|
|
|
|
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. |
|
|
|
|
|
|
|
|
|
|
|
|
|
29. |
The proposed contract is
set-aside for Service-Disabled Veteran-Owned small business concerns.
Offers from other than Service-Disabled Veteran-Owned small business
concerns will not be considered.
|
|
|
|
|
|
|