SPECIAL NOTICE
C -- A&E Borj Erroumi Tunisia
- Notice Date
- 5/3/2021 10:17:58 AM
- Notice Type
- Special Notice
- NAICS
- 541310
— Architectural Services
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Response Due
- 5/28/2021 9:00:00 AM
- Archive Date
- 06/12/2021
- Point of Contact
- Joonpil Hwang, David M. Scott
- E-Mail Address
-
Hwangj2@state.gov, ScottDM@state.gov
(Hwangj2@state.gov, ScottDM@state.gov)
- Description
- Title:� Architect-Engineer (A-E) Services for Designs for Borj Erroumi Prison Bizerte, Tunisia This request on the behalf of the United States Department of State (DOS), Bureau of International Narcotics and Law Enforcement (INL) is being set aside for A-E firms on an unrestricted basis. The NAICS code for this acquisition is 541310 with a small business size standard of $7.5M.� See attachments for detail scope and its supporting information.� Type of Contract �A standalone Firm-Fixed-Price contract is contemplated. Significant Evaluation Factors A-E firms responding to this announcement will be evaluated on the above requirements based on the criteria in descending order of importance: 1. Technical Expertise: Specialized experience in construction and construction monitoring, within the last five (5) years, and technical competence in building renovations as well as technical competence in the design and inspection of such facilities/structures. Proficiency of Quality Control engineers with analyzing and summarizing technical data, providing recommendations, reporting research results, demonstrating technical understanding, familiarity with engineering codes and standards, familiarity with engineering software (CAD, scheduling, designing and estimation), and familiarity with submittal and monitoring phases.� Sufficient experience on the Quality Control/Quality Management system.� Quality Control engineers must have Quality Control/ Quality management certificates from appreciated agency and must have sufficient experience with construction materials on site and lab tests. 2. Personnel Qualification and Retainage: Professional qualifications of the team members assigned to the project including relevant education, registration(s)/license(s), longevity with the firm, engineering qualifications, construction experience, and construction monitoring experience.� Ability to provide and retain qualified and suitable candidates that can successfully perform project requirements. 3.Project Management: Methods, reporting and client communication plan, corporate structure, facilities, systems, equipment, procedures, records management, and other components related to providing effective project execution.� Ability to comply with the performance schedule, required or proposed delivery, taking into consideration all existing governmental business commitments. 4. Past Performance: Past performance on government and/or private industry contracts, particularly in networking of data and IP voice communications through microwave links as well as technical competence in the design and inspection of such a system. Record of integrity and business ethics including satisfactory compliance with laws related to taxes, labor and employment, environment, antitrust, and consumer protection. 5. Language Skills: Demonstrated proficiency in written and oral communication in the English language. 6. Resources:� Adequate financial resources and capacity to perform the contract or ability to obtain the resources required (see FAR 9.104-3(a) Ability to Obtain Resources). General Information This is being procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. The SF 330 Part I must clearly indicate the office location where the work will be performed and the qualification of the individuals and the subcontractors proposed to work on the contract and their geographical location. The supplemental data accompanying the SF-330 must include a customer reference list with addresses and telephone numbers, and bidding records (low bid vs. estimate) for all projects listed as relevant experience. All SF-330 submissions along with supporting data shall be limited to not more than 50 pages, 8 � x 11 paper, 12 pitch. Pages in excess of this maximum limit shall be removed from the package and will not be evaluated by the selection board. Experience identified in Block 19 shall not be more than three (3) years old. Firms responding to this announcement before the closing date will be considered for selection, subject to any limitations indicated with respect to size and geographic location of firm, specialized technical expertise, or other requirements listed. Following an evaluation of the qualifications and performance data submitted, three or more firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. All submissions should be sent in an e-mail to Hwangj2@state.gov and ScottDM@state.gov no later than the response date and time referenced on this notice.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4910ea26005e46b99dd37bfd51b625e8/view)
- Place of Performance
- Address: TUN
- Country: TUN
- Country: TUN
- Record
- SN05989418-F 20210505/210503230112 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |