate Whether They Qualify As A Small, Small Disadvantaged, Women-owned, Hubzone, Or Service Disabled Veteran-owned Small Business Concern Under The Naics Code Identified For This Requirement.
b. Interested Parties Shall Adhere To The Following Instructions For The Submittal Of Their Capabilities Statements:
page Limit And Format: Ten (10) 8.5 X 11 Inch Pages In Times New Roman Font Of Not Less Than 10 Point.
document Type: Microsoft Word Or Adobe Pdf Are Acceptable
delivery: Email To Contracting Officer, Thomas Conrow (thomas.w.conrow.civ@us.navy.mil), Contract Specialist Erin Allison (erin.e.allison.civ@us.navy.mil), And Contract Specialist Lcdr Ronald Parry (ronald.r.parry1@navy.mil)
response Date: Responses Are Due By 2:00pm Est Or Edt On 17 January 2025.
no Classified Information Shall Be Submitted In Response To This Sources Sought.
no Phone Calls Will Be Accepted.
all Questions Must Be Submitted Via Email To The Contract Specialist Named Above
all Responses Shall Include Sources Sought Notice Name/number, Company Name, Company Address, Company Business Size, And Points Of Contact (poc), Including Names, Phone Numbers, And Email Addresses.
all Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
any Information Or Materials Provided In Response To This Sources Sought Notice Will Not Be Returned. The Government Is Not Committed Nor Obligated To Pay For The Information Provided, And No Basis For Claims Against The Government Shall Arise As A Result Of A Response To This Sources Sought Notice.
Closing Date17 Jan 2025
Tender AmountRefer Documents
National Institutes Of Health Tender
Software and IT Solutions
United States
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations.
the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition.
your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice.
this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only.
background: Alzheimer’s Disease (ad) And Related Dementias Have No Effective Treatments To Halt Or Reverse Disease Progression. The Complexity Of These Diseases, Driven By Genetic, Molecular, And Environmental Factors, Requires An Innovative, Data-driven Approach To Accelerate Scientific Discovery. Bioinformatics, At The Intersection Of Biology, Computer Science, And Statistics, Is A Critical Tool That Empowers Researchers To Address This Challenge. Together, The Scientific Staff At The National Institute On Aging (nia) Center For Alzheimer’s And Related Dementias (card) Will Work Directly With The Contractor’s Bioinformatics Team On The Integration And Analysis Of Large, Multidimensional Datasets—imaging, Genomic, Proteomic And Transcriptomic Data Integrated With Clinical Measurements— To Enable The Identification Of Novel Drivers Of Disease Pathogenesis, The Discovery Of Biomarkers For Stratification And Early Diagnosis, As Well As New Therapeutic Targets.
the Necessity Of Advanced Analytics In Alzheimer’s Disease And Related Dementias Research Is Underscored By The Increasing Volume And Complexity Of Data Generated By New Platforms Such As Spatial Transcriptomics And Single Cell Proteomic, Epigenetic And Transcriptomics. Card Needs A Partner In Advanced Analytics That Can Keep Pace With These New Platforms And Analytical Tools, To Uncover Insights Needed To Fully Understand The Molecular Underpinnings Of Disease. Bioinformatics, Analytics And Statistics Will Provide Computational Tools To Integrate Diverse Data Types, Identify Patterns And Associations That Are Not Readily Apparent, And Predict Disease Mechanisms. The Contractor Must Work With The Scientific Staff To Visualize And Interpret Data. The Team Will Also Help Foster And Lead Collaborations Across Groups Within And Outside The Nih.
moreover, The Contractor Is An Essential Resource Driving Group. The Team Analyzes Diverse Publicly Available Datasets And Provides Insightful Interpretations. Advanced Analytics Also Aligns With Card’s Structural Priorities, Including Data Democratization, Transparency, And Reliability, Ensuring That Alzheimer’s And Related Dementias Research Is Inclusive, Reproducible, And Impactful Across The Global Scientific Community. The Advanced Analytic Teams Should Be Capable Of Designing And Implementing Solutions That Improve Data Accessibility, Quality, And Interoperability Across The Scientific Community, Ensuring That Card Data Adheres To The Fair Principles And Integrates Seamlessly With Fhir-based Standards, Enabling More Effective Data Exchange And Utilization In Operational Contexts.
this Support Is Currently Provided Via Indefinite Delivery Indefinite Quantity Contract 75n95020d00014. The Current Contractor Is Dataconsult-io And The Current Ordering Period Is August 24, 2020 – August 23, 2025.
purpose And Objectives: The Purpose Of This Requirement Is To Procure Scientific Data Consulting Services Related To Neurodegenerative Diseases In Support Of The National Institute On Aging (nia), Center For Alzheimer’s And Related Dementias (card).
project Requirements: The Contractor Shall Provide Scientific Data Consulting Support Services In Relation To Alzheimer’s Disease And Related Dementias As Follows:
task Categories /tasks:
general Analytics Support, Guidance, And Training
• Provide Guidance And Recommendations Regarding Statistical And Computing Processes Related To Analyzing The Data Generated By Card Scientists. This Includes Many Established Assays And Platforms As Well As Newly Developed Omic Platforms. Card Is Flexible And Dynamic, Data Analysis Needs May Change Quickly And The Team Will Be Adaptable. Contractor Shall Provide Previous Experience With Uk Biobank Research Analysis Platform, Verily Workbench, Terra, Azure, And Google Cloud Platforms.
• Analyze Molecular Biology And Genomic Data. Including Genome-wide Genotype Data, Crispr Studies, Whole Genome/exome Sequencing, And Transcriptomic Sequencing, Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods
• Collaborate With Nih Scientists And Other Nih Collaborators To Perform Multi-national Analytics And Data Management Efforts Related To The Genomics Of Neurodegenerative Diseases Within A Meta-analysis And “big Data” Framework.
• Lead Studies Analyzing Biobank Scale Datasets In Neurodegenerative Disease
• Conduct Formal Systemic Reviews In Collaboration With Other Nih Ics And External Teams In The Neurodegenerative Disease Space
• Prepare Manuscripts Related To Analyses Performed In Relation To This Requirement
in This Task Category, The Contractor Shall Work Closely With The Nia Scientific Staff. Whenever Possible, The Contractor Shall Work Closely With The Scientific Team To Collaborate, Understand The Wet Lab Practices And Quality Control Metrics That Are Necessary For High Quality Data Output. The Contractor Shall Work Closely With The Scientific Staff To Interpret The Biological Meaning Of The Data In Order To Create The Best Tables, Tools, And Visualizations To Identify And Highlight Data Outcomes.
standard Analytics Tool/pipeline Application
• Manipulate Genome-scale, Proteomics, Whole Genome Short And Long Read Sequencing Data, Transcriptomic Data, Single Cell, Spatial And Imaging Data As Directed, Building Applications To Democratize These Data Types For The Card And Nih Community
• Analyze Molecular Genetics And Genomic Data, Including Genome-wide Genotype Data, Crispr Screens, Transcriptomics, Single Cell And Spatial Technologies, Short And Long Read Sequencing Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods.
• Develop, Implement, And Maintain Cloud-based Analytic Pipelines For Generating And Analyzing Multi-modal Datasets
• Develop Safe Applications In The Ai Space To Accelerate The Research Process In The Area Of Neurodegenerative Disease.
in This Task Category, The Contractor Shall Collaborate With The Scientific Staff At Card To Prioritize Datasets For Analysis And Data Interpretation. The Teams Will Work Together To Create Standardized, Best Practices For Data Analysis.
tool Testing, Development And Implementation
• Assay Platforms Are Constantly Growing And Improving. Tools To Analyze, Visualize And Interpret The Data Also Grow Significantly. The Contractor Shall Spend Some Time Testing Tools For A Given Task, Interpreting How They Work, Which Ones Provide Better/useful Outputs, Are More Consistent, And/or Considered Community Best Practices From Papers. Tools Will Be Prioritized And Evaluated As A Collaborative Effort With The Scientific Team.
• Some Tools Have Limits That Do Not Allow Card Researchers To Ask Important Questions. The Contractor, When They Are Able, Should Work With Researchers To Develop Better Tools For Data Analysis. It Is Important To Establish Together What Current Limitations Are Most Important To Prioritize.
in This Task Category, The Contractor Shall Work With The Scientific Staff To Identify The Limits Of Current Tools And Where New Tool Development Could Provide Better Insights Into Disease Mechanisms, Biomarkers, Or Therapeutic Targets. New Assays Are Constantly Being Developed And New Questions About What The New Datatypes Can Reveal Are Being Considered. The Most Useful Prioritization Of Resources And Skill Sets Would Require The Scientific Staff And The Contractor Working Closely On How To Develop Better Tools And Applications That Overcome Current Limitations.
management Of Analytic Ecosystem And Analytics Projects
• Manipulate Genome Wide Array, Short And Long Read Sequence Data As Directed, Sharing In Cloud-based Open Science Platforms And On Nih’s Biowulf Cluster.
• Analyze Molecular Genetics And Genomic Data, Including Genome-wide Genotype Data, Crispr Screens, Short And Long Read Whole Genome And Transcriptomic Sequencing, Using Standard Biostatistics/bioinformatics Packages As Well As Machine And Deep Learning Methods.
• Develop, Implement, And Maintain Cloud-based Analytic Pipelines For Generating And Analyzing Multi-modal Datasets.
• Collaborate With Nih Scientists And Other Nih Collaborators To Perform Multi-national Analytics And Data Management Efforts Related To The Genomics Of Neurodegenerative Diseases Within A Meta-analysis And “big Data” Framework.
• Build And Maintain Safe Ai Infrastructure For Data Harmonization Supporting Fhir And Fair Data.
• Build And Maintain Collaborative Knowledge Transfer Utilities In The Cloud For Public Consumption Of Research Deliverables.
in This Task Category, The Contractor Shall Help Build The Data Infrastructure To Ensure That Datasets Are Properly Managed, Documented, And Available For Efficient Reuse. Work Closely With Data Stewards And Researchers To Improve Data Findability, Accessibility, And Interoperability. Work With Clinicians And Researchers To Ensure Data Standards Align With Clinical Needs, Regulatory Compliance And Research Objectives. Stay Up To Date With The Latest Advancements In Fair, Fhir Data Standards.
anticipated Period Of Performance: The Government Anticipates An Indefinite Delivery Indefinite Quantity (idiq) Contract With An Ordering Period Of Five (5) Years.
capability Statement/information Sought:
companies That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Capability Statements Must Also Include The Company Name, Unique Entity Id From Sam.gov, Physical Address, And Point Of Contact Information. The Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses.
interested Companies Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number.
one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing.
the Information Submitted Must Be In An Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required.
the Response Is Limited To A Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested.
all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist. Facsimile Responses Are Not Accepted.
the Response Must Be Submitted To Hashim Dasti, Contract Specialist, At E-mail Address Hashim.dasti@nih.gov.
the Response Must Be Received On Or Before January 24, 2025 At 11am Eastern Time.
disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work.
respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Www.sam.gov. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation.
confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Closing Date24 Jan 2025
Tender AmountRefer Documents
DEPT OF THE AIR FORCE USA Tender
Others
United States
Details: Update: 27 Jan 2025
revisedrfi Questions And Answers Attachment (see V2)
update: 27 Jan 2025
rfi Questions And Answers Attachment
update: 18 Dec 2024
response Due Date Change To 31 Jan 2025 @ 5:00pm Cst
update: 27 Nov 2024
redacted/edited Version Of The Slide Deck From The 30 October Industry Day File Name "jbsa Industry Day Slide Deck 20241030"
update: 19 Nov 2024
following The Industry Day, Saf/ieip Is Considering Revising The Rfi. The Revision Would Provide Additional Specificity And Explain The Daf Requirements In More Detail. We Have Developed A Series Of Questions (attached) But Would Appreciate Any Additional Input From Industry Regarding Technical Approach, Corporate Finance Capability, And Past Performance. Please Send Any Additional Quesitons. The Recording With The Attendee List Is Also Attached.
1.0 Description
1.1 The Air Force Installation Contracting Center (aficc) 772nd Enterprise Sourcing Squadron (772 Ess), In Support Of The Air Force Installation And Mission Support Center (afimsc) Under The Department Of The Air Force (daf), Is Conducting A Market Survey To Determine Commercial And Industry Capabilities And Practices As Well As Solicit Comments About The Rfi And Attached Documents. This Request For Information (rfi) Is Regarding The Strategic Real Estate Opportunities (sreo) Initiative In Support Of Six (6) Major Innovation (opportunity) Plans At Jbsa. The Purpose Of This Rfi Is To Gain Knowledge About Interest, Capabilities, And Qualifications Of Various Members Of Industry.
1.2 This Is A Request For Information Only. This Rfi Is A Market Research Tool Issued To Determine The Availability And Adequacy Of Potential Business Sources For The Daf’s Information And Planning. It Is Not A Request For Proposal (rfp) Nor Is It A Notice Of The Government’s Intent To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Services Whatsoever. Furthermore, The Government Is Not At This Time Seeking Proposals And Will Not Accept Unsolicited Proposals. Responders Are Advised That The Government Will Not Pay For Any Information Provided Or Administrative Costs Incurred In Response To This Rfi. All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Interested Parties From Submitting Proposals For A Future Rfp If One Is Issued. If Any Solicitations Are Issued, It Will Be Synopsized On The System For Award Management (sam) Website, Www.sam.gov. It Is The Responsibility Of Potential Offerors To Monitor This Website For Additional Information Pertaining To This Requirement.
2.0 Background
there Is A Recognition Among Senior Leaders That The Daf Cannot Afford To Adequately Maintain Its Current Infrastructure Portfolio, Which Can Cost Upwards Of 10% Of The Total Daf Budget. To Address This Challenge, Csaf Directed Saf/ie In Jan 2023 To Develop An Enterprise-level Approach To Identify And Execute 2-3 Large Strategic Real Estate Actions Fat Daf Installation. Each Sreo Pilot Project Is Intended To Significantly Reduce Costs Associated With Operating And Maintaining Daf Installations.
3.0 Subject
saf/ieip Is Working With The 772nd To Identify Potential Sreo Opportunities At Joint Base San Antonio. The Rfi Was Developed In Collaboration With The 772nd And Other Daf Stakeholders. This Rfi Is Soliciting Interest For Potential Development, Re-development, Or Lease Of Underutilized Real Estate And Facilities Located On Jbsa. The Goal Of This Rfi Is To Achieve Compatible Development Which Meets The Mutual Needs Of The Daf And Nearby Communities. The Daf Desires To Engage Industry To Obtain Information And Levels Of Interest To Help The Government Prepare A Course Of Action For Jbsa. This Rfi Will Also Help To Identify U.s. Domestic Entities Interested In Utilizing Existing Title 10 Authorities To Develop Facilities In Support Of The Daf Mission At Jbsa. Prior To Entering Into Any Agreement(s) For Use Of Real Estate Or Facilities, Daf Will Evaluate Ownership And Control Options (fee Simple, Transfer, Lease, Etc.) For The Real Estate And/or Facilities.
disclaimer: This Posting Is Issued Solely For Conducting Market Research And Planning Purposes To Determine Qualified And Interested Potential Sources And Does Not Constitute A Solicitation. Neither Unsolicited Quotes Nor Any Other Kind Of Offers Will Be Considered In Response To This Posting. Responses To This Posting Are Not Offers And Will Not Be Accepted By The Government To Form A Binding Contract. Respondents Are Solely Responsible For All Expenses Associated With Responding To This Posting. The 772 Ess/pks Or Saf/ieip Will Not Entertain Any Questions Concerning The Composition, Requirements, Or The Nature Of Services To Be Performed Under Any Upcoming Solicitation For Related Services. The Daf Reserves The Right To Cancel This Rfi At Any Time.
4.0 Scope
saf/ieip Is Working With The 772nd To Identify Potential Sreo Opportunities At Jbsa. The Rfi Was Developed By Saf/ieip In Collaboration With The 772nd And Other Daf Stakeholders. This Rfi Is Soliciting Interest For Potential Development, Re-development, Or Lease Of Underutilized Real Estate And Facilities Located On Jbsa. The Goal Of This Rfi Is To Achieve Compatible Development Which Meets The Mutual Needs Of The Daf And Nearby Communities. Jbsa Has Identified Areas Of Opportunities Considered For Redevelopment And/or Recapitalization. Further Details Are Provided Below Outlining Each Opportunity Which May Be Considered Individually Or In Any Combination Considered Feasible By Industry. Any Redevelopment Of Jbsa Property Must Comply With The Land Use Restrictions And Requirements Contained In The Jbsa Idp And The Air Installations Compatible Use Zones (aicuz), Which Are Intended To Promote Public Health And Safety Through The Local Adoption Of Compatible Land Use Controls And To Protect The Operational Capability Of Jbsa. Proposals Must Also Comply With Relevant Policy, Laws And Regulations, To Include 32 Cfr 989, Environmental Impact Analysis Process.
under Existing Authorities (e.g. Venture Capital Investment, Real Estate Development, Power Purchase Agreements, Energy Assurance Leases, Or A Conglomeration), The Daf Is Considering Making Available For Use Six (6) Opportunities That Include Parcels Of Land, Facilities / Assets Considered Non-excess Real Property At Jbsa, San Antonio, Texas, Under The Authority Of Title 10, United States Code. This Authority Allows For Military Departments To Out Lease Land Or Facilities, Or Grant Easements To A Private Or Public Entity, On A Long-term Basis Where Payment In-kind Or Cash Considerations Are Received In Exchange For Use Of The Property. The Six (6) Opportunities Are Further Defined In The Opportunities Attachment Of This Rfi.
5.0 Performance Requirements
there Are Six (6) Major Potential Areas On Opportunities To Be Considered At Follows:
opportunity 1: Cyber Security Center
opportunity 2: Kelly Airfield
opportunity 3: Parade Field Redevelopment
opportunity 4: South Beach Renovation
opportunity 5: Energy Resiliency, Medical Education And Training Campus (metc) Housing Redevelopment
opportunity 6: General Call For Additional Opportunities
the Attachment Entitled, “opportunities” Is Hereby Attached And Explains The Six Potential Opportunities In More Detail, Which Includes Diagrams/maps And Related Attachments.
6.0 Submissions
any Interested Responsible Party Believes It Is Equally Or Otherwise Uniquely Capable Of Meeting The Opportunity Requirements Described In This Request For Information (rfi), Shall Hereby Submit A Capability Statement To Include The Following Criteria Address Below.
the Response Should Describe The Company’s Capability To The Following:
Technical Approach
describe Your Organization’s Qualifications To Provide A Concept In Response To This Rfi.
provide A Statement Articulating The Overall Concept And Approach For Development, Operations, As Well As How It Aligns With Market Opportunities
provide The Proposed Technical Approach, Including A General End-to-end Integrated Concept Of Operations
total Occupancy Headcount, Anticipated Timeline For Real Estate/facility Utilization, Any Other Jbsa Assets Necessary For Successful Project Execution, Facilities, Or Land Use Needed To Support The Concept Of Operations, In Addition To, Frequency And Duration Of The Anticipate Use.
include Any Potential Construction And Timeframe For Proposed Development.
describe The Expected Activities To Occur At The Real Estate And Facilities, Anticipated Security Requirements, And Any Planned Periods Of Inactivity On The Projected Schedule For Use Of The Real Estate And Facility/facilities.
modifications
describe Any Modifications To The Real Estate And Associated Facility/facilities That May Be Required And An Anticipated Timeframe For Making Such Modifications.
proposed Modifications To The Real Estate And Associated Facility/facilities Will Require Daf Review And Compliance With Existing Federal Laws. Approval By Daf And Jbsa Will Ensure Compatibility With Existing Programs And Compliance With Applicable Building Codes.
Limitations, Restrictions, And Impact
describe Any Limitations, Restrictions, And Impacts On Other Occupants Of Jbsa, Including Such Effects On Other Occupants, And Any Risk Mitigation Measures To Facilitate Concurrent Utilization Of Real Estate And Associated Facilities At Jbsa. Examples Include Construction Timelines, Staging Of Materials, Noise Impacts, Etc.
Corporate Financial Capability
provide Financial Plan Which Reflects The Amount Of Funding For Project Requirements, Objectives, And Priorities To Successfully Achieve And Sustain The Described Operations And Level Of Financial Commitment To Implement The Proposed Technical Approach. Include The Potential Sources Of Funding (venture Capital, Bonds, Commercial Lending, Etc.).
Prior Experience
describe Experience With Developing Real Estate And Facilities In The State Of Texas And/or The City Of San Antonio. Include Descriptions Of Past Experience Working In Collaboration With The Federal Government. Include A List With At Least Two (2) And No More Than Five (5) Projects That You Have Successfully Completed Within The Past Ten (10) Years, Or Will Complete By 31 December 2024, Which Are Of Comparable Magnitude And Complexity To The Proposed Use Of Any Of The Identified Opportunities Outlined In This Rfi.
identify The Types And Total Number Of Commercial And Government Customers.
Questions
please Provide Any Additional Questions, Comments, Concerns, Etc., Concerning This Rfi If Applicable. Answers To Such Questions Will Be Provided Accordingly. Any Questions Concerning What Will Be The Type Of Composition, Requirements, Solicitation Or Contract As It Relates To This Rfi Will Not Be Address.
Format
responses Should Not Exceed Twenty (20) Pages. Please Include Attachments (maps, Figures, Financial Details, Etc.) And Appendices With Necessary Supporting Details. These Attachments And Appendices Will Not Be Included In The Page Limit. Due To Email Size Limits, Please Limit Emailed Responses And Attachments To 20 Mbs. Font Should Be Times New Roman, Size 12.
respondents Are Encouraged To Limit The Amount Of Proprietary Data (defined Below) Included In Their Response, And Only Include Such Information That Is Necessary To Respond To This Inquiry. Any Proprietary Data Must Be Clearly Marked. For Purposes Of This Rfi, “proprietary Data” Means Data Embodying Trade Secrets Developed At Private Expense Or Commercial Or Financial Information That Is Privileged Or Confidential, And That Includes A Restrictive Notice, Unless The Data Is: Known Or Available From Other Sources Without Restriction; Known, Possessed, Or Developed Independently, And Without Reference To The Proprietary Data; Made Available By The Owners To Others Without Restriction; Or Required By Law Or Court Order To Be Disclosed. With Respect To Such Proprietary Data, Daf Shall:
a. Use, Disclose, Or Reproduce Such Proprietary Data Only As Necessary To Evaluate The Response.
b. Safeguard Such Proprietary Data From Unauthorized Use And Disclosure.
c. Allow Access To Such Proprietary Data Only To Companies, Including Employees And Contractors, Requiring Access For Purposes Of Evaluating The Rfi Responses.
d. Preclude Disclosure Outside Daf.
e. Notify Its Employees With Access About Their Obligations Under This Rfi And Ensure Their Compliance.
f. Dispose Of Such Proprietary Data After Evaluation Of The Rfi Has Concluded.
7.0 Industry Day
an Industry Day Will Be Held At San Antonio Water System (saws) Headquarters, Located At 2800 Us Hwy 281 N San Antonio, Tx 78212 From 1:00 Pm To 4:00 Pm On Wednesday, October 30, 2024. Directions To The Site Can Be Found In The Pdf Document (as Reference In Saws Hq Attachment.) Daf Does Not Intend To Reply To Individual Responses, But Reserves The Right To Conduct Additional Market Research, Which May Include Later Communications With Respondents Or At An Industry Day Held At Jbsa. Daf Will Not Provide Information Concerning Or Developed In The Course Of Its Deliberative Process. There Is No Registration Requirements To Attend. At This Time We Are Not Accepting Request To Present Any Material.
8.0 Responses – Point Of Contact
please Send Comments And Questions To Saf.jbsa.sreo@us.af.mil. Comments And Questions Should Be Directed To The Pocs Listed Below In The Subject Line Of Your Email. Any Responses To Questions Posed By External Parties Will Be Posted For Public Review.
for Opportunities 1-4 Or A New Opportunity Not Identified In This Rfi, Please Direct Your Email To Lt Col Raymond Elmore, Ms. Laura Yates, And Mr. Paul Holland.
for Opportunities 5a And 5b, Please Direct Your Email To Mr. Jake Gilman And Mr. Michael Lovell.
all Responses Must Be Provided By Email To The Daf Point Of Contact No Later Than 5:00 Pm Eastern Time On 31 January 2025. Send All Responses To Saf.jbsa.sreo@us.af.mil. No Other Forms Of Transmission Are Requested Or Will Be Accepted.
the Government Will Not Pay For Any Material Provided In Response To This Notice Nor Return The Data Provided. Daf Will Use The Rfi Responses To Define Requirements And Gauge Market Interest In Using The Real Estate And/or Facility/facilities And Determine Whether It Is In The Government’s Best Interest To Issue A Competitive Rfp.
Closing Date31 Jan 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Housekeeping Services
United States
Details: Combined Synopsis/solicitationnon-personal Janitorial Services For National Weather Service (nws) Located In Corpus Christi, Tx(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0049.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561720. The Small Business Size Standard Is $22 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2025 Through 03/31/2026.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2026 Through 03/31/2027.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2027 Through 03/31/2028.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2028 Through 03/31/2029.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein)necessary For Janitorial Services At The National Weather Service (nws) In Corpus Christi, Tx, In Accordance With The Statement Of Work. Period Of Performance 04/01/2029 Through 03/31/2030.quantity: 12 Months Unit Price (per Month): ___________ Annual Total: ______________aggregate Total For All Years: ________________________(vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-5225, Revision No. 26, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 04/01/2025 Through 03/31/2026.option Period 1 For A Twelve Month Period 04/01/2026 Through 03/31/2027.option Period 2 For A Twelve Month Period 04/01/2027 Through 03/31/2028.option Period 3 For A Twelve Month Period 04/01/2028 Through 03/31/2029.option Period 4 For A Twelve Month Period 04/01/2029 Through 03/31/2030.place Of Performance Is 426 Pinson Drive Corpus Christi, Tx 78406-1803(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On 2/6/2025. All Quotes Must Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Isabel.vigil@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Isabel.vigil@noaa.gov. Questions Should Be Received No Later Than 2/3/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact John Metz, Meteorologist In Charge (mic), John.metz@noaa.gov, 361-299-1353. The Site Visit Will Be Monday 27 January 2025 At 1 Pm Central Time. All Questions During The Site Visit Should Be Submitted Electronically To Isabel.vigil@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Isabel.vigil@noaa.gov.2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. Technical Approach And Capability2. Past Performance, Including Submission Of Completed Past Performance Questionnaires3. Pricethe Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; 1. technical Acceptability/capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Ofconfidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform Therequirements As Described In The Statement Of Work. Provide A Detailed Description Of Thecompany’s Experience Performing Similar Services. A Detailed Technical Approach Write-updescribing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quoteregardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be Areiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listedin The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Ofemployees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance, Including Submission Of Completed Past Performance Questionnaires.quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Isabel.vigil@noaa.gov By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services.offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.3. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation Tothe Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technicalsolution.the Government Intends To Award A Low Priced, Technically Acceptable, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30.(b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)
Closing Date6 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: The Following Is A Sources Sought Notice. This Sources Sought Is Seeking To Identify Qualified Sources Under North American Industry Classification System (naics) 541330, Engineering Services(a-e) Services. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes. No Sf330s Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals, And No Contract Will Be Awarded From This Notice. This Sources Sought Announcement Will Not Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Cost Incurred In Preparation Of A Response To This Notice.
these Services Will Be Procured In Accordance With 40 U.s.c. Chap 11, Selection Of Architects And Engineers (formerly Known As The Brooks Architect Engineer Act) As Implemented In Far Subpart 36.6 And Dfars Subpart 236.6.
the U.s. Army Corps Of Engineers (usace) Kansas City District (nwk) Seeks Qualified Ae Firms Interested And Capable Of Providing An Array Of Design Services For The Department Of Veteran's Affairs (dva) John Cochran Medical Center (jcmc) Located At 915 N Grand Blvd, St. Louis, Mo 63106. The Government Is Contemplating An Unrestricted (ur), A-e, Single Award Task Order Contract (satoc), Indefinite Delivery Contract Solicitation. The Estimated Ordering Limitation Of All Task Orders Issued Under The Satoc Will Have A Maximum Ordering Capacity Of One Hundred Million ($100,000,000.00) Dollars. The Base Ordering Period For This Contract Will Be Five (5) Years With One Option To Extend The Ordering Period For An Additional Five (5) Years. It Is Anticipated That A Solicitation Announcement Will Be Published In The Procurement Integrated Enterprise Environment In The 2nd Quarter Of Fy2026.
firms Must Be Capable Of Performing Work To Support The Planning, Design, And Construction Phase Services For The Construction Of A New Health Care Facility And Supporting Facilities. Firms Must Be Capable Of Progressing The Current Conceptual Schematic Design Using The Collaborative Integrated Design And Construction (idac) Project Delivery Method. Idac Is A Usace Alternative Early Contractor Involvement (eci) Delivery Method That Requires Extensive Collaboration Between The Owner, Designer Of Record (dor), And Construction Manager / General Contractor. The A-e Collaboration Requirements Include Continuous Open Team Communication; Partnering; Willingness For The A-e To Incorporate Alternative Designs And Materials And Include Changes To Schedule; Phasing Plans; Specifications; Means And Methods Of Construction Throughout The Collaborative Design Progression Period That Takes Place During The Construction Contractor’s Preconstruction Phase Services. A Summary Of The Idac Delivery Method Is Attached To This Announcement.
required Services May Include The Preparation Of Special Reports; Planning And Design Charrettes; Studies; Development Of Design Criteria For Performance Contracts; Design Of Construction; Documenting Basis Of Design; Developing, Updating, And Reconciling Construction Cost Estimates. The Task Orders May Include But Are Not Limited To Design Work Involving Site Investigation, Geotechnical Reports, Topographic Surveys, Preparation Of Contract Drawings, Technical Specifications, Design Analyses, Life Cycle Cost Analyses, And Continuous Real-time Computer Aided Cost Estimating And Cost Reconciliation With Third Party Estimates. Electronic Security System Design, Anti-terrorism/force Protection Design, Progressive Collapse, Seismic Design, Cyber Security, And Network Engineering May Be Required. Resiliency, Reliability, And Sustainability Will Be Important Considerations.
total Building Commissioning, With A Perspective As Designer May Be Required. Construction Phase Services, Including Shop Drawing Review, Design During Construction, Site Visits, Etc., Could Be Included In Task Orders. Building Information Modeling (bim) Technologies, Cadd And Gis Deliverables May Be Required. Specific Requirements Will Be Determined Based Upon Project Requirements And Described In Each Task Order. Project Assignments Will Typically Require Performance In An Office Setting And On-site.
the Kansas City District Is Soliciting Feedback From Industry As Part Of Our Market Research Efforts Associated With This Acquisition And Is Considering Various Acquisition Strategies To Deliver This Project And Requests Input From Industry. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Ten (10) Pages For Your Response:
1. Organization Name, Address, Email Address, Website Address, Telephone Number, Business Size (small Or Large), And Type Of Ownership For The Organization; Include Uei Number And Cage Code.
2. Firm's Interest In Providing An Sf330 On The Pending Solicitation Once Issued.
3. Experience:
A. Evidence Of Capabilities To Perform Work Comparable To That Required For This Project (e.g. Design Of Medical Facilities And Ancillary Structures Providing A Wide Variety Of Patient Care Services, Design Of A Campus Requiring Phased Demolition And Phased Construction, Design Of Facilities Utilizing The Dva's Technical Information Library).
B. Provide Three Recent Relevant/comparable Projects (not More Than Ten Years Old). Include The Project Name; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project And Those That Demonstrate Similarity To The Work Required Under The Proposed Satoc; Identify The Contracting Office & The Customer/user (include Poc Information); And Identify/discuss The Acquisition Method (e.g., Sealed Bid, Best Value), Contract Type (e.g., Firm Fixed Price, Fixed Price Incentive Successive Targets [fpis], And Delivery Method (e.g., Integrated Design And Construction [idac],guaranteed Maximum Price [gmp], Design-bid-build, Design-build, Early Contractor Involvement [eci], Construction Manager As Constructor [cmc], Etc.). Responses Should Address The Firm's Capability To Construct A Hospital Or Medical Center Facility And The Challenges Associated With Large, Complex Medical Facilities.
4. Identify If, Based Upon The Scope Of This Project, You Would Form A Joint Venture To Execute This Work. Provide Joint Venture Information, If Applicable, Including Uei And Cage Code.
5. Provide The Firms Plan To Include Small Business Participation To The Maximum Extent Practicable.
a Virtual Industry Day Is Planned For Thursday, December 19, 2024 At 1100 Cst. Webex Login Information Is Listed Below:
1. Join From The Meeting Link Below:
https://usace1.webex.com/usace1/j.php?mtid=m5e4d4e7380c3b0f3d4796025d738aa1d
2. Join By Meeting Number Below:
meeting Number (access Code): 2827 328 3747
meeting Password: N4ppp75cyc*
3. Join From A Mobile Device (attendees Only)
+1-844-800-2712,,28273283747## Us Toll Free
+1-669-234-1177,,28273283747## Us Toll
4. Join By Phone
+1-669-234-1177 Us Toll
+1-844-800-2712 Us Toll Free
global Call-in Numbers | Toll-free Calling Restrictions
5. Join From A Video System Or Application
dial 28273283747@usace1.webex.com
you Can Also Dial 207.182.190.20 And Enter Your Meeting Number.
please Send Your Sources Sought Responses Via Email To Ines.necker@usace.army.mil. Submissions Should Be Received By 11 A.m. Cst, January 6, 2025.
this Synopsis Is For Market Research Purposes Only And Is Not A Request For An Sf330 Nor Does It Restrict The Government As To The Ultimate Acquisition Approach. The Government Will Not Reimburse Respondents For Any Costs Incurred In Preparation Of A Response To This Notice.
Closing Date6 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: Amendment 0004:
amendment 0004 Is Issued To Extend The Sf 330 Submission Date Regarding N0016425r1025.
amendment 0003:
amendment 0003 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025.
amendment 0002:
amendment 0002 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025.
amendment 0001:
amendment 0001 Is Issued To Provide Answers To Industry Questions Received Thus Far Regarding N0016425r1025.
original Posting:
n0016425r1025 Indefinite Delivery/indefinite Quantity (idiq) Contract For Multi‐ Discipline Architect‐engineer (a‐e) Services In Support Of Naval Surface Warfare Center Crane Division (nswc Crane) Facilities Projects At Naval Support Activitys Crane (nsa Crane), Crane, Indiana And Lake Glendora Test Facility (lgtf), Sullivan In.
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.
related Notices: N0016422snb83, N0016424snb55, N0016424r1025, N0016424snc12, N0016425snb08
background:
the Naval Surface Warfare Center Crane Division (nswc Crane) Requires A-e Services In Support Of Various Projects At Nsa Crane And Lgtf. This Procurement Will Result In One Single-award Idiq Contract For Multi‐discipline A‐e Services For Planning, Design, Construction, Evaluation Of New Construction, And Renovation Projects. 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 Will Be For A Five-year Ordering Period. This Is A Five-year Contract, With No Option Years. The Maximum Value For The Contract Term, Including All Awards, Shall Not Exceed $12,000,000. There Will Be No Minimum Dollar Limit Per Order And The Maximum Dollar Limit Per Order Will Be $5m In Compliance With The $9m Fy24 Ndaa Prescription. The Guaranteed Minimum For The Contract Ordering Period 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 At The Task Order Level. In Accordance With Dfars Subpart 236.6, The Contract Price Or The Estimated Cost And Fee For Production And Delivery Of Designs, Plans, Drawings, And Specifications Shall Not Exceed Ten (10) Percent Of The Estimated Construction Cost Of The Public Work Or Construction, Excluding Fees.
there Will Be No Minimum Dollar Limits Per Task Order. The Estimated Award Date Is October 2025.
this Proposed Contract Is Anticipated To Be A Full And Open Procurement. 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: Structural Engineering. 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 Include Single Or Multiple Disciplines, Such As: Structural, Civil, Mechanical, Electrical, Architectural, Planning, Environmental, Fire Protection, Cost Estimating, And/or Geotechnical. The Types Of Projects May Include: Building Renovations; Building Additions; Site Work Required To Support New Work; New Construction; Parking Areas; 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; Electrical Power Systems, Storm Water Management; Surveying; Pavement Design; And Civil Engineering Studies.
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(s):
crane, Indiana
sullivan, Indiana
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:
facility Planning And Project Development: Services May Include Work Such As The Following: Prepare Master Plans, Project/site Plans For Proposed Facility/infrastructure Projects. Facility Planning May Be Requested For Renovation, Addition, Repair And New Construction Projects.
development Of Design‐bid‐build (dbb) Packages: Services May Include Preparation Of Drawings And Specifications For Renovation, Addition, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Include Both .pdf And .dwg Formats.
development Of Design‐build (db) Request For Proposal (rfp) Packages: Services May Include Working With A Construction Manager As Part Of A Design-build Team To Prepare Drawings And Specifications For Renovation, Additions, Repair Or New Construction Projects. Design Meetings With The Government May Be Required In Order To Agree On Design-build Solution(s) That Meet The Government’s Project Requirements. Electronic Document Delivery Details Will Be Specified At The Order Level. Electronic Delivery Shall Be Include Both .pdf And .dwg Formats.
preparation Of Cost Estimates Using Unit Guidance, Parametric Methodologies, And Detailed Cost Estimating: Services May Include Preparing Cost Estimates To Include Rough Order Of Magnitude Through Construction Working Estimates For Renovation, Addition, Repair And/or New Construction Projects Based On Prepared Design Documents, As Called Out In The Task Order.
development Of Alternatives And Economic Analysis: Service May Include Providing Alternate Design Solutions And Associated Economic Impacts For Renovation, Addition, Repair Or New Construction Projects.
condition Assessment: Services May Include Performing Studies Of Existing Buildings And/or Components Of Buildings To Validate Existing Conditions That May Then Be Used To Inform Future Proposed Design Solutions. Site Visits May Be Required To Document Existing Facility/infrastructure Conditions.
field Investigations (including Utility And Geotechnical): Services May Include Conducting Field Surveys/investigations Of Existing Sites, Buildings Or Specific Components Of A Building (i.e., Hvac Or Electrical Systems) In Order To Document Current Status Of A Facility’s Infrastructure. The Results Of Any Field Investigations May Then Be Used To Assist With The Preparation Of Design Documents For A Particular Project.
surveying And Mapping: Services May Include Surveying And/or Mapping Of Existing Or Proposed Sites For A New Construction Project Or Building Addition. Survey Work May Be Required In Order To Document Existing Site Conditions To Support Site/civil Design Solutions.
preparation Of Engineering Evaluations: Services May Include Performing Engineering Calculations To Support Civil, Mechanical, Electrical, Plumbing Or Fire Protection Design Solutions.
incorporation Of Sustainable Engineering Design Practices: Services May Include Incorporation Of Design Principles For Renovation, Addition, Repair And/or New Construction Projects To Support Sustainable Design Solutions And/or Leadership In Energy And Environmental Design (leed) Certification.
consultations: Services May Include Collaborating With Other Specialty Design Professionals To Offer And Propose Design Solutions Required To Respond To Unique Project Requirements.
energy Computations: Services May Include Preparation Of Energy Calculations To Verify Proposed Design Solutions Comply With Required Building Codes, Federal, State And/or Local Energy Requirements.
geotechnical Investigations: Services May Include Conducting Soil Boring Testing In Order To Identify Minimum Design Requirements For New Construction Projects Or Building Additions.
obtaining Permits And Regulatory Approvals: Services May Include Submitting Design Documents To Local, State And/or Federal Jurisdictions For Review And Approval Prior To Proceeding With Renovation/construction Work.
environmental Investigation And Consultation: Services May Include Providing Design Services Required To Meet Environmental/epa Regulations On Facility/infrastructure Projects And Providing Consultation(s)/collaboration With The Government To Discuss Acceptable Environmental Design Alternatives And Solutions.
review Of Construction Contractor Submittals: Services May Include Review Of Project Submittals (such As Product Data Or Product Samples) In Order To Validate Proposed Materials/products Comply With Design Drawings And/or Specifications.
field Consultation And Inspection During Construction: Services May Include Responding To Contractor Requests For Information (rfis) During Construction In Order To Address Design Questions That May Arise During Construction/renovation Projects.
commissioning: Services May Include Supporting The Commissioning Process By Attending Commissioning Meetings In Order To Validate Engineered Design Solutions Are Incorporated Into The Project In Accordance With Design Specifications.
operation And Maintenance Support Information (omsi): Services May Include Providing The Government With O&m Documentation And Training, Where Applicable, Based On The Final Design Solution And Construction. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats.
as‐built Drawing Preparation: Services May Include Updating Design Documents Including Drawings And Specifications To Accurately Reflect Construction Field Changes And Document Final As-built Construction/renovation Projects. Electronic Document Delivery Details Shall Be Included With Each Order. Electronic Delivery Shall Include Both .pdf And .dwg Formats
functional Analysis Concept Development (facd)/design Charrette/other Design And Construction Related Workshops And Meetings: Contractor Shall Attend Design Meetings To Collaborate With Government Representatives To Consider Design Options And Build Consensus Regarding Preferred Design Solution(s). Contractor Shall Provide Meeting Minutes (cdrl A005).
document Deliverable Requirements:
cdrl
did Number
did Title
did Description/scope
deliverable Schedule
a001
di-misc-80508b
technical Report - Study/services
studies And Specifications
at Milestone/ Asreq
a002
di-fncl-81116 Not 2
manhour Estimate, Technical Cost Proposals
manpower And Cost Estimate To Implement The Statement Of Work (sow)
at Milestone
a003
di-mgmt-80061a Not 2
engineering And Technical Services Accomplishment Report
production Report
weekly
a004
di-misc-81274 Not 2
environmental Permits
outlines Submittal Procedures To Be Applied To All Permits
asreq
a005
di-admn-81250c
meeting Minutes
meeting Minutes
2 Days After Meeting
a006
di-mgmt-81597
personnel Resumes
contractor’s Personnel Roster With Relevant Qualifications And Certifications
post Award Kickoff
a007
di-mgmt-80507
project Planning Chart
schedule
post Award Kick Off
a008
di-admn-81249c
meeting Agenda
meeting Agenda
1 Day Before Meeting
a009
di-facr-82278
installation Design Package
designs And Drawings
asreq
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.
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, Poly‐chlorinated Biphenyls (pcbs), And Other Hazardous Materials, Work On And Under Waterfront Structures, And In Confined Spaces.
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.
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 19.702, Each Solicitation Of Offers To Perform A Contract That Is Expected To Exceed $750,000 ($1.5 Million For Construction) And That Has Subcontracting Possibilities, Shall Require The Apparently Successful Offeror To Submit An Acceptable Small Business Subcontracting Plan. If The Apparently Successful Offeror Fails To Negotiate A Subcontracting Plan Acceptable To The Contracting Officer Within The Time Limit Prescribed By The Contracting Officer, The Offeror Will Be Ineligible For Award.
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
criterion Title
criterion Requirements
criterion 1
specialized Experience
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 And Technical Competence
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 10 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
submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1
criterion 4
quality Control
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
1. Provide An Organizational Chart For The Team And Discuss The Management Plan For This Contract And Personnel Roles In The Organization. Include Small Business Participation Specifics.
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
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
volume Of Work
firms Shall Not Submit Data For This Factor.
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), The Small Business Subcontracting Plan 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, Aaron Hohl, Aaron.m.hohl.civ@us.navy.mil
contracting Officer, Jared Myers, Jared.s.myers3.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 N0016425r1025-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:
xxx- Firmname- Volume I
xxx- 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 Formulars 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.
the Technical Data Package May Contain Information That Is Export Controlled. Only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export Controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort. Additional Information About Jcp Is Available At Https://www.dla.mil/hq/logisticsoperations/services/jcp/.
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 Addition, If Proposal Volumes Include Technical Requirements That Have Been Identified As Cui, The Markings Shall Apply To The Technical Information Included In The Technical Volume.
offeror Shall Mark Proposal Documents As Cui In Accordance With Nist Sp 800-171. Possible Categories For Use Include But Are Not Limited To The Following:
cui Category: General Proprietary Business Information
https://www.archives.gov/cui/registry/category-detail/proprietary-business-info.html#authority-list
banner Marking For Specified Authorities: Cui//sp-propin
banner Marking For Basic Authorities: Cui
category Description:
material And Information Relating To, Or Associated With, A Company's Products, Business, Or Activities, Including But Not Limited To Financial Information; Data Or Statements; Trade Secrets; Product Research And Development; Existing And Future Product Designs And Performance Specifications.
*at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.).
cui Category: Controlled Technical Information*
https://www.archives.gov/cui/registry/category-detail/controlled-technical-info.html#authority-list
banner Marking: Cui//sp-cti
category Description:
controlled Technical Information Means Technical Information With Military Or Space Application That Is Subject To Controls On The Access, Use, Reproduction, Modification, Performance, Display, Release, Disclosure, Or Dissemination. Controlled Technical Information Is To Be Marked With One Of The Distribution Statements B Through F, In Accordance With Department Of Defense Instruction 5230.24, "distribution Statements Of Technical Documents." The Term Does Not Include Information That Is Lawfully Publicly Available Without Restrictions. "technical Information" Means Technical Data Or Computer Software, As Those Terms Are Defined In Defense Federal Acquisition Regulation Supplement Clause 252.227-7013, "rights In Technical Data - Noncommercial Items" (48 Cfr 252.227-7013). Examples Of Technical Information Include Research And Engineering Data, Engineering Drawings, And Associated Lists, Specifications, Standards, Process Sheets, Manuals, Technical Reports, Technical Orders, Catalog-item Identifications, Data Sets, Studies And Analyses And Related Information, And Computer Software Executable Code And Source Code.
category Marking:
cti
*at A Minimum Technical Proposals Shall Safeguard In Accordance With Markings And Distributions Statements On All Technical Documents Within The Solicitation (sow, Specification, Drawings, Etc.).
cui Category: General Procurement And Acquisition
https://www.archives.gov/cui/registry/category-detail/procurement-acquisition.html#authority-list
banner Marking: Cui//sp-procure
category Description:
material And Information Relating To, Or Associated With, The Acquisition And Procurement Of Goods And Services, Including But Not Limited To, Cost Or Pricing Data, Contract Information, Indirect Costs And Direct Labor Rates.
category Marking:
procure
cui Category: Source Selection
https://www.archives.gov/cui/registry/category-detail/source-selection
banner Marking For Specified Authorities: Cui//sp-ssel
banner Marking For Basic Authorities: Cui
category Description:
per Far 2.101: Any Of The Following Information That Is Prepared For Use By An Agency For The Purpose Of Evaluating A Bid Or Proposal To Enter Into An Agency Procurement Contract, If That Information Has Not Been Previously Made Available To The Public Or Disclosed Publicly: (items 1-10).
category Marking:
ssel
each Volume Submitted Shall Be Properly Marked With At A Minimum Ssel As Follows:
a Cover Page Including The “cui” Marking In The Header And Footer As Required, As Well As The Requiredcui Designator Block If The Volume Contains Cui. This Designator Block Shall Be Included At The Bottom Right Portion Of The Cover Page And Read As Follows:
controlled By: Department Of The Navy
controlled By: Nswc Crane Code 02
cui Category: Propin/cti/procure/ssel
distribution/dissemination Control: Fedcon
poc: Nswccr 0253 Branch Head
all Subsequent Pages Of The Document Shall Include The “cui” Marking In The Header And Footer. If Other Information Is Included In The Header Or Footer, The "cui" Marking Shall Be Centered On Its Own Line Within The Header And Footer.
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 Indiana. This Requirement Can Be Achieved By Providing The Firm’s Indiana Secretary Of State Registration, And Currently Employing At Least Two (2) State Of Indiana Registered A-e Professionals. A-e Firms Shall Provide Proof That The Firm Is Permitted By Law To Practice The Professions Of Architecture Or Engineering In Indiana (e.g., Indiana Secretary Of State Registration And Employee’s State Of Indiana Professional Engineering License With Stamp Or State Of Indiana Registered Architect License With Stamp). Failure To Submit The Required Proof Will Result In A Firm’s Elimination From Consideration.
all Businesses Intending To Conduct Business In Indiana, Except Sole Proprietors And General Partnerships, Must Register With The Indiana Secretary Of State. If A Business Needs To Be Registered, Please Do So At Www.inbiz.in.gov.
jv Offerors Must Ensure That Both Entities Are Either State Registered Individually In Accordance With The Information Above, Or State Registered As A Jv In Accordance With The Information Above.
only Those Companies That Have Completed Dd Form 2345 And Are Certified Under The Joint Certification Program (jcp) In An Active Status Are Authorized To Receive Export-controlled Information. Only Jcp Certified Firms Will Be Eligible For Any Future Award Made Related To This Effort.
please Provide A-e Professional Licensure Proof Within Sf 330, Part I, Section E. Please Provide Secretary Of State Registration Information Within Sf 330, Part I, Section H.
please Provide Jcp Registration Specifics Within Sf 330, Part I, Section E. Include Jcp Certification Number, Jcp Status, And Jcp Expiration Date. If Currently Working To Acquire Jcp Certification, You May Provide A Brief Explanation Of Your Firm’s Progress Towards Certification. However, Only Actively Jcp Certified Firms Will Be Eligible For Award. Jcp Active Status Will Be Confirmed Via Https://www.public.dacs.dla.mil/jcp/ext/ On The Day Of Proposal Submission.
firms Must Also Acknowledge All Amendments To The Solicitation Within Their Proposal. A Statement Of Amendment Acknowledgement Within Sf 330, Part I, Section H Will Suffice. Please Address Individual Amendments Along With Corresponding Date Of Issuance On Sam.gov With Your Proposal. A Signed Copy Of The Amendments Is Not Required.
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 9 January 2025 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, Aaron Hohl, At Aaron.m.hohl.civ@us.navy.mil And Jared Myers, Contracting Officer, At Jared.s.myers3.civ@us.navy.mil.
inquiries Concerning This Procurement Should Reference The Solicitation Number (n0016425r1025) 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)
cdrls
past Performance Questionnaire (ppq)
key Personnel Criteria
dd 254
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 (4) Are Considered Most Important And Are Equal Among Themselves; Criteria (5) Through (6) Are Less Important And Are Equal Among Themselves; Criteria (7) Will Only Be Used As A Tie‐breaker Among Technically Equal Firms. Specific Selection Criteria Include:
specialized Experience
professional Qualifications And Technical Competence
past Performance
quality Control
program Management And Capacity
knowledge Of General Geographic Area
volume Of Work (no Data Submission Required)
criterion 1 —specialized Experience (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
firms May Be Considered More Favorably Under Criterion 1 By Demonstrating The Following:
demonstrated Experience On Military Bases Within The Primary Geographic Area Of The Contract.
experience In The Delivery Of Multiple Types Of A‐e Services Identified In The Requirements 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 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.
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 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 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 Both Partners Combined. Each Partner Within A Jv May Not Be Responsible For More Than Three (3) Projects Within The Past Performance Submission. 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 Base 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.
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 And Technical Competence (sf 330, Part I, Sections E & G):
films 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 Sf 330, Part I, 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 Manager, Registered Architect Or Professional Engineer, 10 Years
quality Control Specialist, Architect Or Professional Engineer, 15 Years
architect, Senior, Registered Architect, 15 Years
architect, Junior, Registered Architect, 10 Years
civil Engineer, Senior, Registered Professional Engineer, 15 Years
civil Engineer, Junior, Registered Professional Engineer, 10 Years
structural Engineer, Senior, Registered Professional Engineer, 15 Years
structural Engineer, Junior, Registered Professional Engineer, 10 Years
mechanical Engineer, Senior, Registered Professional Engineer, 15 Years
mechanical Engineer, Junior, Registered Professional Engineer, 10 Years
electrical Engineer, Senior, Registered Professional Engineer, 15 Years
electrical Engineer, Junior, Registered Professional Engineer, 10 Years
registered Communication Distribution Design (rcdd), 15 Years
fire Protection Engineer, Registered Professional Engineer, 15 Years
cost Estimator, Certified Cost Professional Or Equivalent, 15 Years
key Personnel, Including Consultants, Shall Be U.s. Citizens.
submissions Must Demonstrate Key Personnel Relevant Experience, Formal Education (e.g. Bachelor’s Or Master’s Degrees), And Relevant Professional Development Or Professional Certifications. See Key Personnel Attachment For Specific Qualification Criteria. If An Offeror Is Unable To Meet Key Personnel Requirement List In Its Entirety, The Government Still Urges A Response For Consideration Which Illustrates The Firm’s Maximum Personnel Capabilities. If Certain Key Personnel Roles Cannot Be Fulfilled, Please Indicate Those Role Vacancies Individually With A Course Of Action For Fulfillment.
criteria 2 Submission Requirements:
sf 330, Part I, Section E – Provide Resumes For All Proposed Key Personnel That Illustrate Experience In The Type Of Work Proposed Under This Contract. Resumes Are Limited To Three (3) Single-sided Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines To Include Document/licensure Numbers; Cite Recent (within The Past 10 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. The Firm Must Hold A Current And Active License In The State Of Indiana As Well As Currently Employ At Least Two (2) State Of Indiana Registered A-e Professionals.
offeror Will Not Be Permitted To Simultaneously Fulfill Multiple Roles With An Individual On The Same Project. The Individuals Identified As Key Personnel On The Sf330 May Not Have Multiple Duties Or Be “dual-hatted.” Offerors Shall Provide Individual Resumes In Sf330 Section E For Each Of The Individuals Listed Above.
criterion 3—past Performance (sf 330, 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 The Contract
performance Assessment Reporting System (cpars) / Architect-engineer Contract Administration Support System (acass) Or A Completed Past Performance Questionnaire (ppq) 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. Failure To Provide Requested Data, Accessible Points Of Contact, Or Valid Phone Numbers Could Result In A Firm Being Considered Less Qualified.
criteria 3 Submission Requirements:
submit A Completed Cpars/acass/ppq Evaluation For Each Project Under Criterion 1.
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 For Each Past Performance Submission Shall Not Exceed Five Single‐sided Pages In Total.
offeror Shall Submit One (1) Past Performance Questionnaire Provided As An Attachment To This Synopsis To Each Of Its Customer Pocs Identified In Criterion 1 For Referenced Projects With No Cpars/acass Available. In Order To Expedite The Assessment Process, The Offeror May Complete The “contract Information” Portion Of The Past Performance Questionnaire For The Convenience Of The Customer Poc. A Ppq Submission Is Not Required For Criterion 1 Projects Accompanied By A Cpars/acass. However, A Ppq Submission For Every Criterion 1 Project, Including Those With A Cpars/acass Evaluation On Record, Would Assist The Government In Evaluation Accuracy And Is Encouraged.
the Offeror Shall Not, However, Complete Any Other Section Of The Past Performance Questionnaire. The Questionnaire Shall Be Provided To The Customer Poc With Instructions To Complete And Submit It Directly To The Contracting Officer And/or The Point Of Contact Identified In This Announcement On Or Before The Proposal Due Date. Electronic Submission Via Encrypted E-mail By The Customer Is Required.
under No Circumstances Shall The Questionnaires Be Returned To The Offerors After Completion. Any Information Provided By The Offeror’s References Is Subject To Verification/validation By The Government During The Evaluation Process. The Government May Make Contact And Follow Up With The Listed References Identified On The Contractor Past Performance Data Documents/data. The Offeror May Provide Information On Problems Encountered On The Identified Contracts As Well As The Offeror’s Corrective Actions. The Government Reserves The Right To Solicit Feedback Beyond What Is Identified In The Questionnaire.
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 (sf 330, 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.
criteria 4 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:
describe Specific Quality Control Processes And Procedures Proposed For This Contract To Achieve Technical Accuracy Of And Assurance Of Overall Coordination Of Plans And Specifications, And Engineering And Design Services.
provide A Quality Control Process Chart Showing The Inter‐relationship Of The Management And Team Components.
identify The Key Personnel (submitted Under Criterion 2—professional Qualifications And Technical Competence) Responsible For The Quality Control Program And A Description Of Their Roles And Responsibilities.
describe How The Firm’s Quality Control Program Extends To Management Of Sub-contractors.
explain The Quality Control Program Including An Example Of How The Plan Has Worked For One Of The Projects Submitted As Part Of Sf 330, Section F Or How The Plan Will Work If It Has Not Been Used Previously.
criterion 5—program Management And Capacity (sf 330, Part I, Section H):
firms Will Be Evaluated On The Firm’s Ability To Plan For And Manage Work Under The Contract And The Capacity To Accomplish The Work In The Required Time.
criteria 5 Submission Requirements:
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, Sub- Contractors And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
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.
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.
include Small Business Subcontracting Plan Specifics Which Detail Level Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members.
attach A Small Business Subcontracting Plan Which Estimates The Proposed Extent Of Participation Of Small Business, Small Disadvantaged Business, Woman-owned Small Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business And Veteran Owned Small Business Team Members In The Contract Team. Clearly Specify Each Small Business Firm That Is A Team Member, Their Small Business Category, And Their Proposed Level Of Participation Measured As A Percentage Of The Overall Estimated Effort. The Small Business Subcontracting Plan Draft Will Not Count Against The Total Page Count Limitation For The Firm’s Response. The Small Business Subcontracting Plan Should Be Included As An Attachment To The Sf 330 Response. Small Business Subcontracting Plan Specifics May Be Referenced Within The Sf 330 Response, But The Subcontracting Plan Should Also Be Attached In Its Entirety.
criterion 6— Knowledge Of General Geographic Area (sf 330, Part I, Section H)
firms Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract And Demonstrated Knowledge Of The General Geographic Areas In Which Projects Could Be Located. Evaluation Of Firms Will Include Consideration Of Their Location Within The General Geographic Area Of The Anticipated Projects (primarily At Naval Surface Warfare Center Crane Division, Crane, In).
criteria 6 Submission Requirements:
indicate Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members.
provide A Narrative Describing The Team’s Knowledge And Previous Experience Of The Primary Geographic Areas To Be Covered By This Contract.
provide A Narrative To Describe The Team’s Ability To Provide Timely Response To Requests For On‐site Support. Provide Timelines And Examples Of The Team’s Success In Providing This Response. Include Both Primary And Sub‐contractor Support As Required. Teams With A Demonstrated History Of Providing Timely Support May Be Considered More Favorably.
criterion 7—volume Of Work (sf 330, Part 1, Section H) (tie-breaker)
in The Event Of A Tie Among Equally Rated Firms, Those 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 (12) 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.
criterion 7 Submission Requirements:
firms Shall Not Submit Data For This Factor.
Closing Date16 Jan 2025
Tender AmountRefer Documents
DEPARTMENT OF MIGRANT WORKERS DAVAO CITY, DAVAO DEL SUR Tender
Others
Philippines
Details: Description Re Quest For Price Quotation Date: 23 January 2025 Rfq No: 001-2025 Company/business Name: Address: Business/mayor’s Permit No. Tin No. Philgeps Registration No.: The Department Of Migrant Workers (dmw) Ro Xi, Through Its Bids And Awards Committee (bac), Intends To Procure The Security Service For Dmw Ro Xi For Cy 2025 Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Item/s Described Herein Addressed To: Atty. Persis Niña M. Mula-enriquez Chairperson, Bids And Awards Committee 3/f Nccc Buhangin, Km. 7 Tigatto Rd., Buhangin, Davao City Contact No. 09310298009 E-mail Address: Davao@dmw.gov.ph Subject To The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than 28 January 2025 At 11:00 Am. The Following Documents Are Also Required To Be Submitted Along With Your Quotation On The Specified Above Or Before A Notice Of Award Is Submitted: Documents Remarks 2025 Mayor’s/business Permit In Case Not Yet Available, You May Submit Your Expired 2024 Mayor’s Or Business Permit With The Official Receipt Of The Renewal Application. However, A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Required To Be Submitted Before The Award Of The Contract. Philgeps Registration Number For Procurement Requiring A Mayor’s Permit And Philgeps Registration Number, A Certificate Of Platinum Membership May Be Submitted In Lieu Of The Said Documents. Latest Income/business Tax Return Required For Abc Above P500k. Omnibus Sworn Statement Required For Abc Above P50k. If Unable To Have The Document Notarized, You May Submit A Signed Unnotarized Omnibus Sworn Statement (in The Prescribed Template), Subject To Compliance Therewith Before The Award Of The Contract. For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Valid License To Operate From Supervisory Office For Security And Investigation Agency (sosia); Valid Philippine Association Of Detective And Protective Agency Operators (padpao) Certificate; And For Any Clarification, You May Contact Us At The Telephone Number Or Email Address Provided. Instructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation. 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications (with Asterisk) Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/ Disqualified. 4. Quotations May Be Submitted Through Electronic Mail At Davao@dmw.gov.ph. Compressed Password-protected Price Quotations, In Case Of Electronic Submission, Shall Be Sent At Davao@dmw.gov.ph With The Corresponding Password. 5. Quotations Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Considered. 6. Do Not Leave Any Blank Items. Indicate “0” If The Item Being Offered Is For Free. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/ Lowest Calculated And Responsive Quotation, The Dmw Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With The Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Dmw. The Delivery Of The Item/s Shall Be Acknowledged Upon Delivery To Confirm Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered, Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dmw May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. After Having Carefully And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Security Services For Dmw Ro Xi For Cy 2025 Technical Specifications Yes No Remarks Manpower Requirement 1. The Department Of Migrant Workers (dmw) Is In Need Of Security Services For Cy 2025, To Maintain Safety, Peace And Order Inside The Building And Around The Dmw’s Premises; As Well As Protect Its Officials, Employees, Visitors And Guests From Assault, Harassment, Threat And/or Intimidation And Other Criminal Acts; Guard And Protect Its Property From Theft, Arson, Pilferage, Trespass, Robbery, Destruction Or Damage And Other Unlawful Acts By Strangers Or Employees. 2. The Prospective Bidder Must Be An Active Member Of The Philippine Association Of Detective And Protective Agency Operators (padpao), Inc. For At Least Five (5) Years, With Good Standing And Duly Accredited With The Philippine-government Electronic Procurement System (phil-geps) Of The Department Of Budget And Management (dbm). 3. The Prospective Bidder Must Have Completed And/or Has An Ongoing Similar Contract. 4. The Prospective Bidder Shall Comply And Submit The Required Eligibility Requirements Per Ra 9184 And Dmw Bids And Awards Committee (bac). 5. The Security Agency Must Have A Branch Office In Davao City To Provide The Following: Location No. Of Security Guards Davao City 2 Sg (7:00 Am To 7:00 Pm) A Total Of Two (2) Qualified And Competent Uniformed, Armed, And Bonded Security Guards In Accordance With Ra 5487, Private Security Agency Law As Amended And As Well As Other Related Laws And Regulations. The Security Personnel Shall Render Service Five (5) Days A Week. Upon The Exigency Of The Service Or Need Of The Security Personnel Posted, The Guard Shall Extend Duty Hours And Shall Be Entitled To Overtime Pay. The Agency Shall Submit A Weekly Deployment Schedule Of Guards And Daily Actual Deployment Report. Subject To Approval Of The Official Where They Are Assigned. 6. For This Purpose, The Security Agency Shall Provide Dmw A Security Plan And Complete List Of The Names Of The Security Guards And Their Supervisors, Together With The Necessary Firearms And Ammunitions To The Guards Assigned To The Dmw As Well As Communications And Transportation Equipment, Health Paraphernalia Such As Face Shield And Face Mask For The Guard And Other Security Equipment Services And Shall See To It That When On Duty, They Are In Prescribed Uniform With Complete Accoutrements (see Item 12 (ii-5); Completeness Of Uniform And Paraphernalia). Likewise, Their Respective Dates Of Hiring Together With Their Respective Bio-data Duly Subscribed And Sworn To. In Case Of Any Change In The Roster Of Security Guards Including Their Supervisor Assigned To The Dmw, The Agency Shall Immediately Inform The Dmw And Shall Submit The Aforecited Data. 7. The Security Agency Shall Ensure That The Guards To Be Deployed Must Present Medical Certificate And Nbi Clearance. 8. The Supervisor Of The Security Guards Shall Initiate And Implement, With The Concurrence Of The Dmw, Other Security Measures, Aside From The Approved Security Plan, To Further Improve And Maintain Effective And Efficient Security Service For The Dmw. Any Member Of The Security Force Deployed By The Security Agency May Be Replaced Or Rotated Upon The Recommendation Of The Dmw. 9. It Is Expressly Understood And Agreed That The Security Agency Is Not An Agency Or Employee Of The Dmw And The Personnel To Be Assigned By The Security Agency To The Dmw Are In No Case Employee To The Latter As They, For All Intents And Purpose, Are Under Contract With The Security Agency. Accordingly, The Dmw Shall Not Be Responsible For Any And All Claims For Personnel Injury Or Damage, Including Death Arising Out Or, Or On The Course Of, The Lawful Performances Of The Regular And Official Function Of The Said Security Personnel. 10. The Security Agency Shall Exercise Discipline, Supervision, Control And Administration Over Its Guards In Accordance With Law, Ordinances And Permanent Governmental Rules And Regulations As Well As The Rules And Policies Prescribed By The Dmw On The Matter. Schedule Of Requirements: Post Area Of No. Of Hour Day No. Responsibility Guards Coverage 1 Dmw Regional 2 7:00 Am To Mon- Office Xi 7:00 Pm Fri Within The Duration Of The Contract The Security Service Contractor (ssc)/private Security Agency (psa) Shall Provide The Minimum Requirement Of Equipment But Not Limited To The Following: Quantity Unit Description 2 Units Side Arms 2 Units Night Sticks (batons) & Whistle 2 Units Handheld Radio With Headset 2 Pcs Spare Battery Of Handheld Radio 2 Units Handheld Metal Detector I. Scope Of Services The Security Agency Shall Provide And Deploy Sufficient Number Of Efficient, Well Trained, Experienced And Trustworthy Personnel For Security Services Daily, For The Year 2025 Per Labor Advisory No. 15, Series Of 2018 Under The Herein Schedule Of Deployments And Work Shift. The Agency Shall Provide The Supplies And Equipments As Stated In Item No. 10 - Schedule Of Requirements. Ii. Performance Criteria 1. The Security Agency Must Have Deployed At Least 10 Guards With Its Previous Contract With Other Government Agency. 2. The Security Agency Must Be Of Good Standing And Should Not Have Pending Cases With Other Agencies, Department Of Labor (dole), National Labor Relations Commission (nlrc), Other Government/private Agency And Judicial Courts. Any Pending Case By The Agency That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration May Be A Ground For Outright Denial And/or Disqualification By Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. Iii. Additional Set Of Technical Evaluation Parameters 1. Stability A) Years Of Experience – At Least 5 Years In Business B) Liquidity Of The Contractor – At Least 5 Million (current Assets Minus Stocks Minus Current Liabilities Based On Balance Sheet As Of December 31, 2022) C) Organizational Set-up – With Good Office Set-up, Personnel And Office Tools And Equipment. (submit Organizational Structure And List Of Officers) 2. Resources A) Number Of Licensed Firearms B) Number And Kind Of Communication Devices C) Number And Kind Of Motor Powered Vehicles Number And Kind Of Equipment And Supplies – With The Minimum Number And Kind Of Equipment And Supplies As Specified In Item No. 10 - Schedule Of Requirements D) Number Of Guards – With At Least 50 Security Guards 3. Security Plan General Security Protocol A) The Security Agency Shall Provide The Dmw With Twelve (12) Hour Security Service Based On The Schedule Of Requirements: Deployment Schedule. B) The Security Agency Shall Maintain A Pool Of Security Guards And Promptly Provide Relievers/replacements In Case Of Absences Of Any Of The Assigned Security Officer Or Guard In Order To Insure Continuous And Uninterrupted Security Service. The Head Of Office Shall Promptly Be Informed Of The Contingency Arrangements By The Security Agency In Cases Of Absences And/or Necessary Replacements Of Their Security Personnel Assigned To Dmw. A Security Guard Shall In No Case, Act As A Reliever After His Tour Of Duty. C) The Security Guard On Duty Shall Be Responsible For Closely Monitoring And Recording Of Movement Of All Office Materials, Supplies And Personnel Within The Assigned Area Of Responsibility. Whenever Equipment Is Brought Out Of The Building, The Security Guard On Duty Shall Demand A Gatepass Duly Signed By The Head Of The Office. D) The Security Guard On Duty Shall Be Responsible For The Proper Screening Of Visitors And Guest Observing The Proper Decorum In A Very Courteous And Polite Manner. The Security Guard Shall Require Visitors And Guests To Register In The Visitor’s Logbook, Issue A Visitor’s Pass, If Applicable, And Check For Any Firearms Or Deadly Weapons That They May Deposit For Safekeeping And Issued With The Appropriate Acknowledgement Receipt. E) The Security Guard On Duty Shall Be Duly Authorized To Inspect Bags And Packages And Search Individuals, Including Employees When Necessary. 4. Disaster Management Plan A) Fire B) Earthquake C) Flood D) Bomb Threat 5. Recruitment And Selection Criteria A) The Security Agency Shall Ensure That The Security Guards Are Properly Screened, Declared Physically And Mentally Fit And Undergone On-the-job-training Before They Are Allowed To Report To Their Assigned Posts. Security Guards Shall In No Instance Be In The Influence Of Liquor/alcohol Or Any Prohibited Drugs While On Duty. Upon The Instance When Dmw Through Its Head Of Office Found Any Security Guard To Be Under The Influence Of Liquor Or Any Prohibited Drugs, The Security Agency Shall Immediately Replace The Said Security Guard. B) All Security Guards To Be Assigned By The Security Agency To Dmw Must Possess The Following Minimum And Basic Qualifications: B.1) Filipino Citizen; B.2) 21 Years Old But Not More Than 45* Years Of Age; Preferably At Least 2nd Year College Of Sound And Alert Mind And Physically Fit For Security Duties; *more Than 45 Years Old Are Subject To Approval Of Dmw B.3) At Least 5 Feet In Height Of Medium Built; B.4) Duly Licensed And Must Have Passed The Physical And Neuro-psychiatric Examination And Drug Test Required By The Pnp And Cleared By The Pnp, Nbi And Other Concerned Government Officers; B.5) Must Be A Holder Of Certificate Of Training For Security Guards Issued By Recognized Police Agency And Such Other Requirements Under R.a. 5478, As Amended; B.6) If Those With Military Background, Must Submit Honorable Discharge Papers; And B.7) Of Good Moral Character C) The Security Agency Shall Conduct Seminars At Least Once Every Quarter To Further Train Its Security Guards On Emergency Response, Public Relations, Courtesy, Discipline, First Aid, Report Writing, Crisis Management, Proper Use And Maintenance Of Firearms, Laws On Arrest, Seizure, Searchers, Evidence, Strikes, Crime Against Persons And Property, And Other Related Topics; D) All Security Guards Shall Be Screened By The Head Of Office Before Their Acceptance. The Following Should Be Submitted For Evaluation Of The Head Of Office: D.1) Transcript Of Records Showing Compliance To Education Requirements; D.2) Medical Certificate Attested Within Two (2) Weeks Prior To Assignment To The Dmw, Showing The Physical And Mental Fitness, Height And Weight Of The Candidate; D.3) Certificate Of Live Birth Of The Candidate Showing Exact Date Of Birth On Record; D.4) Nbi Clearance D.5) Current/unexpired Security Guard License Issued By The Pnp. D.6) Certificate Of Training D.7) Recent 2x2 Picture D.8) Sss Membership D.9) Drug Test Certification D.10) Police And Barangay Clearances Showing That The Candidate Is A Citizen Of Good Moral Character In The Community. E) After Evaluation Of The Submitted Documentary Requirements And Acceptance Of Security Personnel, The Security Agency Shall Submit To The Head Of Office The Duty Detail Order Of The Accepted Security Personnel To Be Deployed To Dmw Ro Xi F) The Number Of Security Guards May Be Subsequently Increased Or Decreased As May Be Determined By Dmw Depending Upon The Circumstances; 6. Completeness Of Uniform And Paraphernalia I. The Security, Shall At All Times During The Tour Of Duty, Assign To Dmw Uniformed And Adequately Trained Security Personnel With Duly Licensed Firearms And Ammunitions With Adequate Licenses And Permits From Appropriate Government Agencies And Fully Equipped With Supplies Necessary For The Successful Implementation Of Their Duties. Ii. The Security Agency Shall Provide All Security Guards And Security Officers With Clean And Presentable Uniforms, Nametags/id, Raincoats, Batons At Its Own Cost And Other Necessary Tools Such As But Not Limited To Metal Detectors, Weapons And Ammunitions Needed. Iv. Other Duties Of Security Agency 1. The Security Agency Shall Be Under The Direct Control And Supervision Of The Dmw Head In So Far As The Security Requirements And Concerns Of The Latter. 2. The Security Agency Shall Accordingly Coordinate With Head Of Office To Conduct A Survey Of The Areas Of The Security Plan Based On Their Requirements. The Agency Shall Submit A Security Plan Based On Their Survey As Part Of Their Documentary Submissions. The Security Agency Shall Strategically Position Their Guards In Accordance With The Security Plan Save In Those Instances When There Is A Duly Authorized Special Security Arrangement With The Chief Of Office Concerned Or The Building Administration Office, As Cleared And Duly Coordinated With Administrative Unit. 3. The Security Agency Shall Immediately Replace Any Security Guard Or Officer/personnel Who May Be Found To Be Undesirable And/or Incompetent, Involve With Immoral And Illegal Activities By The Dmw Through Administrative Unit Or Head Of The Office) Upon Receipt And Verification Of Any Complaint Report Or Request. 4. The Security Agency Shall Visit The Client Or Its Representative Regularly For A Meeting At Least Twice A Month Concerning Security Operations And Other Concerns Of The Detachment; 5. The Security Guards Shall Undergo A Quarterly Drug Test At The Expense Of The Security Agency; Submit Test Results As Proof Of Compliance; If Found Positive, The Security Agency Shall Notify Dmw In Writing And Provide Replacement. 6. The Head Of The Office Jointly Or By Themselves, Shall Have The Right To Randomly Inspect The Security Guards In Their Posts To Determine Compliance On The Physical Condition Of The Security Guard On Duty, With Emphasis On Checking Whether The Guard Is Under The Influence Of Liquor And Other Intoxicating Experience Or Prohibited Substances. Reports Of Security Guards Under The Influence Of Liquor Or Other Prohibited Substances Shall Be Ground For Suspension Or Debarment Of Such Person Or If Warranted, The Pre-termination Of The Contract With Security Agency With The Dmw Without Prejudice To Any “blacklisting” Proceedings That May Be Initiated By Dmw Against The Security Agency. 7. The Security Agency Shall Be Directly Liable For The Loss, Due To Negligence Of The Assigned Security Guards Of Any Properties Of The Dmw. 8. It Is Mutually Agreed Between The Parties That The Retirement Benefits Due To The Guards Shall Exclusively Be Borne By The Security Agency Accordingly. V. Other Terms And Conditions That Will Be Included In The Contract 1. The Dmw Shall Deduct The Cost Of Maintaining The Post For The Day/shift If The Assigned Guard Is Under The Influence Of Liquor Or Prohibited Drugs Were Learned, Even If Replacement/reliever Has Been Provided; 2. Any Case Regardless Of The Nature Thereof By The Security Agency Against Dmw, Its Officers And / Or Any Of Its Personnel, That In The Discretion Of Dmw May Be Detrimental And / Or Disadvantageous To The Administration Shall Be A Ground For Outright Denial And / Or Disqualification By The Security Agency From Further Participating In The Procurement Activity To Be Conducted By Dmw. 3. The Security Agency With Pending Case Or Have Filed A Case Against Dmw Is Not Allowed To Participate In The Bidding. Vi. Payment Of Security Services Rendered 1. Payments For Services Rendered In Accordance With The Contract Shall Be Made By The Administration With The Security Agency On A Twice A Month Or Monthly Basis As The Case Maybe, Subject To The Withholding Of Any Lawful Charges And Subject Further To The Presentation By The Ssc/psa Of A Certification Of Compliance With All Existing Social And Labor Laws: The Wages (minimum Wage, 13th Month Pay, Service Incentive Leave With Pay) Have Been Paid And That All Remittances Due To The Government (retirement Benefit (ra 7641)/ Sss/ Philhealth/ Insurance Fund/ Pag-big/ Ecc Premium Contributions And Other Mandatory Benefits.) Are Made As Required Under Existing Government Auditing Rules And Regulation. The Department Reserves The Right To Inspect The Payroll Of The Security Agency In Order To Verify That The Wages Have Been Paid. Any Violation Shall Be Sufficient Ground For The Termination Of The Contract Without Prejudice To The Liability Of The Ssc/psa. 2. Claims For Payment By The Security Agency Must Be Supported By A Copy Of All Remittances Due To Sss, Pag- Ibig And Philhealth. The Security Agency Is Also Required To Submit Rf-1 (philhealth), R-3 (sss) And Hdmf Remittance Lists For Pag-ibig And Other Deductions/contributions Authorized By Law. 3. Payment Shall Be Made Within Fifteen (15) Working Days Upon Complete Submission Of The Following Documents: A) Dtrs Of All Security Guards Signed By The Duly Authorized Officer; B) Proof Of Preceding Month Remittances To Sss, Philhealth And Pag-ibig Together With The Transmittal Sheet With Stamped Received By The Said Agencies I.e. Sss, Philhealth, Pag-ibig, And Other Documents As May Be Required; And C) Invoice Of Billing Or Statement Of Account For The Period Covered. 4. All Taxes Payable To The Government Shall Be Borne By The Security Agency. 5. In Case Of Increase In Wages Rates Due To Enactment Of New Laws, The Security Agency May Seek Adjustment In Writing, Subject To The Approval Of The Authorities Concerned. 6. The Security Agency Shall Guarantee Payment To The Dmw, For Any Loss Of Or Damage To Its Property Provided That The Same Occurred Within The Jurisdiction Of The Security Agency And It Was Duly Established After Due Investigation That Said Loss Or Damaged Was The Result Principally Of The Act, Omission, Negligence Of Fault Of The Security Agency Or Its Security Personnel. Provided, Further That Such Loss, Pilferage, Or Damage On The Properties Involved Is Reported In Writing To The Security Agency Within Three (3) Working Days From The Occurrence Or Discovery Thereof. When Such Loss Or Damage Is Caused By Force Majeure Or Fortuitous Events, The Security Agency Shall Not In Any Way Be Held Responsible. In The Event The Security Agency Is Made To Pay For Such Loss Or Damage, It Shall Be Subrogated To The Rights Of The Client Against The Party Or Parties Responsible For Such Loss Or Damage. The Security Agency Performance Security Shall Be Liable For The Damages Or Losses That May Arise Directly Or Indirectly Attributable To The Negligence Or Misbehavior Or Direct Participation Of The Security Guard Assigned By The Security Agency. In Case The Bond Is Not Sufficient To Cover Such Losses Or Damages, The Security Agency Will Have To Pay The Balance Directly To The Dmw. Vii. Termination Of Contract 1. The Security Agency Shall Assume Full Responsibility For Any Claim For Any Compensation On Injuries From Accidents In Connection With Performance Of The Duties Of Security Guards And Shall Free The Dmw For Any Legal Suit In Connection Therewith. 2. Any Provision, Converts And Stipulations In The Contract Which May Be Contrary To Law, Morals, Good Customs, Public Order Or Public Policy Shall Be Void An Initio And Deemed Not To Have Been Written And In Their Instead, The General Provisions Of Law Shall Apply. 3. In Case Of Any Violations Of The Stipulations And Covenants Of The Contract, The Security Agency Agrees To Allow The Dmw To Automatically Rescind And/or Terminate The Same Without Notice To The Security Agency, And That The Dmw Shall Be Entitled For Damages Sustained. The Dmw Has The Right To Unilaterally Award Or Renegotiate The Unfinished Services/unexpired Portion Of The Contract To Another Security Agency. 4. Any And All Disputes Arising From The Implementation Of A Contract Shall Be Submitted To Arbitration In The Philippines According To The Provisions Of Republic Act No. 876, Otherwise Known As The Arbitration Law; Provided, That By Mutual Consent, The Parties May Agree In Writing To Resort To Alternative Models Of Dispute Resolution. 5. The Parties Hereunto Agree That Any Or All Actions Arising From The Contract Shall Be Filed In The City Of Davao. Viii. Assessment Or Evaluation Of The Performance Of The Service Provider/contractor 1. Before End Of The Year, Dmw Shall Conduct An Assessment Or Evaluation Of The Performance Of The Service Provider/contractor. 2. The Security Service Contractor (ssc)/private Security Agency (psa) Shall Maintain A Satisfactory Level Of Performance Throughout The Term Of The Contract Based On A Prescribed Set Of Performance Criteria. The Performance Criteria To Be Applied Shall Include, Among Others, The Following: A) Quality Of Service Delivered; B) Time Management; C) Management And Suitability Of Personnel; D) Contract Administration And Management; And E) Provision Of Regular Progress Reports. 3. Based On Its Assessment, Dmw May Pre-terminate The Contract For Failure By The Ssc/psa To Perform Its Obligations Thereon Following The Procedure Prescribed Under The Guidelines On Termination Of Contracts Issued By The Government Procurement Policy Board Under Resolution No.018-2004 Dated 22 December 2004. Ix. Contract Cost And Duration 1. The Contract Shall Be For Cy 2025, January To December 2024. However, Either Party May Terminate The Contact By Giving The Other Party Thirty (30) Days Notice In Writing Prior To Such Termination. 2. The Approved Budget Cost For The Security Service For Cy 2025 Is Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Inclusive Of Vat. 3. The Financial Proposal Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. 4. Retirement Benefits Shall Be Released To The Security Guard/officer Upon Retirement, Resignation, Transfer Of Service To Sister Agency Or Other Agency Or As The Security Guard/officer Is No Longer Connected To The Agency. 5. The Security Guard/officer Is Entitled To Overtime Pay Provided That Dmw Has Written Request To The Security Service Contractor (ssc)/private Security Agency (psa), Signed By The Administrator. 6. All Bid Prices For A Duration Of One (1) Year Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation, Except For The Following: A. Increase In Minimum Daily Wage Pursuant To Law Or New Wage Order Issued After Date Of Bidding, Increase In Taxes; And B. If During The Term Of The Contract The Dmw Sees The Need For An Increase Or Decrease In The Number Of Security Guards, The Resulting Cost Of Said Increase Or Decrease, Provided That The Abc For The Relevant Year Is Not Exceeded. 7. The Dmw Ro Xi Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. I Hereby Certify To Comply With All The Technical Specifications Stated In The Terms Of Reference. Name Of Company/bidder Signature Over Printed Name Date Financial Offer: Security Service For Dmw Ro Xi For Cy 2025 Approved Budget For The Contract: Five Hundred Seventy Two Thousand One Hundred Ninety Three And 36/100 Pesos Only (p572,193.36) Qty Unit Description Monthly Rate (inclusive Of Vat) Total Amount For Jan-dec 2025 (inclusive Of Vat) 1 Lot Security Service For Dmw Ro Xi For Cy 2025: - 2 Guards (7:00 Am To 7:00 Pm) Total Amount In Words: Signature Over Printed Name Position/designation Office Tel./fax/mobile Nos. E-mail Address/es
Closing Date28 Jan 2025
Tender AmountPHP 572.1 K (USD 9.7 K)
DEPT OF THE NAVY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: N44255-25-r-1501 Full And Open Indefinite Delivery/indefinite Quantity Contract For Architect-engineer Services For Marine Waterfront Architect-engineereing (wf A-e) Services At Various Locations Within Naval Facilities Engineering Systems Command (navfac) Northwest Area Of Responsibility (aor), Primarily Washington Statedescription: 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 (a-e) Services Primarily For Marine - Waterfront Projects At Locations In The Navfac Northwest Aor Including The States Of Washington, Oregon, Idaho, Montana, Alaska, North Dakota, South Dakota, Nebraska, Minnesota, Iowa, And Wyoming. These Services Will Be Procured In Accordance With 40 Usc Chapter 11, Selection Of Architects And Engineers, As Implemented By Far Subpart 36.6. The Idiq Period Of Performance Will Be For A Base Period Of (2) Two Years And One Three (3) Year Option Period For Maximum Duration Of 60 Months. The Total Fee For The Contract Term Shall Not Exceed $249m. The Guaranteed Minimum For The Contract Term (including Option Years) 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.this Proposed Contract Is Being Solicited On A Full And Open Basis. The North American Industrial Classification System (naics) Code Is 541330 ? Engineering Services And The Annual Small Business Size Standard Is $22.5m. The Government Seeks The Most Highly Qualified Firm To Perform The Required Services, Based On The Demonstrated Competence And Qualifications For The Type Of Professional Services Required And At Fair And Reasonable Prices, In Accordance With The Selection Criteria. The Market Research Study (sources Sought Number: N44255-24-r-1500) Conducted By Navfac Northwest Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement On An Unrestricted Basis Inviting Full And Open Competition. The Navfac Northwest Deputy For Small Business Concurs With This Decision.the A-e Firm Is Expected To Provide An Interdisciplinary Team To Furnish Engineering And Design Services For Marine Waterfront Projects At Various Locations Predominantly Serviced By The Navfac Northwest Office. The Design And Engineering Services Will Require Expertise In Architectural, Mechanical, Electrical, Civil, Structural, Geotechnical, Corrosion Control, Coastal, Naval Architect, Fire Protection, Survey, Cost And Environmental Disciplines As It Pertains To Department Of Defense Waterfront/marine Facilities And Systems. Services May Include New Designs, Evaluations, Inspections And/or Studies For Maintenance, Construction, Equipment Installation, New Construction Repair And Replacement Of Piers, Wharves, Quay Walls, Dry Docks, Fendering Systems, Floating Metal Or Concrete Structures, Wave Attenuation Devices, Dredging, Etc., Including Utilities. The Work May Also Include Field Investigations, Technical Feasibility Assessments, Design Analysis, Structural/seismic Evaluation, Underwater Inspection, Geotechnical Evaluation, Cathodic Protection, Surveying, Cost Estimating, Technical Review Of Contract Documents Prepared By Government Employees, And Construction Support Consultation. At The Governments Discretion Up To 20% Of The Contract Value May Be Awarded For Non-waterfront Specific Designs Or Studies Including But Not Limited To New Construction Or Renovation Of Warehouses, Hangars, Administration Facilities, Barracks, Industrial Facilities, And/or Utilities.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 Criteriafirms 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 Firms Evaluation Or Disqualify The Firm From Further Consideration. Criteria 1 And 2 Are Most Important And Equally Weighted. Criteria 3 Through 8 Are In Descending Order Of Importance. Specific Selection Criteria Include:1 - Specialized Experience And Sustainable Design2 - Professional Qualifications3 - Past Performance 4 - Quality Control 5 - Program Management And Capacity6 - Location7 - Commitment To Small Business8 - Volume Of Workcriterion 1 ?specialized Experience And Sustainable Design (sf330, Part I, Section F): Firms Will Be Evaluated On Specialized Experience In Performance Of Services Like Those Anticipated Under This Contract Through Evaluation Of Experience In: 1. design Of Waterfront Structures And Facilities (e.g. Piers, Wharves, Dry Docks).2. design Of Waterfront Utilities (e.g. Electrical, Compressed Air, Oily Waste)3. experience Using Department Of Defense Waterfront Unified Facilities Criteria4. experience Applying Sustainability Concepts Through An Integrated, Cost-effective Design Approach And Designing In Accordance With Recognized Sustainability Rating Systems Such As Green Globe, Leed, Etc.firms May Be Considered More Favorably By Demonstrating The Following: 1. projects Where Offeror Was The Prime Architect-engineer And Design Fees Were Above $4,000,000.submission Requirements: Provide A Maximum Of Five (5) Projects With The Design Complete Within The Past Ten (10) 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 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:1. the Unique Entity Identifier (uei) Number Along With Each Firms Name In The Sf330 Part 1, Section F, Block 25, Firm Name; 2. include A Contract Number Or Project Identification Number In Block 21;3. include An E-mail Address And Phone Number For The Point Of Contact In Block 23(c); 4. 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;5. 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 Shall Be Submitted For Each Joint Venture Partner. 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 Complete 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 As Individual Projects 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 Of The Form. 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 And 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. All Key Personnel Must Be A Licensed Professional In Their Discipline And Have At Least Five (5) Years Of Demonstrated Experience On Waterfront Projects. Specific Disciplines That Shall Be Included In Key Personnel Are:� project Manager� design Quality Control Manager� senior Structural Engineer� senior Civil Engineer� senior Geotechnical Engineersubmission 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 2 Pages And Should Indicate: Professional Registration, Certification, Licensure And/or Accreditation In Appropriate Disciplines; Cite Recent (within The Past Ten (10) 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 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 Contracts 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, 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 Provides 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) If It Is On The Same Or Similar 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 Governments Point Of Contact Via Email To:grace Montero: grace.e.montero.civ@us.navy.mil With A Copy Tonancy Coffee: nancy.m.coffee.civ@us.navy.mil 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 Shall Provide Any Information On Problems Encountered And The Corrective Actions Taken On Projects Submitted Under Criterion 1 Specialized Experience And Sustainable Design. Firms Shall Also Address Any Adverse Past Performance Issues. Information Discussing Corrective Actions Or Adverse Past Performance 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 Including 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, Field Verification Of Record Drawings And Existing Conditions Prior To Design, 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 Firms Quality Control Program Extends To Management Of Subcontractors.criterion 5?program Management And Capacity (sf330, Part I, Section H): Firms Will Be Evaluated On The Firms Ability To Plan For And Manage Work Under The Contract And Demonstrated Capacity To Accomplish The Work In The Required Time. Submission Requirements: 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 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. 3. describe The Firms 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. Criterion 6? Location (sf330, Part I, Section H): Provide The Location Of The Office(s) That Will Be Performing The Work, Including Main Offices, Branch Offices, And Offices Of Team Members And The Locations Of Their Office(s) That Will Be Performing The Work Under This Contract With Demonstrated Knowledge Of The Primary Geographic Areas In Which Projects Could Be Located. Provide A Narrative Describing The Teams Knowledge Of The Primary Geographic Areas In Which Projects May Be Located And The Ability Of The Prime A-e To Respond To Urgent Site Visits Within 24 Hours Of Notification. The Individual(s) Responding Must Possess Authority To Negotiate And Bind The Prime Contractor. Evaluation Of Firms Will Include Consideration Of The Teams Knowledge Of The Primary Geographic Area Of The Anticipated Projects, Primarily The Navfac Northwest Aor.criterion 7?commitment To Small Business (sf330, Part I, Section H): Firms Will Be Evaluated In Terms Of The Extent To Which They Have Identified And Committed To Small Business (sb), Small Disadvantaged Business (sdb), Women-owned Small Business (wosb), Historically Underutilized Business Zone Small Business (hubzone Sb), Veteran-owned Small Business (vosb), Service Disabled Veteran Owned Small Business (sdvosb), And If Applicable, Historically Black Colleges Or Universities And Minority Institutions (hbcu/mi) In Performance Of This Contract, Whether As A Joint Venture, Teaming Arrangement, Or Subcontractor. The Government Will Evaluate Proposals Based On: (a) Past Performance In Utilization Of Small Business Concerns, And (b) Participation Of Small Business Concerns For This Requirement. In Support Of (a), All Firms Shall Provide Historical Data On Utilization Of Sb, Sdb, Wosb, Hubzone Sb, Vosb, Sdvosb And Hbcu/mi. Large Businesses Shall Submit Three Final Or Most Recent Individual Subcontracting Reports (isrs) For Similar Contracts Of Relative Size Which Show Compliance With Utilizing The Various Types Of Small Business Firms Noted Above. If Isrs Are Not Final Or Most Recent They Will Not Be Considered. If Subcontracting Goals Were Not Met, Provide An Explanation. If Individual Subcontracting Reports Were Not Applicable To The Similar Contracts Noted, Large Businesses Shall Submit Other Documentation Which Shows Their Utilization Of The Various Types Of Small Business Firms For The Contracts. Small Businesses Shall Also Submit Documentation Which Shows Their Utilization Of The Various Types Of Small Business Firms For Similar Contracts Of Relative Size. In Support Of (b), Large Businesses Shall Submit A Draft Small Business Subcontracting Plan, In Which They Will Be Evaluated On The Extent To Which They Identify And Commit To The Published Small Businesssubcontracting Program. The Secretary Of The Navy Has Assigned The Naval Facilities Engineering Command Goals For Fy2024 In Terms Of Percentages Of Total Planned Subcontracting Dollars For Utilization Of Small Businesses. Demonstrate The Plan To Meet These Goals:program fy24 Subcontracting Targetssmall Business (sb) 40%hubzone Small Business (hubzone Sb) 3%small Disadvantaged Business (sdb) 5%service-disabled Veteran-owned Small Business (sdvosb) 5%woman Owned Small Business (wosb) 5%veteran-owned Small Business (vosb) 5%if A Large Business Firm Is Selected For Award, A Small Business Subcontracting Plan, In Accordance With Far 19.7 And Dfar 219.7, Will Be Required And Incorporated Into The Contract Award. A Draft Small Business Subcontracting Plan Is Not Required From Small Businesses; However, Small Businesses Shall Submit Similar Information On The Extent To Which They Identify And Commit To Subcontracting To Large Business (lb), Sb, Sdb, Wosb, Hubzone Sb, Vosb, Sdvosb, And Hbcu/mi If Applicable In The Performance Of This Contract.the Small Business Size Standard Classification Is Naics 541330, Engineering Services, Size Standard $22.5m.the Attached Small Business Subcontracting Plan Template (attachment (b)) Shall Be Used By Large Businesses To Complete The Draft Subcontracting Plan. Firms Shall Submit Their Draft Small Business Subcontracting Plans Utilizing This Template, And Only This Template.criterion 8 ? 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.sf330 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 75 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, 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, Cage And Tin Numbers 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. Firms Must Submit Proof That They Are Permitted By Law As Required By Far 36.601-4(b). If A Firm Is In A Jurisdiction That Requires Ae Firm Registration, The Firm Must Provide Proof Of Registration. If A Firm Is In A Jurisdiction That Does Not Require Ae Firm Registration, The Firm Must Provide Proof Eligibility To Practice (e.g., A Summary Explaining Eligibility Under The Laws Of That Jurisdiction. Failure To Submit The Required Proof Could Result In A Firms Elimination From Consideration.firms Who Are Offering As A Joint Venture Shall Include With Their Sf330 Submission A Copy Of The Joint Venture Agreement. Failure To Include The Joint Venture Agreement May Result In The Firms Elimination From Further Evaluation.interested Parties Must Be Registered In System Of Award Management (sam) At Time Of Offer Submission And Must Remain Valid Through Award. If Sam Registration Lapses During The Solicitation And Evaluation Period, The Offer Will No Longer Be Eligible For Award. For Instructions On Registering In Sam, The Sam Website At Https://www.sam.gov. *offer Submission Is Defined As The Selected Firms Submission Of Rates. If Sam Registration Is Not Complete By The Time The Government Requests Submission Rates, The Government May Proceed To The Next Slated Firm To Negotiate And Award A Contract.vets 4212 Federal Contract Reporting. The Selected Firm Must Be Current With Dol Vets 4212 Reporting Requirements If Current Awards Are $150,000 And Above. For Vets 4212 Requirements See Https://www.dol.gov/agencies/vets/programs/vets4212.the Selected Firm Must Be Determined To Be Responsible In Accordance With Far Part 9.104-1 And May Be Requested To Provide Additional Documentation In Support Of An Affirmative Determination Of Responsibility.architect-engineer Firms That Meet The Requirements Described In This Announcement Are Invited To Submit An Electronic Sf-330 To Naval Facilities Engineering Command Nw. This Is Not A Request For Proposal.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).hand-carried Or Mailed Sf-330s Will Not Be Accepted. Electronic Submissions Can Be No Larger Than 1.9 Gb Per File. Offerors 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 Enclosure 1. Emailed Submissions Will Not Be Accepted.submission Of Sf330s Will Be Via Solicitation Module Available Within Procurement Integrated Enterprise Environment (piee) At Https://wawf.eb.mil/piee-landing/. Instructions For Obtaining Access To And Using The Solicitation Module Will Be Provided In The A-e Synopsis.inquiries Concerning This Procurement Should Include Solicitation Number And Title And Be Forwarded Via Email: Grace Montero: grace.e.montero.civ@us.navy.mil With A Copy Tonancy Coffee: nancy.m.coffee.civ@us.navy.mil Submission Deadline Statements Of Qualifications Are Due No Later Than: 12:00 P.m. Pacific Standard Time (pst) On Monday, January 27, 2025.late Responses Will Be Handled In Accordance With Far 52.215-1 Instructions To Offerors-competitive Acquisition.this Is Not A Request For Proposal.
Closing Date31 Jan 2025
Tender AmountRefer Documents
Stadt Frankfurt Oder , Bereich Des Oberb Rgermeisters, Rechtsamt, Zentrale Vergabestelle Tender
Other Consultancy Services...+1Consultancy Services
Germany
Details: Creation of a concept for the provision of needs-based housing for people in need of care and their relatives in the city of Frankfurt (or) As part of the Care Pact and the Local Care Funding Program of the State of Brandenburg, a report on the provision of needs-based housing for people in need of care and their relatives in the city of Frankfurt (or) is to be prepared by June 30, 2025. The basis is a well-founded assessment of the current situation and future trends to be expected in the city of Frankfurt (or) with regard to the housing situation of people in need of care and senior citizens. It should be noted that extensive data is already available in the form of the population forecast, a senior citizen survey, care structure planning and the plan for senior citizens. Particular attention should be paid to - the housing wishes of senior citizens, - generational change, - the different developments in the districts and the city center, - information on age-appropriate housing stock and - the affordability of housing. Building on this, goals and strategies for age-appropriate housing provision in Frankfurt (Oder) are to be developed.
Closing Date16 Jan 2025
Tender AmountRefer Documents
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Housekeeping Services
United States
Details: Amendment 0003 (01/01/2025): Solicitation Q&asee Attachment "solicitation Q&a" For All Responses To Inquiries Submitted By The Due Date/time.end Of Amendment 0003.amendment 0002 (12/19/2024): Solicitation Extendedthe Solicitation Due Date And Time Is Hereby Extended To Friday, January 17, 2024 At 12:00pm Mst/mdt Due To Limited Availability For Site Visits During The End Of The Calendar Year.end Of Amendment 0002amendment 0001 (12/19/2024): Incumbent Informationthe Incumbent Contract Was Awarded To Superior Janitorial Group Llc For An Aggregate Of $70,620.00.end Of Amendment 0001combined Synopsis/solicitationnon-personal Janitorial Services For National Weather Service (nws), Weather Forecast Office (wfo) Located In Tallahassee, Fl(i) this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued.(ii) this Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0035.(iii) the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 (nov 2024).(iv) this Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561720. The Small Business Size Standard Is $22.0 Million. (v) this Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services:clin 0001 – Base Yearservices, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 1001 – Option Year 1services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 2001 – Option Year 2services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/29/2028.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 3001 – Option Year 3services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________clin 4001 – Option Year 4services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Janitorial Services At The National Weather Service (nws), Weather Forecast Office (wfo) In Tallahassee, Fl, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030.quantity: 12 Months unit Price (per Month): ___________ annual Total: ______________aggregate Total For All Years: ________________________(vi) description Of Requirements Is As Follows:see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4569, Revision No. 24, Dated 07/22/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinationsinvoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead.(vii) date(s) And Place(s) Of Delivery And Acceptance:period Of Performance Shall Be:base Year For A Twelve Month Period 03/01/2025 Through 02/28/2026.option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027.option Period 2 For A Twelve Month Period 03/01/2027 Through 02/29/2028. Option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. Option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. Place Of Performance Is 1017 Academic Way, Tallahassee, Fl 32306.(viii) Far Provision 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sept 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(ix) Far Provision 52.212-2, Evaluation-commercial Products And Commercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment.(x) Far Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advised To Include A Completed Copy Of The Provision With Its Offer.(xi) Far Clause At 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (xii) Far Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (nov 2024), Applies To This Acquisition And Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii) Any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply.(xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On Friday, January 3, 2025. All Quotes Must Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.(xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Stephanie.mas@noaa.gov.utilization Of Fedconnect® For Contract Administrationthe Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®.(end)1352.215-72 Inquiries (apr 2010)offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Stephanie.mas@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Friday, December 27, 2024. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract.(end Of Clause)52.237-1 Site Visit (apr 1984)offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award.(end Of Provision)a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Jennifer Nichols At 850-942-8833 Ext. 222 Or Jennifer.nichols@noaa.gov To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Stephanie.mas@noaa.gov.far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023)notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror.1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation. Quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Stephanie.mas@noaa.gov. 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability.4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered.1. technical Approach And Capability2. past Performance, Including Submission Of Completed Past Performance Questionnaires3. pricethe Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt.far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) Offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). The Evaluation Will Consider The Non-price Technical Solution (technical Approach And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factor, Price Becomes More Important And May Become The Determining Factor For Award. If, At Any Stage Of The Evaluation, All Vendors Are Determined To Have Submitted Equal, Or Virtually Equal, Non-price Technical Solutions, Price Could Become The Factor In Determining Which Vendor Will Receive The Award.the Government Intends To Evaluate The Quotes And Award A Purchase Order Based On The Offeror’s Initial Quote; Therefore, The Offeror’s Initial Quote Should Contain The Offeror’s Best Terms From A Non-price Technical Solution And Price Standpoint. The Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. Furthermore, The Government May Waive Informalities And Minor Irregularities Or Omissions In Quotes Received.the Government May Make Award To Other Than The Lowest-priced Offeror Or The Offeror With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following: 1. technical Approach And Capability. The Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. Provide A Detailed Description Of The Company’s Experience Performing Similar Services. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.)2. past Performance. Quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. The Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To Those References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To Stephanie.mas@noaa.gov By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation And To Contact References For Verification Or Additional Information.the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. Offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance.3. price. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution.the Government Intends To Award A Trade-off, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s).(c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award.(end Of Provision)
Closing Date17 Jan 2025
Tender AmountRefer Documents
4681-4690 of 4728 archived Tenders