|
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 Defense Standardization Program Automation Office (DSPAO), in
Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via
the Internet at http://quicksearch.dla.mil or
https://assist.dla.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 that are designated warehouse in ASSIST
can be ordered directly through your account, after establishing an ASSIST Account by following the registration
procedure. For more information and assistance you can contact the ASSIST Help Desk at (215)737-8000 (DSN: 444-8000).
|
|
|
|
|
|
Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc.,
are not stocked at the DSPAO. |
|
|
|
|
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. |
This acquisition is for architect-engineer (A-E)
services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the
Federal Acquisition Regulation. A-E firms meeting the requirements described in this announcement are
invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and
(2) any requested supplemental data to the procurement office shown. Firms registering for consideration
for future Federal A-E projects are encouraged to electronically submit SF 330 Part II, General Qualifications,
to https://orca.bpn.gov/login.aspx, and to update at least annually.
Firms with a SF 330 Part II on file in this central Federal database do not need to submit a Part II for this acquisition
unless directed by the announcement. 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 evaluation of the qualifications 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 in order
of preference based on the demonstrated competence and qualifications necessary for satisfactory performance
in accordance with the specific selection criteria listed in the announcement. |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
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.
|
|
|
|
|