Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2022 SAM #7638
SOLICITATION NOTICE

C -- INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR HAZARDOUS MATERIAL AND WASTE MANAGEMENT ENVIRONMENTAL COMPLIANCE AND ENGINEERING SERVICES

Notice Date
10/27/2022 1:27:40 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945023R0126
 
Response Due
11/29/2022 11:00:00 AM
 
Archive Date
12/14/2022
 
Point of Contact
Brent Kupfer, Phone: 9045426664, Michael Schriefer, Phone: 9045426679
 
E-Mail Address
brent.h.kupfer.civ@us.navy.mil, michael.k.schriefer.civ@us.navy.mil
(brent.h.kupfer.civ@us.navy.mil, michael.k.schriefer.civ@us.navy.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
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. ALL RFIs MUST BE SUBMITTED IN WRITING IN ORDER TO BE ANSWERED. RFIs WILL BE ANSWERED VIA NECO AND FEDBIZOPS. NO PHONE CALLS WILL BE RESPONDED TO DURING OPEN PROCUREMENTS. RFIs MUST BE SUBMITTED BY 10 November 2022 AT 2 PM EDT TO BRENT.H.KUPFER.CIV@US.NAVY.MIL . This procurement will result in two Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for hazardous material and waste management environmental compliance support within the NAVFAC Southeast (NAVFAC SE) Geographic Area of Responsibility (AOR). 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 contracts will be for a base period of one year and four one-year option periods (if exercised). The total fee for each contract shall not exceed $10M. 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. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. AEs are not guaranteed work in excess of the minimum guarantee. The options may be exercised within the time frame specified in the resultant contract at the sole discretion of the Government subject to workload and/or satisfaction with the A-E performance under the subject contract. Estimated start date is 01 August 2023. NAVFAC SE has an AOR that includes the following: Alabama, Florida, Georgia, Louisiana, Mississippi, Texas, South Carolina, Tennessee, Guantanamo Bay Cuba, Andros Island Bahamas, and Puerto Rico. Installations include, but are not limited to, Naval Bases, Marine Bases, Air Force Bases, and Navy and Marine Corps Reserve Centers. Both contracts may also be used at other DOD or Non-DOD facilities within the entire NAVFAC AOR; including overseas locations. These actions will be decided on a case-by-case basis approved by the contracting officer. Firms may apply for one or both of the contracts; however, a firm will not be awarded both contracts. Firms shall indicate in BLOCK 1 of their SF 330 the contract based on the geographic locations listed below for which they wish to be considered. The first contract will primarily encompass the geographic area of Louisiana, Mississippi, Tennessee, and Texas. The second will primarily encompass the geographic area of Alabama, Florida, Georgia, South Carolina, and the Caribbean. The two contracts will serve as a backup to each other. In the event, that a firm's capacity or ability to handle the workload is exceeded or the firm's performance is unsatisfactory to the Government, the backup contract will be utilized. This proposed contract is being solicited as an 8(a) CERTIFIED SMALL BUSINESS SET-ASIDE PROCUREMENT. North American Industrial Classification System (NAICS) Code 541330 will be used with a Small Business size standard of $15,000,000. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The services will primarily include the following professional services: The required services for the proposed contract will include, but are not limited to, Architect� Engineer, environmental, technical, and engineering services at various locations under the cognizance of the Naval Facilities Engineering Systems Command Southeast. The services will primarily include, but are not limited to, the following professional services: Material and Waste Management - This contract will facilitate various forms of support for the following� environmental programs:� Resource Conservation and Recovery Act (RCRA); Hazardous Waste (HW); Solid Waste (SW); Emergency Planning and Community Right to Know Act (EPCRA); Pollution Prevention (P2); Polychlorinated Biphenyls (PCBs); Hazardous Material (HM); Small Arms Ranges; Operational Range Program; Used Oil; Environmental Management System (EMS), and miscellaneous environmental programs. Contractual assistance will include preparation of studies, permits, plans, designs, specifications, reports, cost estimates and performance of all associated engineering services. All services and documentation will conform to the following, as applicable: DOD, Navy, and Marine Corps instructions and policy; Federal, State, and Local regulations, guidelines, and policy; and the Overseas Environmental Baseline Guidance Document (OEBGD) and Final Governing Standards (FGSs). Environmental documentation may include, but is not limited to, the following: 1.�������� HW Management Plans and studies; 2.�������� HW Minimization Plans and studies; 3.�������� HW Contingency Plans; 4. ������� SW Landfill Operating and Closure Plans; 5.�������� RCRA Closure and Post-Closure Plans and Reports; 6.�������� RCRA Site Investigations and Evaluations; 7.�������� RCRA Notice of Registration Updates; 8.�������� RCRA and Other Environmental Training 9.�������� RCRA Part A and B Permit Applications, including all Subparts (e.g., Subpart X, etc.); 10.������ SW Permit Applications of all types; 11.������ SW Management Plans, Source Reduction Plans, and Resource Recovery Plans; 12.������ Recycle/Re-use Business Case Analyses; 13.������ HW, SW, & Petroleum Disposal Plans, investigations, and evaluations; 14.������ Regulated Medical Waste Disposal/Management Plans; 15.������ EPCRA Reports (e.g. Tier 2 EPCRA 312 reports, EPCRA 313 Form Rs, etc.) 16.������ P2 Plans; 17.������ Environmental Audits; 18.������ Hazardous Material Control & Management (HMC&M) Plans; 19.������ Sampling and Analysis Plans; 20.������ Quality Assurance/Quality Control (QA/QC) Plans following Uniform Federal Policy for ���Quality Assurance Project Plans (UFP-QAPP) standards; 21.������ Health and Safety Plans; 22.������ Technical Evaluation Reports; 23.������ Sample Analysis Evaluation Reports; 24.������ PCB Elimination Plans; 25.������ PCB Management Plans; 26.������ Navy project documentation (MCON DD Form 1391) and witness data sketches; 27.������ Engineering designs following NAVFAC Work Plans, and Plans & Specifications; 28.������ Cost estimates; 29.������ Transportation Security Plans; 30.������ Groundwater Monitoring Plans and Reports; 31.������ Waste Stream Inventories, Determinations and Profiles; 32. ����� Pharmaceutical Waste Management Plans; 33. ����� Waste Military Munitions (WMM) and Material Potentially Presenting an Explosive Hazard (MPPEH) Management Plans; 34.������ Standard Operating Procedures; 35.������ Project Work Plans; 36.������ Department of Transportation Hazardous Material Compliance documentation; 37.������ RCRA Risk Assessment Modeling; 38.������ Range Condition Assessments (RCA); 39.������ Comprehensive Range Evaluations (CRE); The services required may include, but are not limited to, the following:� evaluation of waste stream samples and preparation of waste profiles; interpretation of laboratory data; preparation of environmental compliance plans for HW, SW, and P2 programs; hazardous waste database and operating record support; EPCRA Toxic Release Inventory and Tier 2 inventory reporting; RCRA and other compliance training; site surveys; document reviews; preparation of studies providing specific strategies and recommendations; soil, water, sediment, and gaseous sampling, analysis, and monitoring (including all statistical evaluations thereof); monitoring well installations/testing; aerial and/or on-site photography; risk assessments and air modeling; designs for environmental closure actions and removal actions; Post Construction Award Services (PCAS); and range sustainment. The contract task orders will include options for attendance at meetings or negotiations with Federal and State regulatory agencies. Laboratory Services - The A-E shall have access to an accredited laboratory or be able to perform laboratory services to include sampling, monitoring, and analytical testing for constituents in soil, water, wastewater, rinsate water, groundwater, waste and other environmental compliance media as required by the individual task orders. Services may include 24-hour laboratory testing response time for specified constituents, and preparing an analytical report of the results (to include statistical evaluation of the data, as needed), including electronic data transfer upon request. The A-E shall comply with the Department of Defense/Department of Energy Consolidated Quality Systems Manual for Environmental Laboratories, 2017. The A-E shall ensure that all laboratories selected for use are accredited by the Department of Defense Environmental Laboratory Accreditation Program and possess any applicable state or host nation certification/accreditation for the type of analysis requested. Sustainability Services - The A-E shall provide technical consultation for sustainability services to support business procedures by continual review of long-term process improvements/efficiencies and waste minimization, while using a systematic approach that leverages resources to comply with currently applicable Executive Orders. Electronic Accessibility Services - The A-E shall have online access to e-mail via the Internet to facilitate routine communication and exchange of correspondence and other documentation. ��The A-E shall establish and maintain a site to facilitate interactive information sharing for uploading and downloading of electronic files. This site can be in the form of either File Transfer Protocol (FTP) or web HTML. Miscellaneous Services -The A-E shall provide miscellaneous services to support other requirements related to the aforementioned Navy/DOD programs and policies. Examples of such miscellaneous services include, but are not limited to, the following: GIS mapping; CADD drawing production; database implementation and/or management; website design and/or maintenance; pilot studies; audits; surveys; monitoring; inspections; production of reports; work plans; safety plans; implementation of initiatives; and assistance in planning and facilitating environmental workshops/training and events. Work may include minor incidental system modifications and calibrations at various facilities associated with individual task order work in order to assure compliance and/or allow for certification and/or testing. Many military areas of work anticipated under this contract will not allow the entry of aliens. The field crew of the A-E shall be composed of U.S. citizens who can qualify for access to these areas. The A-E shall also be able to provide personnel who have the capability to obtain Secret Clearance and facilities and equipment to manage classified documents. 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. System for Award Management:� Firms are required to be registered in the DoD System for Award Management (SAM) database, prior to the award of a contract. Failure to register in the SAM database may render a firm ineligible for award. For more information, check the SAM website:� http://www.sam.gov or refer to DoD FAR Supplement (DFARS), Part 204 Subpart 204.12. In addition, The Federal Acquisition Regulation (FAR) requires the use of the Representations and Certifications application in Federal solicitations as part of the proposal submission process. Refer to FAR 52.204-8 Annual Representations and Certifications (Apr 2016) and DFARS 252.204-7007, Alternate A. FAR Subpart 9.405(d)(1) require contracting officers to review the SAM exclusions after the receipt of all offers. FAR Subpart 9.405(d)(4) required contracting officers to review the SAM exclusions again, immediately prior to award, to ensure that no award is made to a listed firm.� FAR Subpart 9.405-1(b) also requires the contracting officers to check the SAM exclusions prior to awarding �new work� as defined in this provision. Failure to verify the firm(s) or its principals� status may render a firm ineligible for award. For more information, check the System for Award Management at www.sam.gov/. Firms are required to invoice and be paid via Wide Area Workflow (WAWF). Failure to register or agree to these terms may render a firm ineligible for award. For more information check the WAWF website: https://wawf.eb.mil/. In accordance with the FAR 36.601-4(b) the AE firm must be a registered/licensed architectural and/or engineering firm to be eligible for award. Provide proof that firm is permitted by law to practice the professions of architecture or engineering (e.g.., state registration number, or a brief explanation of the firm�s licensing in jurisdictions that do not register firms, etc.). Failure to submit the required proof could result in a firm�s elimination from consideration. FIRMS WHO ARE OFFERING AS A JOINT VENTURE SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE JOINT VENTURE AGREEMENT. FAILURE TO INCLUDE THE JOINT VENTURE AGREEMENT WILL RESULT IN THE FIRM�S ELIMINATION FROM FURTHER EVALUATION. JOINT VENTURE, TEAMING OR SUBCONTRACTOR UTILIZATION:� Firms formally organized as Joint Ventures that have associated specifically for performance of this contract, consortia of firms, or any other interested parties may submit proposals. Team Arrangements are considered an arrangement in which (1) two or more companies form a partnership or joint venture to act as a potential prime firm; or (2) a potential prime firm agrees with one or more other companies to have them act as its subcontractors under a specified Government contract or acquisition program. In accordance with FAR Subpart 9.6, the Government will recognize the integrity and validity of firm team arrangements; provided, the arrangements are identified and company relationships are fully disclosed in the offer. The firm shall identify the major or critical aspects of the requirement to be performed by those identified in the Firm Team Arrangement. The submission must contain a narrative that clearly explains the relevance to a particular factor of information concerning a company that is part of a Firm Team Arrangement. The Government will consider the adequacy of this explanation in deciding the relevance of the information to this procurement.� Notwithstanding the specific requirements of any other area of this synopsis, information submitted about any company other than the firm, whether a predecessor company, affiliated company, subsidiary (including wholly owned subsidiaries) that will not perform major or critical aspects of this requirement, or other associated business, WILL NOT be evaluated for any factor unless the proposal contains a detailed narrative explaining why this submitted information is relevant to this acquisition. The Government will consider the adequacy of this explanation in deciding the relevance and weight, if any, of the information to this procurement.� The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300, Organizational Conflicts of Interest. The prime firm for this contract will be required to perform throughout the contract term. Slate, Interview and Selection Procedures The firm shall demonstrate its capability to perform planning work as required under this contract using the Standard Form 330 (SF330). The firm is required to complete ALL sections of Part I and Part II of the SF330. The Government will evaluate the completed SF330. This section describes the tasks required for completion of a fair, comprehensive, and impartial slate-selection process. 1.�� Evaluations. The evaluation for this project will be conducted using a Selection/Selection (one board) procedure and will be held in Jacksonville, FL. The Slate-Selection Board Chairman (SSBC) will make arrangements for the evaluation upon completion of the screening of the SF330 by Acquisition Division. Each SF330 submitted will be evaluated individually and independently.� 2.�� Familiarization. All members of the architect-engineer evaluation board will be composed of members who, collectively, have experience in architecture, engineering, planning and Government and related acquisitions matters. Members will be appointed from among highly qualified professional employees from NAVFAC-SE or other agencies. The members are required to be familiar with the contents of the synopsis before evaluation begins. The Chairman will bring the evaluation team members and advisory staff together prior to the evaluation of proposals to discuss the synopsis, the rating methodology, and each member�s responsibilities. 3.�� Communication. All members of the evaluation organization are to communicate via e-mail and/or verbally whenever possible and prudent to the Government. All e-mail communication among the evaluation organization is to be protected as sensitive to source selection.� 4.�� Receipt and Preparation of SF330. The Contract Specialist will screen all SF330s to ensure that each is properly completed, executed and submitted in accordance with the synopsis requirements. After this initial screening, the Contract Specialist will forward the SF330s to the SSBC for evaluation.� 5.�� Slate Evaluation. Each member of the evaluation organization will independently evaluate each SF330 submitted to identify compliance with the synopsis, strengths and weaknesses, potential clarifications and possible deficiencies. The evaluation will be documented on Slating Rationale worksheets and conducted in accordance with the guidelines established in this synopsis. 6.�� Narrative assessments. The evaluators� narrative assessment of each SF330 is the cornerstone of the evaluation process. The narratives form the basis for the award decision. Narrative comments must be clear, detailed and self-explanatory. Narratives will be prepared in ink or computer generated. Evaluators must indicate, as a minimum, (1) where the SF330 meets or fails to meet minimum requirements; (2) strengths/advantages and the benefit to the Government should the firm receive award; (3) weaknesses/disadvantages/deficiencies and the impact each would have on the capability to perform. 7.�� The rating given under each of the evaluation criterion reflects the degree to which the proposed approach meets or does not meet the requirement through an assessment of the strengths, weaknesses, deficiencies, and risks of an offer. The methodology used to evaluate the SF330 and related risk will be based on a Met or Not Met determination for each evaluation criterion. An overall rating will not be given.� 8.�� Consensus. Upon completion of individual evaluations, the evaluation team and Chairman shall meet and establish a final rating for each firm on each evaluation factor. Ratings will not be averaged, but will represent the consensus opinion of the evaluators. The Chairman will record these consensus results and document the basis for each. The Chairman will present the consensus results to the PCO and legal counsel for review and/or concurrence.� 9.�� Discussions/ Interviews:� After Procuring Contracting Officer review of the consensus results, a minimum of three of the most highly qualified firms will be short listed and invited to participate face-to-face discussions/interviews. Interviews are conducted for the purpose of obtaining any additional information that will help the board in ranking the firms in order of preference and distinguish between the most highly qualified firms. It provides the board an opportunity to gain a better understanding of the firm�s qualifications, to clarify questions regarding the SF330 and to assess their understanding of the work. The firms are given an opportunity to provide their presentation followed by a question and answer period led by the SSBC. The questions may be provided to the firms for preparation; however additional questions may arise based on the information presented during the interview. Any information received during the interview process may be used as justification for the ranking of the firms based on the published selection criteria. During the interviews, the firms are invited to present their approach discuss the concepts and the relative utility of alternative methods of furnishing the required services.� 10.� Interviewed firms must be prepared to provide a listing of present business commitments with their required completion schedules; financial and credit references (include name and telephone numbers of officers at their financial institutions) and performance references other than NAVFAC Southeast (include three (3) or more with names and telephone numbers of the contract administrators). 11. Selection:� Following the interviews, the Evaluation Board shall reach a consensus on the order of preference of the short listed firms and provide the Selection Board Report recommending to the selection authority, in order of preference, at least three firms that are considered to be the most highly qualified. The Selection Board Report will include clear justification for the basis of selecting the most highly qualified firm and will be based solely on the evaluation criteria identified publicized synopsis. When only one board is used, the Slate/Selection report will include documentation supporting the decision to include and exclude firms from the slate. If two boards are used, an approved Pre-Selection/Slate Board Report must be included must be included as an enclosure to the Selection Report. Final selection decision shall be made by the agency head or a designated selection authority. 12. After Selection:� After the Selection Report has been approve, the Procuring Contracting Officer may release information identifying only the AE firm selected as the most highly qualified with which negotiations will be conducted. Because of the Selection of Architects and Engineers procedures, if a fair and reasonable price cannot be negotiated with the number one ranked firm, the next most highly qualified firm may be contacted and requested to provide a fee proposal.� At that time the name of the second firm may be released. SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF330 package. The SF330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed 60 single-sided 8.5 by 11 inch pages (the page limit does not include certificates, PPQs, or 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. The organizational chart may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Introductions shall be included in front of Section E and will not be part of the page count of the package. Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF330. Interested firms shall submit 1 original plus 3 paper hard copies of the SF330 and 1 CD to Naval Facilities Engineering Systems Command Southeast, Code N69450, Attn: CONENV (Brent Kupfer), Building 903 Yorktown Avenue, Jacksonville, Florida 32212-0030. �Responses are due no later than 2:00pm EDT, 29 November 2022. Late responses will be handled in accordance with FAR 52.215-1. The primary point of contact is Brent Kupfer, Contract Specialist, at brent.h.kupfer.civ@us.navy.mil. The alternate point of contact is Mike Schriefer, Contract Specialist, at michael.k.schriefer.civ@us.navy.mil. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. � It is the contractor�s responsibility to ensure delivery to the location specified. Commercial couriers such as FEDEX, DHL or UPS follow the installation procedures and they are required to have a background check if they do not have a DBIDS badge. Firms should check with their intended courier to ensure they have the proper identification credentials. Electronic (E-mail, facsimile, etc.) submissions are not authorized. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to brent.h.kupfer.civ@us.navy.mil. THIS IS NOT A REQUEST FOR PROPOSAL. SELECTION CRITERIA: �Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm�s evaluation or disqualify the firm from further consideration. The following seven (7) Selection Criteria (listed in descending order of importance) will be used to evaluate and award this contract. Specific selection criteria include: 1.�� Specialized Experience 2.�� Professional Qualifications and Technical Competence 3.�� Past Performance 4.�� Scheduling and Capacity 5.�� Quality Control Program Management 6.�� Firm Location 7.�� Volume of Work Criterion 1�Specialized Experience (SF330, Part I, Section F): Firms will be evaluated on specialized experience in performance of recent services similar to those anticipated under this contract through evaluation of experience in performing multiple, simultaneous projects that were completed within the past 5 years and list team members who performed this work. Explain both firm and team experience in performing multiple, simultaneous projects involving field investigations, surveys, evaluations and preparing studies, analyses, work plans, cost estimates, and specifications for environmental projects. Other requirements of work may be required for other support services in accordance with applicable, laws and regulations both domestic and overseas, including experience with the Final Governing Standards (FGS), host nation laws, Overseas Environmental Baseline Guidance Document (OEBGD) and DOD/Navy policy and guidance involving: Emergency Planning and Community Right-to-Know Act (including On-site Inventories, Threshold Calculations, Electronic Reporting, Form R Preparation, Toxic Release Inventory-Data Delivery System, etc); Hazardous Waste Compliance (including Part B RCRA Permit Applications, Management Plans, Contingency Plans, Audit Reports, etc.) Solid Waste (including Recycling Plans/Assessments, Permit applications, Landfill Operating and Closure Plans, Management Plans, etc.); Work Center Waste Stream Characterization (including Shop Level Sampling of Wastes from Industrial/Maintenance Operations and Accumulation Areas, Interpretation of Laboratory Data, Point of Generation Process Evaluations, Profiling, etc) Pollution Prevention (including Management Plans, State-Required Waste Minimization Plans, Opportunity Assessments, etc.). Submission requirements: Provide a minimum of 3 and maximum of 9 projects completed within the past 5 years immediately preceding the date of issuance of this notice, similar in scope and complexity and with a project size of $30K to $1M that best demonstrate specialized experience of the proposed team in the areas outlined above. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. The submission must include a variety of the types of projects listed above. 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. At least three (3) of the projects submitted must be in the principal geographic area of the contract AOR being proposed for (Mississippi/Louisiana/Texas/Tennessee or Alabama/Florida/Georgia/South Carolina/Caribbean). Offerors demonstrating experience performing work in accordance with DoD or Navy policy and guidance may be considered more favorably.� All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part 1, Section F, block 25, �Firm Name� Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture partner, not to exceed a total of nine (9) projects. �At least one project will be submitted from each JV partner. ��� Projects shall be submitted on the SF330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Do not submit multi-year Fence-to-Fence (F2F) environmental compliance contracts 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 should be submitted in the SF330, Part I, Section F of the SF330. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion 2 � Professional Qualifications and Technical Competence (SF330, Part I, Sections E & G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Program Manager, Project Manager, Senior Scientist, Senior Engineer, Mid-Level Engineer, and Health and Safety Professional. No other disciplines will be reviewed or considered for key personnel.� The Program Manager shall have over fifteen years of applicable experience and hold a Master�s Degree or higher. The Program Manager may supervise, and/or develop requi...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33180052c6f34e719f9934a30aab5b3d/view)
 
Place of Performance
Address: Jacksonville, FL 32212, USA
Zip Code: 32212
Country: USA
 
Record
SN06503921-F 20221029/221027230102 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.