Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

C -- Geographic Information Systems and Professional Surveying and Mapping Services for various project types at DOD and Non-DOD activities

Notice Date
1/13/2021 9:19:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
NAVFAC SOUTHEAST JACKSONVILLE FL 32212-0030 USA
 
ZIP Code
32212-0030
 
Solicitation Number
N6945020R0128
 
Response Due
1/26/2021 11:00:00 AM
 
Archive Date
04/01/2021
 
Point of Contact
Susan Forchette
 
E-Mail Address
susan.j.forchette@navy.mil
(susan.j.forchette@navy.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment 02 to Synopsis N6945020R0128 Makes no changes to the Synopsis.� It ony adds an Attachment for RDIs and Responsess. Amendment 01 to Synopsis N6945020R0128 The purpose of Amendment 01 is:� To�incorporate revisions to the Synopsis.�Changes are underlined.� To attach RFIs and response. To attach the AMAG (Access Management System) form. To attach the SECNAV 5512/1 (Department of the Navy Local Population ID Card/Base Access Pass Registration). N6945020R0128 Indefinite Delivery Indefinite Quantity Contract for ARCHITECT-ENGINEER SERVICES FOR GEOGRAPHIC INFORMATION SYSTEMS AND PROFESSIONAL SURVEYING AND MAPPING WITHIN THE NAVFAC SOUTHEAST GEOGRAPHIC AREA OF RESPONSIBILITY 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 PROPOSAL (RFP) PACKAGE TO DOWNLOAD.ALL REQUESTS FOR INFORMATION (RFIS) MUST BE SUBMITTED IN WRITING IN ORDER TO BE ANSWERED. RFIS WILL BE ANSWERED VIA BETA.SAM.GOV. �NO PHONE CALLS WILL BE RESPONDED TO DURING OPEN PROCUREMENTS. RFI�s MUST BE SUBMITTED BY 12 JANUARY 2021 AT 2 PM EASTERN STANDARD TIME TO SUSAN.J.FORCHETTE@NAVY.MIL. This procurement will result in one (1) Indefinite-Delivery Indefinite-Quantity (IDIQ) contract for Architect-Engineer (A-E) services for Geographic Information Systems (GIS) and Professional Surveying and Mapping 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 Federal Acquisition Regulation (FAR) - FAR Subpart 36.6. The IDIQ contract will be for a period of five years. The total fee for the contract shall not exceed $45M. The guaranteed minimum for the contract term is $5000. 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. A-E firms are not guaranteed work in excess of the minimum guarantee. Estimated start date is September 2021.� 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. The contract 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. The sources sought number N6945020R0128 was issued by NAVFAC SE on 31 July 2020 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 as a Total Small Business Set-Aside. The NAVFAC SE small business office concurs with this decision. The type of A-E services expected to be performed under this contract will be primarily GIS which may include geospatial data collection and development, geospatial systems and applications development and implementation, and development of documentation and training material. The required A-E services may include, but are not limited to the following: data collection through remote sensing and high-resolution aerial imagery acquisition by both traditional (airplane and helicopter) and unmanned aerial system (UAS) methods, light detection and ranging (LiDAR) acquisition; data collection through ground-based methods such as Global Positioning Systems (GPS) survey; UAS certifications, modernization and recommendations; Navy policy and training material development to include, Data Collection Guide (DCG) chapter creation, updates, and maintenance BMS development; sustainment and enhancement of Navy geospatial enterprise systems and applications, including Navy Data Model (NDM) updates, maintenance, DISDI collaboration and model adjudication, tool creation and maintenance, annual migration, BMS development; aboveground and belowground utilities data collection (electric, water, wastewater, Petroleum, Oil, Lubricants (POL), thermal, natural gas, compressed air, etc.); collected at minimum Utility Quality Level B; Aboveground and belowground telecommunication and storm water data collection; collected at minimum Utility Quality Level B; authoring of technical reports, user guides, whitepapers, and similar documents pertaining to geospatial systems/data or the Navy IGI&S GeoReadiness Program.� Development and presentation of training material pertaining to geospatial systems/data or the Navy IGI&S GeoReadiness Program; data modeling, analysis, cartographic output, thematic mapping, migration, and conversion; including but not limited to the development and maintenance of Bash and Wildlife Aircraft Strike Hazard (BASH) data, Space Management data and e911/NG911 addressing data; inventory, digitize, and catalog facility documents; Geospatial systems and applications development and implementation; including application design and development, database administration, development and/or implementation of geographic information system applications for various systems and uses; and other GIS services as required. 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.� All subcontractors or teaming partners shall also be registered in SAM by location of the office provided in the SF 330. FIRMS WHO ARE OFFERING AS A JOINT VENTURE OR MENTOR PROT�G� SHOULD INCLUDE WITH THEIR SUBMISSION A COPY OF THE AGREEMENT.� FAILURE TO INCLUDE THE JOINT VENTURE OR MENTOR PROT�G� 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, however must meet requirements as stated in FAR 52.219-18 and must be approved by the Small Business Administration prior to award. 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 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 SF 330. The firm is required to complete ALL sections of Part I and Part II of the SF 330.� The Government will evaluate the completed SF 330. �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 Slate/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 SF 330 by Acquisition Division. �Each SF 330 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 different areas of architecture and engineering and Government and related acquisitions matters. �Other non-voting members may be included to provide advice on specific matters.� Members will be appointed from among highly qualified professional employees from NAVFAC SE. �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 SF 330: The Contract Specialist will screen all SF 330s 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 SF 330s to the SSBC for evaluation.� 5.� Slate Evaluation: Each member of the evaluation organization will independently evaluate each SF 330 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 SF 330 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, at a minimum, (1) where the SF 330 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 SF 330 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 Procuring Contracting Officer (PCO) and legal counsel for review and/or concurrence.� 9.� Discussions/ Interviews:� After PCO review of the consensus�results, up to five (5)�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 SF 330 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 (3) 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 PCO may release information identifying only the A-E firm selected as the most highly qualified with which negotiations will be conducted.� Because of the Selection of Architect-Engineer procedures, if a fair and reasonable price cannot be negotiated with the selected firm, the next most highly qualified firm may be contacted and requested to provide a fee proposal.� At that time the name of the firm may be released. 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 will be used to evaluate and award this contract. Criteria (1), (2) and (3) will be considered of equal and highest importance while Criteria (4), (5), (6) and (7) are listed in descending order of importance.. SF 330s will be evaluated to determine the most highly qualified firm based on criterion responses. Failure to provide requested data or to comply with the instructions in this Notice could result in a firm being considered less qualified or eliminated from consideration. Specific evaluation criteria include:� Specialzed Experience Professional Qualifications and Technical Competence Past Performance Program Management and Capacity Quality Control � Firm Location Volume of Work����������� Criterion 1:� Specialized Project Experience (SF 330, Part 1, Section F).� Firms will be evaluated on specific project experience on projects completed with the past five (5) years, including team members who performed this work. Firms must have very clear understanding of the interworking of the policies and procedures of the Navy IGI&S Management and Operations Functional Structure and the OSD DISDI IGG. Explain both firm and team experience in performing services related to the following categories of work described below: Geospatial data collection and development; geospatial systems and applications development and implementation, including application design and development, database administration, development and/or implementation of geographic information system applications for various systems and uses, including development of documentation and training material;��� Data collection through remote sensing and high-resolution aerial imagery acquisition by both traditional (airplane and helicopter) and unmanned aerial system (UAS) methods, light detection and ranging (LiDAR) acquisition; Data collection through ground-based methods such as Global Positioning Systems (GPS) survey; UAS training and providing recommendations for UAS certifications and modernization; Navy policy and training material development to include, Data Collection Guide (DCG) chapter creation, updates, and maintenance BMS development; Sustainment and enhancement of Navy geospatial enterprise systems and applications, including Navy Data Model (NDM) updates, maintenance, DISDI collaboration and model adjudication, tool creation and maintenance, annual migration, BMS development; Aboveground and belowground utilities data collection (electric, water, wastewater, Petroleum, Oil, Lubricants (POL), thermal, natural gas, compressed air, etc.); collected at minimum Utility Quality Level B; Aboveground and belowground telecommunication and storm water data collection; collected at minimum Utility Quality Level B; Authoring of technical reports, user guides, whitepapers, and similar documents pertaining to geospatial systems/data or the Navy IGI&S GeoReadiness Program.� Development and presentation of training material pertaining to geospatial systems/data or the Navy IGI&S GeoReadiness Program; �Data modeling, analysis, cartographic output, thematic mapping, migration, and conversion; including but not limited to the development and maintenance of Bash and Wildlife Aircraft Strike Hazard (BASH) data, Space Management data and e911/NG911 addressing data; and Inventorying, digitizing, and cataloging facility documents. SUBMISSION REQUIREMENTS: Include a description of a minimum of three (3) project examples and maximum of six (6) examples, completed within the past 5 years of the date this synopsis is posted�with a minimum cost of�$200,000�. A relevant project has similar size, scope and complexity, as described above. Do not provide project information for more than six (6) example projects. Indicate key personnel, key specialist participation and location for each project characterized. 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 shall 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 will be considered not relevant and 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 6 projects. Work not performed by both partners may be seen less favorably. 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 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 should be submitted in the SF 330, 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 (SF 330, Part 1, Sections E and G).� Firms will evaluated in terms of the competence and experience of the key personnel and technical team proposed to accomplish this work. �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 Central Program Managers, GIS Project Managers, Senior GIS Analysts, GIS Systems Architects, Application Developers, Photogrammetric Technicians, Quality Managers, and UAS pilots. �Experience with regulatory agencies and familiarity with applicable regulations, guidance, and DOD/Navy requirements relating specifically to the performance of the major categories of work described above will be evaluated. This includes:� � 1.� Exerience (with present and other firms) and roles of staff members specifically addressed in Selection Criterion 1; 2.� Experience with and knowledge of the Navy IGIS&S GeoReadiness Program. 3.� Experience and knowledge of the interworking of the policies and procedures of the Navy IGI&S Management and Operations Functional Structure and the OSD DISDI IGG. 4.� Professional registration,certification, and licensure of key personnel and engineering staff. which includes states within the geographical regions previously listed. It will not be necessary for prospective firms to hold registrations in all states in the NAVFAC Southeast AOR at the time of submission of the SF 330, but the ability and willingness to obtain registration where it may be needed will be considered in evaluating qualifications.� 6.� Frms must have Federal Aviation (FAA) Part 107 licensed UAS pilots. SUBMISSION REQUIREMENTS: SF 330, 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 with a minimum of 5 years of experience in their discipline; cite a minimum of two (2) recent (completed within the past 5 years with a minimum value of at least $200K) project- specific experience in work relevant to the services required under this contract; and indicate proposed role in this contract. Indicate whether key personnel hold a security clearance and if so, what level. Indicate participation of key personnel in example projects in the SF 330, Part 1, Section G. Criterion 3: Past Performance (SF 330, Part 1, 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 Contractor Performance Assessment Reporting System (CPARS) for Selection Criteria 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. NOTE: Past performance information for projects listed under Criterion 1 may be given greater weight. If there is a CPARS evaluation available and a PPQ is submitted for the same project, the CPAR evaluation will be considered. SUBMISSION REQUIREMENTS: SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS 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 IS AVAILABLE. IF A 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 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 will provide 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) as long as it is on the same 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 Government's point of contact, Naval Facilities Engineering Command Southeast, Code N69450, Attn: Susan Forchette via email at susan.j.forchette@navy.mil, prior to the response date. 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 may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Project Experience. Firms may also address any adverse past performance issues. Information shall not exceed four (4)�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: �Program Management and Capacity (SF 330, Part 1, Section H). �Firms will be evaluated according to their ability to perform work as required to meet schedules, capacity to accomplish multiple complex task orders simultaneously, and in multiple locations. This includes: Demonstrating the ability to sustain the loss of key personnel without adverse impact upon assigned tasks and project schedules; Indicating the firm�s present workload and projected workload with a plan and schedule to accomplish the work; and must include availability of key personnel. SUBMISSION REQUIREMENTS: 1.� 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 and consultants. Discuss the history of working relationships with team members, including joint venture partners where applicable. NOTE: The organization chart will not be counted as part of the page limit and the chart must be bound with the submittal to avoid separation in handling. The chart may be an oversize foldout. 2.� 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.� Criterion 5: Quality Control (SF 330, Part 1, 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 the 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.�The selected firm must demonstrate that an internal Quality Control Program is consistently utilized to ensure the technical accuracy and the inter-disciplinary coordination of work products.� The selected firm will also be required to demonstrate how �quality assurance� and �quality control� is complete on work products prepared by multiple offices (branch and/or sub-consultant.� Demonstration of this Criterion shall be accomplished by providing an Executive Summary, not to exceed one (1) page, of the Quality Control Program utilized by your firm.� 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 firm�s quality control program extends to management of consultants/subcontractors. Criterion 6: Firm Location (SF 330, Part 1, Section H). �Firms will be evaluated based on their location in relation to the geographic region in order to ensure timely response to unanticipated requests for on-site support. Additionally, State engineering registrations and regulatory experience within NAVFAC SE�s area of responsibility will be considered. Firms will also be evaluated on their knowledge of probable site conditions and regulatory requirements that would affect projects. 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 of the primary geographic areas to be covered by this contract, state engineering licenses, probable site conditions and regulatory requirements.Criterion 7: Volume of Work (SF 330, Part 1, Section H).� Fir...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/de8e1c29af3a4b3aa9fbe63bfa01c3a4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05891042-F 20210115/210113230103 (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  © 1994-2020, Loren Data Corp.