1. The proposed contract is 100% set aside
for small business concerns.
2. A portion of the acquisition is set
aside for small business concerns.
3. The proposed contract is a
labor surplus area set-aside. (This note is deleted as of 7/21/99.)
4. The proposed contract is
100 percent set aside for small disadvantaged business concerns (SDB). Offers
from concerns other than SDBs will not be considered. (This note is deleted as
of 11/24/99.)
5. The proposed contract is
100% set aside for Historically Black Colleges and Universities (HBCUs) and
Minority Institutions (MIs). Offers from other than HBCUs and MIs will not be
considered.
6. The proposed contract is a
total small disadvantaged business set aside or is being considered as a total
small
disadvantaged business set aside. (This note is
deleted as of 11/24/99.)
7. The proposed contract is
100% set aside for Historically Black Colleges, Universities and Minority
Institutions or is partially set
aside for Historically Black Colleges, Universities
and Minority Institutions.
8. The solicitation document
contains information that has been designated as "Militarily Critical
Technical Data." Only businesses that have been certified by the
Department of Defense, United States/Canada Joint Certification Office, and
have a valid requirement may have a copy of the solicitation document. All
requests for copies of the solicitation document must include a certified copy
of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification,
contact:
Commander, Defense Logistics Information Service
(DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue
North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS
Unites States/Canada Joint Certification Lookup service is available via the
Internet at: http://www.dlis.dla.mil/ccal/.
9. Interested parties may
obtain copies of Military and Federal Specifications and Standards, Qualified
Product Lists, Military Handbooks, and other standardization documents from the
DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are
available in Adobe PDF format from the ASSIST database via the Internet at
http://assist.daps.mil.
Users may search for documents using the
ASSIST-Quick Search and, in most cases, download the documents directly via the
Internet using standard browser software.
Documents not available for downloading
from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard,
after establishing a DODSSP Customer Account by following the registration
procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-2179
(DSN: 442-2179).
Users not having access to the Internet
may contact the DODSSP Special Assistance Desk at (215) 697-2179 (DSN:
442-2179) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue,
Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists,
Purchase Descriptions, etc., are not stocked at the
DODSSP.
10-11. Reserved.
12. One or more of the items
under this acquisition may be subject to an Agreement on Government Procurement
approved and implemented in the United States by the Trade Agreements Act of
1979. All offers shall be in the English language and in U.S. dollars. All
interested suppliers may submit an offer.
13. The proposed contract is
restricted to domestic sources under the authority of FAR 6.302-3. Accordingly,
foreign sources, except Canadian sources, are not eligible for award.
14-21. Reserved
22. The proposed contract
action is for supplies or services for which the Government intends to solicit
and negotiate with only one source under the authority of FAR 6.302. Interested
persons may identify their interest and capability to respond to the
requirement or submit proposals. This notice of intent is not a request for
competitive proposals. However, all proposals received within forty-five days
(thirty days if award is issued under an existing basic ordering agreement)
after date of publication of this synopsis, will be considered by the
Government. A determination by the Government not to compete with this proposed
contract based upon responses to this notice is solely within the discretion of
the Government. Information received will normally be considered solely for the
purpose of determining whether to conduct a competitive procurement.
23. Award will be made only
if the offeror, the product/service or the manufacturer meets qualification
requirement at time of award, in accordance with FAR clause 52.209-1 or
52.209-2. The solicitation identifies the office where additional information
can be obtained concerning qualification requirements and is cited in each
individual solicitation.
24. Architect-Engineer firms
which meet the requirements described in this announcement are invited to
submit: (1) a Standard Form 254, Architect-Engineer and Related Services
Questionnaire, (2) a Standard Form 255, Architect-Engineer and
Related Services Questionnaire for Specific Project,
when requested, and (3) any requested supplemental data to the procurement
office shown. Firms having a current Standard Form 254 on file with the
procurement office shown are not required to register this form. Firms desiring
to register for consideration for future projects administered by the
procurement office (subject to specific requirements for individual projects)
are encouraged to submit annually, a statement of qualifications and
performance data, utilizing Standard Form 254, Architect-Engineer and Related
Services Questionnaire.
Firms responding to this announcement before the
closing date will be considered for selection, subject to any limitations
indicated with respect to size and geographic location of firm, specialized
technical expertise or other requirements listed.
Following an initial evaluation of the qualification
and performance data submitted, three or more firms that are considered to be
the most highly qualified to provide the type of services required, will be
chosen for negotiation. Selection of firms for negotiation shall be made through
an order of preference based on demonstrated competence and qualifications
necessary for the satisfactory performance of the type of professional services
required, that include: (1) professional capabilities; (2) specialized
experience and technical competence, as required; (3) capacity to accomplish
the work in the required time; (4) past performance on contracts with respect
to cost control, quality of work, and compliance with performance schedules;
(5) geographical location and knowledge of the locality of the project,
provided that application
of the criterion leaves an appropriate number of
qualified firms, given the nature and size of the project; (6) any other
special qualification required under this announcement by the contracting
activity. In addition to the above qualifications, special qualifications in
the Department of Defense include the volume of work previously awarded to the
firm by the Department of Defense, with the object of effecting an equitable distribution
of Department of Defense architect engineer contracts among qualified architect
engineer firms including small and small disadvantaged business firms, and
firms that have not had prior Department of Defense contracts.
25. Information submitted should
be pertinent and specific in the technical area under consideration, on each of
the following qualifications: (1) Experience: An outline of previous projects,
specific work previously performed or being performed and any in-house research
and development effort; (2) Personnel: Name, professional qualifications and
specific experience of scientist, engineers and technical personnel who may be
assigned as a principal investigator and/or project officer; (3) Facilities:
Availability and description of special facilities required to perform in the
technical areas under consideration. A statement regarding industry security
clearance. Any other specific and pertinent information as pertains to this
particular area of procurement that would enhance our consideration and
evaluation of the information submitted.
26. Based upon market
research, the Government is not using the policies contained in Part 12,
Acquisition of Commercial Items, in its solicitation for the described supplies
or services. However, interested persons may identify to the contracting
officer their interest and capability to satisfy the Government's requirement
with a commercial item within 15 days of this notice.
27. The proposed contract is
set-aside for HUBZone small business concerns. Offers from other than HUBZone
small business concerns will not be considered.
28. The proposed contract is
set-aside for Very Small Business Concerns (VSB). A VSB is a small business
concern whose headquarters is located within the geographic area served by a
district designated by SBA; and which, together with its affiliates, has no
more than 15 employees and has average annual receipts that do not exceed $1
million. Offers from other than very small business concerns will not be
considered.