Similar Projects
C1DA--VISN 21 Master Planning/Study A/E IDIQ
New Construction, Term Contract
Design
$50,000,000 to $100,000,000 est. value

RFP Engineering - Professional Construction Management Services for Heritage Bridge Improvements
Demolition, New Construction, Infrastructure
Bidding
$2,000,000 CJ est. value
Chula Vista, CA 91913

RFQ - As-Needed Enviromental Engineering Services
Term Contract
Bidding
National City, CA 91950

Engineering, Planning and Development
Post-Bid

Indefinite Delivery/Indefinite Quantity Contract for Architect-Engineer Services for Geotechnical Engineering Services at Various Government Installations Primarily In The NAVFAC-South
Term Contract
Post-Bid
$2,000 to $15,000,000 est. value

Yearly Service for Critical Water Samples
Term Contract
Results
San Diego, Twentynine Palms, CA 92134

San Diego County Water Authority POW-5 Turnout and Flow Control Facility Project - WT040
New Construction, Infrastructure
Results
$4,800,000 to $6,480,000 est. value
Poway, CA 92064

RFP Engineering - Eucalyptus Park Renovations
Infrastructure
Bidding
$5,200,000 CJ est. value
Chula Vista, CA 91910

RFQ - Comprehensive Long-Term Environmental Action navy (C.L.E.A.N.) V Indefinite Delivery/Indefinite Quantity contract for Architect-Engineer (A-E) services
Term Contract
Post-Bid
$240,000,000 CJ est. value
San Diego, CA 92132

FAA Airport Traffic Control Tower Design Competition
New Construction
Results

RFP Engineering - Patty Davis Park Design and Pre-Construction Services
Infrastructure
Bidding
$1,435,555 CJ est. value
Chula Vista, CA 91910

A and E On-Call Structures Design and Project Development and Structure Construction Support Services
Infrastructure
Post-Bid
$4,000,000 to $6,500,000 est. value

RFP For Engineering Services For Regional Brackish Water Program - Phase 1 Pilot
Term Contract
Results
San Diego, CA

RFQ - On-call Professional Civil Engineering Services
Term Contract
Bidding
Coronado, CA 92118

Dam Safety Engineering Services-North
Alteration
Post-Bid
$30,000,000 to $40,000,000 est. value

Reported 09/16/2022 12:00 AM
Project Title

RFQ - IDIQ Contract for a-e Services for Environmental Compliance Engineering Services at Various Navy and Marine Corps Installations Primarily in Ca and to a Lesser Extent

Physical Address View project details and contacts
City, State (County) San Diego, CA 92101   (San Diego County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Bidding, Accepting Qualifications,
Bids Due View project details and contacts
Estimated Value $100,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Date: 21 JUNE 2022 Subject: N62473-21-R-8929, INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR ARCHITECT AND ENGINEER SERVICES FOR ENVIRONMENTAL COMPLIANCE ENGINEERING SERVICES AT VARIOUS NAVY AND MARINE CORPS INSTALLATIONS PRIMARILY IN CA AND TO A LESSER EXTENT IN AZ, CO, NM, NV, UT, AND OTHER DOD INSTALLATIONS NATIONWIDE Description: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. NAICS Code: 541330 Engineering Services THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT. Market research was conducted by NAVFAC SOUTHWEST (SW) that included an assessment of relevant qualifications and capabilities of potentially qualified firms. Upon review of the market research analysis, the U.S. Small Business Administration (SBA) in San Diego, California determined that Small Business Set-Aside procurement is appropriate. The NAVFAC SW small business office concurs with the SBA determination. There is no solicitation to download. Professional Architect and Engineering (A-E) technical services are required on a firm fixed-price Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Environmental Compliance. The work will be performed at United States Navy and Marine Corps Installations primarily in California, and to a lesser extent in Arizona, Colorado, New Mexico, Nevada, Utah, and other Department of Defense (DoD) sites nationwide. A-E technical services are required to assist Navy and Marine Corps Installations with meeting their statutory environmental compliance requirements for applicable environmental laws and regulations. Individual task orders will define specific technical objectives and may include environmental engineering and scientific assistance to achieve compliance with various environmental statutes, including but not limited to Clean Air Act (CAA), Clean Water Act (CWA), Safe Drinking Water Act (SDWA), Resource Conservation And Recovery Act (RCRA), Toxic Substances Control Act (TSCA), Solid Waste Disposal Act (SWDA), and Emergency Planning and Community Right-toKnow Act (EPCRA). These efforts include, but are not limited to the following environmental compliance actions: reporting; sampling and analytical; permit management; audits; studies; designs; engineering and cost estimating services; investigations; evaluations; regulation review and applicability; pollution prevention; value engineering; pilot or treatability projects to demonstrate innovative technologies; operation, monitoring and optimization of environmental treatment or control systems; and the application of sustainability principles and practices. The maximum contract value shall not exceed $100,000,000. The minimum guarantee for the entire contract is $5,000 (including options) and will be satisfied by the award of the initial task order. The Contract term is for one (1) two-year base period with two (2) three-year option periods. The options may be exercised within the time frame specified in the contract at the sole discretion of the Government. The task order range for a single task order issued under the contract will be $10,000 to $3,000,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping performance periods. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The contractor is not guaranteed work in excess of the minimum guarantee. Estimated contract start date is March 2023. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS: Selection of Architects and Engineers (formerly Brooks Act PL 92-582) and Federal Acquisition Regulations (FAR) Part 36.6 selection procedures apply. This procurement is set-aside 100% for small business firms. The NAICS Code For this procurement is 541330 and the annual small business size standard is $16,500,000. Criteria 1 and 2 are considered the most important and of equal importance to each other; and the remaining criteria are listed in descending order of importance. The selection will be based on the following criteria: Criterion 1 - Specialized Experience and Technical Competence (Section F) Criterion 2 - Professional Qualifications (Section E) Criterion 3 - Past Performance (Section H) Criterion 4 - Safety (Section H) Criterion 5 - Location and Knowledge of the Locality (Section H) Criterion 6 - Capacity (Section H) Criterion 7 - Quality Control Program (Section H) Criterion 8 - Volume of Work Awarded (Section H) Standard Form 330 (SF330) will be evaluated to determine the most highly qualified firm based on the responses to the selection criteria as described below. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 (A-E Qualifications) must be completed by the office / branch / individual team member actually performing the work under this proposed contract. Projects not performed by the office / branch / individual team member will be excluded from evaluation consideration. SF330 SUBMITTAL REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF330 package. The SF330, Part I, is limited to forty (40) single-sided, 8.5" x 11" pages. A page refers to one printed side of a piece of paper (e.g., 20 pieces of paper printed on both sides equates to 40 total pages). The only exception is the Organization Chart that may be an 11" x 17" page, with 0.5" margins and one sided. Font pitch may be no less than 11 point. The SF330 shall include a completed Part II for each team member and branch office identified in Part I. There is no page limit for Part II. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit: 1. One electronic SF330 package (.pdf format) marked "Original" via Procurement Integrated Enterprise Environment (PIEE) Solicitation Module. Only the PIEE Solicitation Module at https://piee.eb.mil/ is authorized for the submission of electronic SF330 packages in response to this solicitation. Offerors must be registered as a Proposal Manager in the DoD PIEE Suite to submit the SF330 package. Electronic submissions should be no larger than 1.9 GB per file. Offerors shall ensure that the Government has received the electronic SF330 package prior to the date and time specified. Emailed submissions will not be accepted. Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened, or are otherwise missing the required content are the responsibility of the Offeror. The PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any SF330 package submission. LATE RESPONSES WILL NOT BE CONSIDERED. Firms shall fully complete Part I, Sections A through C of the SF330. In Section B, Block 5: Firms shall provide the Unique Entity Identifier (UEI) number, Commercial Activity/Government Entity (CAGE) Code, and Taxpayer Identification Numbers in addition to the name of the firm. SF330, Part I, Section D: In addition to the Instructions provided for the SF330, provide an organizational chart that identifies the overall relationship and lines of authority of the proposed team, including key sub-consultants and personnel. Non-key personnel may also be shown on the organizational chart. The organizational chart will not be counted as part of the page limit for Part I, but it must be affixed to the submittal to prevent separation in handling. Firms that elect to propose as a formal Joint Venture (JV) or Limited Liability Company (LLC) (as a separate legal entity) shall submit their legally binding formal JV or LLC agreement(s) with their proposal. All such agreements shall be signed by the parties and shall demonstrate the relations between firms and identify contractual relationships and authorities to bind them. The Offeror shall ensure that the Joint Venture or LLC meets the requirements of 13 CFR 121.103 to 121.106 and 125.6. Copies of JV/LLC agrements will not be counted towards the SF330 page limitation. Joint Venture Agreements shall be submitted in Section H, Additional Information of the SF330. Section I shall be signed and dated by the Offeror's Authorized Representative. CRITERION 1 - SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE Demonstrate specialized experience of the firm and/or proposed consultants, within the last five (5) years (May 2017 - May 2022), in performing multiple simultaneous projects involving field investigations and preparing studies/analysis/work plans for environmental compliance projects and other technical services, Health and Safety Plans (HASPs), Sampling and Analysis Plans or SAPs (a combination of the Field Sampling Plan (FSP) and Quality Assurance Project Plan (QAPP)) relating to environmental compliance management. Provide a maximum of ten (10) projects that demonstrate specialized experience with environmental compliance that include audits, studies, services, investigations, sampling and analytical, reports, evaluations, consultations, design, value engineering, pilot or treatability projects, relating to environmental compliance management, and with laws and regulations for air media, water media including drinking water, stormwater, wastewater and groundwater, hazardous materials, hazardous waste, solid waste, petroleum, oils, and lubricants (POL), pollution prevention (P2), obtaining environmental permits, performing environmental compliance activities, and interfacing with regulatory agencies (Federal / State / Local) primarily in California and to a lesser extent in Arizona, Colorado, Nevada, New Mexico, Utah, and other DOD installations nationwide. Experience in California may be weighted more heavily than experience in other states based on the complexity of the projects. In evaluating specialized experience, projects that demonstrate the application of sustainability principles and practices may be considered of higher importance than projects lacking such aspects. Sustainability principles and practices include those that further the Government's sustainability goals of Executive Order 13693, Planning for Federal Sustainability in the Next Decade. A project is defined as single task order or a single standalone contract. Multiple award and IDIQ quantity type contracts shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. Firms shall provide the contract number and task order number (as applicable) the description of work performed, award amount, final contract amount, date the project was complete and/or 80% substantially complete (as applicable), Government/client point of contact, and specific work performed that should be relevant to the work requirements of the proposed contract. Experience from proposed sub-consultants will not be considered. Submission Requirements (Section F of the SF330): Provide a maximum of ten (10) projects in Section F of the SF330 that best illustrate relevant specialized experience and application of sustainability principles and practices. Select projects that demonstrate the Offeror's capability to perform work similar to that required for this contract. For each project provided indicate the Offeror's specific role(s) in the project. CRITERION 2 - PROFESSIONAL QUALIFICATIONS Provide professional qualifications and capabilities of the staff to be assigned to this contract (grouped by firm, with personnel of the prime contractor or joint venture member firms first). Key Personnel are individuals who will have major contract responsibilities and/or provide unusual or unique expertise. Include recent experience in performing field investigations and preparing studies / analysis / work plans for environmental compliance projects and other technical support services relating to compliance with environmental laws and regulations for air media, water media (storm water, potable water, groundwater, and wastewater), hazardous materials, hazardous waste, solid waste, petroleum, oils, and lubricants (POL), aboveground/underground storage tanks (ASTs/USTs), pollution prevention (P2), obtaining environmental permits, performing environmental compliance activities, HASPs, and SAPs relating to environmental compliance management, and interfacing with regulatory agencies (federal / state / local) primarily in California, and to a lesser extent in Arizona, Colorado, Nevada, New Mexico, Utah, and other DOD installations nationwide. Experience in California maybe weighted more heavily than experience in other states based on the complexity of the projects. In evaluating professional qualifications, experience or professional credentials that demonstrate the application of sustainability principles and practices may be considered of higher importance than professional qualifications lacking such aspects. Sustainability principles and practices include those that further the Government's sustainability goals of Executive Order 13693, Planning for Federal Sustainability in the Next Decade. Identify professional qualifications of the following key personnel: Program Manager; Senior Technical Manager; Quality Control Manager; Certified Industrial Hygienist / Safety Program Manager; and Contract Administration Manager. Identify professional qualifications for the following non-key personnel: Task Order Manager; Senior Engineer; Engineer; Senior Project Scientist; and Scientist. If the prime contractor is a Joint Venture that does not have its own employees, key personnel must be an employee of the prime contractor. Minimum qualifications of key and non-key personnel are provided in Attachment A. The Program Manager or the Senior Technical Manager shall be a registered professional engineer. Submission Requirements (Section E of the SF330): Submit resumes for key and non-key personnel. Resumes should cite project specific experience and the individual's proposed role in this contract. Provide a brief but complete resume as instructed in Section E of the SF330 for each proposed key personnel who will participate significantly in the work required for this contract. Each resume shall include projects that best illustrate the individual's qualifications and experience relevant to the requirements of this contract. Provide resumes only for those key and non-key personnel who will actually perform work under the proposed contract. Complete Section G of the SF330 as instructed to indicate key personnel participation in the example projects from Section F. Key personnel identified under this criterion should also be shown with their roles on the Organizational Chart provided under Section D of the SF330. Resumes for non-key personnel should cite project specific experience and the individual's proposed role in the contract. Identify the state, discipline, and active registration numbers of professional engineers, geologists, and hydrologists. Identify personnel with specialty certifications, such as granted by the American Academy of Environmental Engineers and Scientists or similar credentialing bodies. CRITERION 3 - PAST PERFORMANCE The evaluation will consider the Offeror's past performance on relevant contracts with government and/or commercial projects in terms of cost control, quality of work, and compliance with performance schedules; with emphasis on example projects presented in Section F of the SF330. Points of Contact in the proposal may be contacted. Firms will be evaluated based on past performance assessments and other available information regarding past performance. Where there is no record of past performance, the Offeror will be evaluated neither favorably nor unfavorably. Superior performance ratings on relevant projects may be considered more favorably in the evaluation. Submission Requirements for (Section H of the SF330): Submit an A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or a Past Performance Questionnaire (PPQ) evaluation for each project listed under Criterion 1. If a completed ACASS / CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS / CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit to the client for each project (Attachment B). AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN AN ACASS / CPARS EVALUATION IS AVAILABLE. If an ACASS / CPARS evaluation is not available, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the A-E is unable to obtain a completed PPQ from a client for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ, Attachment B, including contract and client information for the respective projects. Offerors should follow-up with clients / references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Systems Command Southwest, Code ACQ4.CL, Attn: Christina Laudick, via email at christina.d.laudick.civ@us.navy.mil, prior to the response date. A-Es shall not incorporate by reference into their response ACASS / CPARS or PPQ evaluations 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. Submitted ACASS / CPARS and PPQ evaluations will not be counted as part of the page limitation and shall be attached to the SF330, behind the SF330 Part II document. For projects provided as experience in Section F, list and provide copies of any applicable performance awards received (not counted in the 40 page limitation for SF330 Part I). Clearly indicate to which Section F project the award relates to; otherwise the information may not be considered. CRITERION 4 - SAFETY The Offeror shall submit the following information: The Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate; and Total Case Rate (TCR) for the specified five (5) Calendar Years (CY), as well as a safety narrative, as described further below. For a partnership or joint venture, the Offeror shall submit separate DART rates and TCR for the specified five (5) CY for each contractor who is part of the partnership/joint venture; however, only one safety narrative is required. Any fatalities experienced within this 5-year timeframe must be explained in detail, to include root cause and corrective actions. NOTE: DART and TCR shall not be submitted for subcontractors 1. DART Rate: Submit five (5) previous complete calendar years' [CY2021, CY2020, CY2019, CY2018, and CY2017] worth of data (not an overall average). If the Offeror has no DART rate, for any year, affirmatively state so and explain why. An acceptable/detailed explanation is required for any calendar year (CY) for which an Offeror has a moderate or higher risk that includes any corrective actions taken for improvement. a. DART casesinclude injuries or illnessesresulting in death, days away from work, and/or restricted work or transfer to another job days beyond the day of injury/illness. b. Calculation of DART rate: Multiply the total number of DART cases by 200,000, and then divide by the number of employee labor hours worked. DART RATE = Number of DART Incidents x 200,000 _______________________________________________________________________________ Total Number of Employee Labor Hours Worked c. This chart correlates the DART rate to the level of risk: Risk DART Rate Very Low Risk Less Than 1.0 Low Risk From 1.0 to 1.99 Moderate Risk From 2.0 to 2.99 High Risk From 3.0 to 4.0 Extremely High Risk Greater than 4.0 2. TCR Rate: Submit five (5) previous complete calendar years' [CY2021, 2020, 2019, 2018, and 2017] worth of data (not an overall average). If the Offeror has no TCR rate, for any year, affirmatively state so and explain why. An acceptable/detailed explanation is required for any calendar year (CY) for which an Offeror has a moderate or higher risk that includes any corrective actions taken for improvement. a. TCR cases include injuries or illnesses resulting in death, days away from work, restricted work or transfer to another job days beyond the day of injury/illness, medical treatment beyond first aid, or loss of consciousness. b. Calculation of TCR rate: Multiply the total number of TCR incidents by 200,000, and then divide by the number of employee labor hours worked. TCR RATE = Number of TCR Incidents x 200,000 _____________________________ Total Number of Employee Labor Hours Worked c. This chart correlates the TCR to the level of risk: Risk TCR Very Low Risk Less Than 2.49 Low Risk From 2.5 to 3.49 Moderate Risk From 3.5 to 4.49 High Risk From 4.5 to 6.0 Extremely High Risk Greater than 6.0 3. Technical Approach to Safety: Submit a narrative that addresses the following: a. Describe the Offeror' s approach to implementing and executing a Safety Management System (SMS) including Management/Leadership involvement, Employee involvement, Hazard prevention, Hazard control, Worksite analysis, and Safety and health training, to include the standard(s) used to benchmark the SMS. b. Describe the evaluation process used to select potential subcontractors. c. Describe the processes of how the Offeror will oversee safety compliance and accountability for the adherence to the safety requirements of the contract, for the subcontractors at all levels throughout performance of the contract (to include the Offeror's own in-house workforce). d. The Technical Approach to Safety narrative shall be limited to two (2) single-sided pages or one (1) double-sided page. 4. The Government reserves the right to review other available sources (public/Government internal) of information. These may include but are not limited to OSHA data, NAVFAC's Contractor Incident Reporting System (CIRS), Contractor Performance Assessment Reporting System (CPARS), Electronic Contract Management System (eCMS), etc. CRITERION 5 - LOCATION KNOWLEDGE AND KNOWLEDGE OF LOCALITY The evaluation will consider the Offeror's location, demonstrated knowledge of the general geographical areas and working knowledge of the local regulatory environment in relation to Navy and Marine Corps installations in California, Arizona, Colorado, Nevada, New Mexico, and Utah. The preponderance of the work will be at Navy and Marine Corps installations in southern California. Prime A-E firms with a local office in southern California may be considered more favorably in the evaluation. Submission Requirements (Section H of the SF330): Submit a narrative demonstrating the Offeror's knowledge of project experience within the geographical locations for anticipated projects and working knowledge of the local regulatory environment in relation to Navy and Marine Corps installations in California, Arizona, Colorado, Nevada, New Mexico, and Utah. Provide any additional information regarding location and knowledge of the locality that has not already been provided in another section of the SF330. Include: 1) location of the Offeror's main office and any branch offices and sub-consultant offices that will be utilized for this contract; 2) description of team's knowledge of, and project experience within, the targeted geographic areas; and 3) description of team's availability and ability to ensure timely response to requests for onsite support. CRITERION 6 - CAPACITY The evaluation will consider the Offeror's capacity to accomplish the work in the required time. Offerors will be evaluated based on projected workload and staffing, and ability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. Offerors must demonstrate capacity to work on multiple simultaneous projects in dispersed locations. Submission Requirements (Section H of the SF330): Indicate the Offeror's present and projected workload (including project type, dollar amount, and complexity), staffing plan (including location of staff), and the availability of the proposed team for this contract performance period. Include information concerning the Offeror's ability to obtain security clearance(s) for its key personnel. Provide any additional information pertinent to the Offeror's capacity to meet the FAR 52.219-14 requirement that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. Capacity to accomplish multiple task orders simultaneously with overlapping delivery dates. CRITERION 7 - QUALITY CONTROL PROGRAM The evaluation will consider the Offeror's corporate quality control program, processes and procedures, and assigned authorities for the Quality Control (QC) program to ensure technical accuracy of the A-E work product and effective cross-coordination among firms. For Offerors who are joint ventures and/or teams with offices in a variety of locations, describe how the QC effort will be implemented across the various team offices. Describe from which office the QC program will be managed/coordinated and the plan/methods to ensure effective QC and communication between offices. Firm's that demonstrate a QC process that will minimize the government's quality assurance (QA) effort in reviewing the A-E's work product may be considered more favorably in the evaluation. Submittal of broad or generic quality control manual is not acceptable. Submission Requirement: Provide a description of the specific steps the project team will use for each of the tasks under this contract that relate to: (1) Management of workload, coordination between team members, and assignment of tasks to appropriate personnel across all disciplines. (2) Use of appropriate technical methodology, technical and regulatory accuracy, consistency between resource topics in a single document. (3) Also illustrate successes in ensuring quality and identify any commendations or evaluations received regarding QC. (4) In addition to technical document preparation, discuss how the project team proposes to provide quality service in terms of understanding government client objectives, following government-provided document formats and templates, providing timely responses to government requests, and reducing government time and effort required to manage the contract. (5) Of special interest are the quality control processes for checking documents in place that minimize the government's need to perform quality assurance reviews of the A-E's work product for errors, omissions, and quality across all disciplines. CRITERION 8 - VOLUME OF WORK Offerors will be evaluated in terms of volume of work previously awarded to the firm by the Department of Defense (DoD) within the past twelve (12) months with the objective of effecting an equitable distribution of contracts among qualified A-E firms as appropriate. Submission Requirements (Section H of the SF330): The information pertaining to Criterion 8 will be extracted from the Federal Procurement Data System (FPDS). There are no documentation and/or submission requirements for Offerors under this criterion. ADDITIONAL INFORMATION: All information must be included in the SF330 package. Cover letters, attachments (other than the Section D Organizational Chart) and excess numbers of pages will be excluded from the evaluation process. All contractors are advised that registration in the 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. SAM is a Federal Government owned and operated free website that consolidates the capabilities of CCR (Central Contractor Registration), ORCA (Online Representations and Certifications Application), and EPLS (Excluded Parties List System). SAM is the primary Government repository for current and prospective federal awardee information. Please complete your SAM registration for the same name and address identified as the submitting office on your SF330, with its associated CAGE Code and UEI number. Registration instructions and information can be accessed from the SAM home page at: https://www.sam.gov. In accordance with Selection of Architects and Engineers, 40 U.S.C. Chapter 11 (previously known as the Brooks Act) the A-E firm must be a registered/licensed architectural and/or engineering firm and shall submit proof of this with the submission of the SF330. Specifically, section 901(1) of Selection of Architects and Engineers, 40 U.S.C. Chapter 11 requires that a firm be a "legal entity permitted by law to practice the professions of architecture and engineering". The A-E firm must be permitted by law to practice the professions of architecture or engineering in California. Should the A-E firm be permitted by law to practice the professions of architecture and engineering in more states within the geographic region covered by the proposed contract, Offerors shall submit that information. In states where a firm is not required to be registered under state law, the name of the registered architect or engineer with their state registration number and business license is acceptable. Firms must submit proof with the SF330 that they have filed the Organizational Record Form for businesses whose principal office is in California or for principal offices in other states. Requests for Information (RFI): Offerors may submit questions for answers, and requests for clarification prior to July 7, 2022, by no later than 13:00 hours PST, to email christina.d.laudick.civ@us.navy.mil. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed SF330. SF330s are due by July 21, 2022 at 2:00 p.m. local time. Submittals received after this date and time will be processed in accordance with FAR 15.208. Electronic mail (email) proposals will not be accepted. Only SF330S submitted via the PIEE Solicitation Module at https://piee.eb.mil/pieelanding/ will be accepted. This is not a request for proposal. The submittal package is to be received in this office (NAVFAC Southwest, 750 Pacific Highway, Attn: Code ACQ4, Christina Laudick, San Diego, CA 92132, christina.d.laudick.civ@us.navy.mil) no later than the date and time specified above. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION REQUIRED TO SUBMIT AN SF330 IS CONTAINED IN THE SF330 INSTRUCTIONS AND THIS SYNOPSIS AND ATTACHMENTS. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLANHOLDER LIST WILL BE ISSUED. It is the Offeror's responsibility to check SAM.GOV at https://www.sam.gov for revisions to this announcement or other notices. Address inquiries to Christina Laudick, Contract Specialist at christina.d.laudick.civ@us.navy.mil. SELECTION/INTERVIEW REQUIREMENTS: Personal interviews may be scheduled in person or by using an online platform, such as, Microsoft Teams (MS Teams) with firms slated as most highly qualified. Firms slated for interviews may be asked to explain or expand on information contained in the SF330 submittal. Elaborate presentations are not desired. LIST OF ATTACHMENTS: Attachment A - Personnel Qualifications Attachment B - Past Performance Questionnaire Blank Form **END OF ANNOUNCEMENT** The method of contractor selection has not been determined at this time.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents