SOLICITATION NOTICE
C -- Architect - Engineer (A-E) Professional Services for a Structural Assessment of the Commissary in Garden City, NY (Mitchel Field).
- Notice Date
- 8/23/2024 7:22:59 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEFENSE COMMISSARY AGENCY LACKLAND AFB TX 78236 USA
- ZIP Code
- 78236
- Solicitation Number
- HQC00324R0008
- Response Due
- 9/3/2024 3:00:00 PM
- Archive Date
- 09/18/2024
- Point of Contact
- Benjamin L. Boswell, Phone: 2106715276, Oralia ""Lolly"" Hernandez, Phone: 2106715279
- E-Mail Address
-
benjamin.boswell@deca.mil, oralia.hernandez@deca.mil
(benjamin.boswell@deca.mil, oralia.hernandez@deca.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A REQUEST FOR QUALIFICATIONS. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Defense (DoD), Defense Commissary Agency (DeCA), Engineering Directorate (CCN) is seeking Architect - Engineer (A-E) professional services for a structural assessment of the commissary in Garden City, NY (Mitchel Field). This is being procured in accordance with the Selection of Architects and Engineers Statute, 40 U.S.C. 1102 and Public Law 92-582, (formerly known as the Brooks Architect-Engineer Act) as implemented in FAR Subpart 36.6. DESCRIPTION OF SERVICES: The general Statement of Work (SOW) for this contract will require a structural assessment for the Defense Commissary Agency. The majority of work will be performed at the commissary in Garden City, NY (Mitchel Field). SELECTION CRITERIA: All work performed shall be under the direct control and supervision of the prime contractor's principal owner, principal partner, or by a professional and experienced licensed architect/engineer employed by the prime contractor assigned as the responsible party. The evaluation will consider education, training, registration, relevant experience and longevity with the firm. To be considered relevant, all experience demonstrated in response to the Selection Criteria shall be within five (5) years of the date of this request and in the type required in this synopsis. Prospective A-E firms will be evaluated based on their demonstrated competence and qualifications for the type of professional services required. The Agency will evaluate each potential A-E firm in terms of this announcement. The selection criteria are listed below in their order of importance; item one (1) being most important. 1) PROFESSIONAL QUALIFICATIONS necessary for satisfactory performance of required services including subcontractors. Resumes (Block E of the SF330) must be provided for all disciplines including consultants. In the resumes, under Relevant Projects, use the same discipline nomenclature as used in this announcement: � Senior Architect � Senior Structural Engineer � Cost Estimator: cost engineering specialist (s) must be certified by a professional organization such as AACE, ICEE, and PCEA. The Firm's and/or consultant's cost engineering specialist or estimating specialist(s), must be specifically identified and his, hers or their competence indicated by the resume(s). 2) PAST PERFORMANCE on contracts with government agencies and private industry in terms of cost control, quality of work, compliance with performance schedules and customer satisfaction. The selection boards shall use performance evaluations data from the Contractor Performance Assessment Rating System (CPARS) with the Defense Commissary Agency accordance with FAR 42.1501 and may consider credible documentation included in the SF 330. If other data is obtained through other than CPARS and/or the submitted SF330, either favorable or unfavorable, during the entire selection process and prior to award it may be considered. 3) QUALITY MANAGEMENT as described in the firm's quality management plan, including program management, subcontract management, management of key personnel, quality assurance process and cost control coordination of the in-house work with prime firm and consultants. Include prior experience of the prime firm and any significant consultants in Block H of the SF330. 4) SMALL BUSINESS PARTICIPATION the extent of small business participation, such as Small Disadvantaged Businesses (SOB), Women-Owned Small Businesses (WOSB), HUB Zone Small Businesses, Veteran-Owned Small Businesses, and Service-Disabled Veteran-Owned Small Businesses in a proposed contract team will be given greater consideration. Large business firms that intend to be awarded a contract must convey their intent to meet the minimum small business goals on the SF 330, Section C., by identifying subcontracting opportunities with small businesses. CONTRACT INFORMATION: This contract will be totally set aside for small business concerns in accordance with FAR 19.502-2.� The period of performance will be 90 days after receipt of a Notice to Proceed (NTP).� SUBMISSION REQUIREMENTS: A-E firms wishing to be considered shall provide SF330, Rev. 7/2021 edition, Part I and Part II no later than 3 September 2024 by 5:00 p.m. A-E Firms shall submit their SF330s electronically to the oralia.hernandez@deca.mil and benjamin.boswell@deca.mil.� A-E Firms will provide a single page narrative discussion for each of the four (4) criteria stated above. All requirements of this notice must be met for a firm to be considered responsive. Submitting firms are to include the DUNS and CAGE numbers along with the name of the firm in Block 5 of the SF330, Part I, Section B. The A-E will be within the North American Industry Classification System (NAICS) code 541330 Architectural Services. The small business size standard for this NAICS Code is $25.5M. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM). Information regarding this registration may be obtained by accessing the web site www.sam.gov. Submit questions in writing to oralia.hernandez@deca.mil and benjamin.boswell@deca.mil no later than 28 August 2024. All information relating to this request, including pertinent changes/amendments and information prior to the date set for receipt of qualification submissions will be posted on http://www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b1b9f6a3d96843f7abf3f810dc57dab0/view)
- Place of Performance
- Address: Garden City, NY 11530, USA
- Zip Code: 11530
- Country: USA
- Zip Code: 11530
- Record
- SN07183660-F 20240825/240823230119 (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 |