The RFP Database
New business relationships start here

National Park Service National Capital Region Architect-Engineering IDIQ MATOC


District Of Columbia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

IDIQ for Multi-Disciplinary Architect-Engineering (A-E) Services for projects within the National Park Service, National Capital Regoin. AMENDMENT 2 - Posting Question and Answer Clarification.

This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.

THIS IS A REQUEST FOR STATEMENT OF QUALIFICATIONS

CONTRACT INFORMATION: The National Park Service (NPS), National Capital Region (NCR) requires AE Services to support design and construction projects for all parks and offices of the NCR that are facilitated by NCR, Denver Service Center, Harpers Ferry Center, and the Historic Preservation Training Center Contracting Officers. The NCR is comprised of park units and offices located within the states of Maryland, Virginia, West Virginia, and the District of Columbia. Professional registration in Maryland, Virginia, West Virginia, and the District of Columbia is required. Services are to be provided under a Multiple Award Task Order Contract (MATOC).

This procurement will be conducted in accordance with the AE Brooks Act (Public Law 92-582), also known as Qualifications Based Selection. The North American Industry Classification System (NAICS) code for this action is 541310, Architectural Services. This opportunity is available as a partial small business set aside with the expectation of awarding contracts to both small and large businesses.

The Government may elect to award a single task order contract or multiple task order contracts to one or more sources under this solicitation. The Government reserves the right to award contracts, based on the selection boardB?s final selection list, in order of preference, to the firms considered most highly qualified to perform the work. Each selected firm shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use factors such as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, customer service, and other factors (i.e. knowledge of local construction methodologies and practices, natural or cultural compliance, permitting, capability to utilize scheduling, modeling, programs and/or software, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders.

The total capacity of the award will be $20,000,000 for a term not to exceed five (5) years. The minimum guarantee for the life of the contract is $2,500. Work under this contract will be subject to satisfactory negotiation of individual firm fixed price task orders. The minimum task order amount is $2,500, and the maximum task order amount is $1,000,000. Rates will be negotiated for each 12-month period of the contract.

All interested AE firms are cautioned to review the restrictions of FAR Part 9.5 (Organizational and Consultant Conflicts of Interest), and all large AE firms are reminded that in accordance with the provisions of PL 95-507, they will be expected to place subcontracts with small and disadvantaged businesses to the maximum extent practicable consistent with the efficient performance of the contract. A large business awardee must comply with FAR 52.219-9, regarding the requirement for a subcontracting plan for that part of the work to be subcontracted, and will be required to submit a detailed subcontracting plan during contract negotiations.

PROJECT INFORMATION: The professional AE services that may be provided to support NCR projects under this contract are of an architectural or engineering nature meeting the definition of AE Services as defined in 40 U.S.C. 1101 and FAR 2.101, which are required to be performed or approved by a person licensed, registered, or certified to provide such services. Reference FAR Clause 52.236-25 Requirement for Registration of Designers (APR 1984).
Projects may include, but are not limited to the following: research, evaluation, inventory; recommendations for stabilization, preservation, and rehabilitation/restoration of historic structures; land use planning; site planning and analysis; site design; cultural landscapes; planning and design for interpreted structures, museums, visitor/interpretive centers, administrative facilities, maintenance facilities, utility infrastructure, multi and single family housing, comfort stations, campgrounds, roads, trails and parking, fountains and monuments, vehicular and pedestrian bridges, and marina facilities, dams, levees, aqueducts, canals, culverts and other drainage structures; Projects may involve natural resource studies and planning such as: wetland surveys, topo surveys, tree surveys, rare plant surveys and invertebrate/vertebrae management studies. Projects may include technical planning services to prepare Environmental Assessments, Environmental Impact Statements, and National Historic Preservation (NHPA) compliance documentation.
Professional disciplines include, but are not limited to:
A) Professionals registered as architects, engineers and landscape architects, and professionals meeting the Secretary of the Interior's Professional Qualification Standards for Cultural Resource Specialists in History, Archeology, Architecture, Landscape Architecture, and Historic Architecture. Within the field of engineering these may include Mechanical Engineering, Electrical Engineering, Civil Engineering, Fire Protection Engineering, Security and IT Engineering, Environmental Engineering, Coastal and Marine Engineering, Construction Engineering, Geotechnical Engineering and Structural Engineering.
B) Additional expertise which may be required for some projects include professionals registered (where registration is applicable), certified or accredited in Planning, NEPA Practitioner, Land Surveying, Industrial Hygiene, Scientific Specialties, Hydrologists, Cost Control/Cost Estimating/Life Cycle Costing, Certified Value Specialists, LEEDB) Accredited Personnel, Security, Lighting, Acoustics, Air Quality, Construction Management and Exhibitory/Media Design.
C) Additional services: AutoCAD drafting and 3D modeling, GIS, Microsoft Office applications, Adobe Acrobat and Adobe InDesign, Graphics, Document Editing, Technical Editing, etc., may be required in the performance of specific task order requirements. In addition removal of building finishes, destructive testing, foundation testing, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.) may be required to keep facilities operational.
For purpose of this contract, the services to be provided will primarily be:
1.    Pre-Design and Schematic Services includes but is not limited to:
https://www.nps.gov/dscw/dbbpredesign.htm and https://www.nps.gov/dscw/dbbschematic.htm
Pre-Design:
o    Contextual Analysis
o    Site and Architectural Programming and Scoping
o    Project Scheduling
o    Integrated Design
o    Review of Environmental Screening Form
o    Environmental Site Assessments (ESAs).
o    Hazardous Material Study and Testing
o    Condition Assessments
o    Surveying
o    Transportation Surveys and Traffic Modeling
o    Feasibility Study
o    Sustainability Analysis
o    Regulatory Analysis (jurisdictions, codes, permits)
o    Complete a fully developed schematic design preferred alternative
o    Class C Construction Cost Estimate
o    Scope and Cost Validation

Schematic Design:
o    Environmental Assessment or Environmental Impact Statement Activities
o    Design Concepts Assessment
o    Develop Design Alternatives
o    Value Based Decision Making
o    Develop Schematic Design Preferred Alternative
o    Sustainability Analysis
o    Regulatory Analysis (jurisdictions, codes, permits)
o    Class C Construction Cost Estimate
o    Development Advisory Board Support Documents

2.    Design Development and Construction Document Services includes but is not limited to:
https://www.nps.gov/dscw/dbbdesdevelop.htm and https://www.nps.gov/dscw/dbbcondocs.htm
Design Development:
o    Design Development Drawings
o    Site Design
o    Project Scheduling
o    Division 1 Specifications
o    Division 2 through 49 Outline Specifications
o    Constructability Analysis
o    Contract Price Schedule
o    Sustainability Analysis
o    Regulatory Analysis (jurisdictions, codes, permits)
o    Permitting
o    Class B Construction Cost Estimate
o    Value Based Decision Making

Construction Documents:
o    Construction Drawings
o    Division 1 Specifications
o    Division 2 through 49 Construction Specifications
o    Construction Submittal List
o    Operation & Maintenance (O&M) Requirements
o    Constructability Analysis
o    Permitting
o    Sustainability Analysis
o    Design Stage Value Analysis Report
o    Class A Construction Cost Estimate
o    Supplemental Design Reports
o    Construction Schedule

3.    Compliance Services:
Presentations to Commission of Fine Arts and/or National Capital Planning Commission; other governing bodies such as the Old Georgetown Board etc.
Section 106 of the NHPA Compliance Documentation
Archeological, Historic Structure and Cultural Landscape Reports and Assessments, National Register Nominations, Historic Resource Studies
NEPA Compliance: Environmental Impact Statements, Environmental Assessments
Other Environmental Compliance (i.e. essential fish habitat assessments, biological assessments, wilderness eligibility assessment, statement of findings for floodplains and wetlands, coastal zone management consistency determination, wild and scenic river act section 7 determinations)
Research and Data Acquisition
Environmental Site Assessments (ESAs) B? Phase I and Phase II
Inventory, Resource Surveys, Wetland / Waters Delineation/Functional Assessments, Field Work Plans, Feasibility Studies and Reports
Other Special Studies (i.e. Air quality, visual quality, night sky and sound quality or impact assessments etc.)
Hazardous Material Assessment including, but not limited to: identification, sampling, testing, reporting and designing abatement strategies for asbestos containing materials (ACM) and/or lead paint; mold remediation; radon detection

4.    Cost Estimating; including Energy Analysis, Life Cycle Costing and Total Cost of Ownership; Value Analysis; Value Engineering

5.    Permitting
The Architect-Engineer shall identify and assess all permits, licenses and insurance required for the conduct of projects through completion with the local authority having jurisdiction. If required conduct permitting as defined by the task order.

6.    A/E services during Construction - Construction Management
Submittal review
Construction observation and reporting
Review & respond to Request for Information (RFIB?s)
Cost estimates for change orders
Preparation of supplemental support documents
Troubleshooting of design issues

SELECTION CRITERIA: The source selection factors for this procurement are listed below in descending order of importance. Factors 1 through 6 are primary. Factor 7 is secondary and will only be used as a tie-breaker among technically equal firms. Primary factors will be assigned a rating from "outstanding" to "unsatisfactory", based on the risk to the Government that the Offeror will successfully perform that evaluated factor. Offerors must provide a response to all factors. An overall rating will also be applied to the proposal submission using the same rating scale. Proposals failing to respond or provide complete information for each factor as required by this solicitation will be determined non-compliant and non-responsive. After all ratings have been assigned, Offerors will be ranked as "Most Highly Qualified", "Highly Qualified", and "Not Qualified."

Factor 1. Professional Qualifications (SF330, Part I, Section E)
Part A - Resumes of Key Personnel (Section E, Blocks 12 - 18): Offerors must have, either in-house or through consultants or subcontractors, the disciplines listed below. Professional qualifications of individuals listed to perform under the contract, including individual licenses and experience in the work proposed; the prime contractor shall be required to have a licensed architect on permanent staff. Key sub-consultants shall be licensed professionals including: civil, environmental, electrical, fire protection, mechanical, and structural engineers, as well as planners, archeologists, industrial hygiene, historic and landscape architects. Resumes shall demonstrate qualifications of interdisciplinary team. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E. Each resume shall not exceed three pages in length. Licensure and certification numbers and expiration dates (as applicable) must be provided on the resume. In Block 13, the role listed must use the exact same discipline nomenclature as listed below. If an individual will serve in more than one role, then all disciplines shall be clearly indicated in Block 13 and the resume shall indicate all applicable roles. The content of Section E is not to be altered and all items within Section E shall be answered completely. Additionally, all Key Personnel must be shown on the organizational chart in Section D. The following disciplines are required:

(1) Project / Task Order Manager
(2) Architect - Registered Architect, provide licensure/certification number and date
(3) Civil Engineer - Professional Engineer, provide licensure/certification number and date
(4) Electrical Engineer - Professional Engineer, provide licensure/certification number and date
(5) Mechanical Engineer - Professional Engineer, provide licensure/certification number and date
(6) Structural Engineer - Professional Engineer, provide licensure/certification number and date
(7) Fire Protection Engineer - Professional Fire Protection Engineer, provide licensure/certification number and date; demonstrate two years design experience with sprinkler fire protection systems; demonstrate four years of design experience with current nationally recognized codes such as National Fire Protection Agency (NFPA), with special emphasis on NFPA 101 Life Safety. Provide documentation that the Fire Protection Engineer passed the NCEES exam for Fire Protection Engineering (limited to one page, this page will not count against the page count).
(8) Interior Designer - Registered Architect or Interior Designer with NCIDQ certification, provide licensure/certification number and date; demonstrate design experience with comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations
(9) IT Systems/Network/Communications Engineer - Registered Communications Distribution Design (RCDD), provide licensure/certification number and date for the RCDD certification
(10) Geotechnical Engineer - Professional Engineer or Geologist, provide licensure/certification number and date
(11) Environmental Engineer - Professional Engineer, provide licensure/certification number and date
(12) Surveyor - Professional Engineer or Land Surveyor, provide licensure/certification number and date
(13) Landscape Architect - provide a Professional Landscape Architect, provide licensure/certification number and date, as a Professional Landscape Architect
(14) Master Planner - Certified AICP or equivalent; provide licensure/certification number and date; demonstrate experience with area development plans, installation/base development plans, and overall master plans
(15) Cost Estimator - Certified AACE, ICEC, PCEA, or equivalent; provide licensure/certification number and date; Resumes are required for the firm's and/or consultant's cost engineering or estimating specialist(s) for each of the following disciplines: architectural, structural, civil, mechanical, and electrical; A single resume may demonstrate experience in one or more disciplines, however, competence and experience for each assigned discipline must be clearly demonstrated.

Part B - Relevant Projects (Section E, Block 19): All Key Personnel are required to have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to the types of projects listed in the Project Information section of this solicitation. Relevant projects are those that reflect experience performing the respective discipline. Relevant project information should be brief and highlight specific roles and tasks performed by the Key Personnel, Project Type, Scope, and Costs. No more than five projects should be listed for each resume, and each project listed must have been completed within five (5) years of publication of this solicitation announcement. (Note: The projects provided for this factor may also be used to address Factor 2.)
The evaluation of Factor 1 will take into consideration the education and current registration, licensure or certification(s), as applicable, of each person named for each discipline and that person's longevity with the firm named in Block 15. It will also take into consideration the person's relevant project experience provided in Block 19. Relevant project experience will demonstrate the following:
Specialized experience and technical competence of the prime contractor and any consultants in designing and preparing construction documents ensuring the project meets stormwater management requirements of Section 438 of EISA 2007, as well as local jurisdictions SWM & SEC permitting.
Specialized experience and technical competence of the prime contractor and any consultants in historic preservation and conservation projects with respect to factors such as quality of work, ability to develop creative and sensitive solutions to unique historic preservation problems. Specific past performance records on previous work performed requiring compliance with or preparation of: Section 106 of the National Historic Preservation Act (NHPA) (U.S.C. 4701) and National Environmental Policy Act of 1969 (NEPA) - NPS Director's Order- 12 (40 CFR 1500-1508).
Services for facilitating Choosing By Advantages (CBA), Value Analysis (VA), and Life Cycle Cost (LCC) processes are required. A/E shall identify facilitator(s) with Certified Value Specialist (CVS as certified by SAVE International) or approved equal, to conduct studies and consult with the prime with regard to decision making methods.
Services to facilitate planning and presenting to CFA and NCPC.
Specialized experience and technical competence in Sustainable Design Practices which involve the designing of facilities that optimize the use of renewable and non-renewable resources (forest, grasslands, water, solar energy, wind energy, etc.) and lessen the impact on the earth's managed resources. This includes to the maximum extent practicable, specifying the use of recycled content and recovered materials, and providing designs for construction that promote energy conservation, pollution prevention, and waste reduction.

This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 1 will be information submitted in Part I, Sections E and G.

Factor 2. Specialized Experience and Technical Competence (SF330, Part I, Section F)

For Factor 2, Offeror's are to demonstrate specialized experience and technical competence for the design of facilities and infrastructure for construction which meets the definition of A-E Services as defined in 40 U.S.C. 1101 and FAR 2.101. This factor considers specialized experience and technical competence to support planning, design and associated infrastructure for construction, specific to performing services similar to those described in the paragraph titled Project Information.

In Section F Offerors are to submit up to ten (10) projects that best illustrate the proposed team's qualifications for award of a contract. (Note: The projects provided for Factor 1 may also be used to address this factor, however, not by reference only.) For each project use only one page and note the contract or task order number, as applicable. The content of Section F is not to be altered and all items within Section F shall be answered completely.

All projects must have been completed within five (5) years of publication of this solicitation announcement (see Block 22).
At least six (6) of the projects presented must show that the Offeror (the firm submitting the SF330 as the prime contractor), whether as a prime contractor or subcontractor, performed the majority (>50%) of the work on the project. To demonstrate such performance, Offerors are to state the percentage of work they performed.
If a proposed subcontractor also worked on the project, state the percentage of work it performed.
If an Offeror submits more than six (6) projects, those projects must reflect performance of work by the Offeror, or one or more of its proposed subcontractors. For each such project state the percentage of work performed by the Offeror, and/or the percentage of work performed by each proposed subcontractor.
Clearly identify the Project Type and the Offeror's role on the project, for example, Full Design, Design Build RFP Developer, or Contractor's Designer of Record. In Block 24, "cost" is the total value of the project, not simply the value of the work performed by the Offeror and/or any proposed subcontractor. To demonstrate quality of past performance, for each project the Offeror must provide a Contractor Performance Assessment Report (CPAR). If a CPAR is not available, the Offeror must provide a completed Past Performance Questionnaire (PPQ). If a PPQ is provided and there is a CPAR, the CPAR rating will govern. Quality of past performance information for key projects may be placed in Part II. The Government reserves the right to review any official performance evaluation system of records to inform its source selection decision. When completing Section G, in Block 26, along with the name of key personnel, include the firm with whom the person is or was associated at the time the project was performed.

Those firms submitting as Joint Ventures (JV) must follow the same procedures as any other Offeror with the following exception. If the JV (the Offeror) cannot provide at least six (6) projects that demonstrate performance by the JV of 50% or more of a project, as either a prime contractor or subcontractor, the JV may provide projects performed by any partner of the offering JV that reflect performance of 50% or more of a project, as either a prime contractor or subcontractor.

Of the projects submitted as prescribed above, relevant projects are those that reflect the specialized experience and technical competence of the Offeror and/or proposed subcontractor(s), as prime contractors or subcontractors, performing services similar to those described above in the paragraph titled Project Information. This factor may be assessed Strengths or Weaknesses, as appropriate. The basis of evaluation for Factor 2 will be information submitted in Part I, Sections F and G.

Factor 3. Work Management (SF330, Part I, Section H)

In Part I, Section H, the Offeror must provide a proposed work management plan demonstrating its team's breadth of knowledge and experience with managing designs for projects described in the Project Information section. The narrative should describe the corporate approach, driving criteria or potential constraints, and examples of successful performance. The narrative should specifically discuss knowledge of, and experience with, work management planning to include quality management, subcontractor management, prior experience of the prime firm and any significant consultant, version control management, proactive internal and external communication protocols, and independent submittal review processes in the context of providing services under multiple task orders. This factor may be assessed Strengths or Weaknesses, as appropriate.

Factor 4. Past Performance (SF330, Part I, Section H)

Offerors shall demonstrate in narrative (or other format) a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. Past Performance history is not to be limited to information presented in Factor 2. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling.
Demonstrate specific past performance records of a minimum of five (5) years on previous architect/engineering work performed for federal, state and local government agencies, and private industry documenting the firm's quality of work, history of meeting performance schedules, ability to control both design staff and subcontractors, and ability to design within project proposed funding. Identify design team members, performance period(s), scope of projects, and start/end performance dates. References provided may be contacted as part of the evaluation process.
Demonstrate specific past performance records of a minimum of five (5) years on previous environmental engineering and NEPA consulting work performed for federal, state and local government agencies, and private industry documenting the firm's quality of work, history of meeting performance schedules, ability to control both design staff and subcontractors, and ability to design within project proposed funding. Identify design team members, performance period(s), scope of projects, and start/end performance dates. References provided may be contacted as part of the evaluation process. This factor may be assessed Strengths or Weaknesses, as appropriate.

Factor 5. Capacity to Accomplish the Work (SF330, Part I, Section H)

Offerors are to clearly demonstrate the capacity to accomplish at least three (3) task orders simultaneously that range in dollar values from $50,000 to $300,000. The proposed work may be of short duration or may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with sub-consultants. Demonstrate ability to successfully manage an interdisciplinary team and the capacity to respond to short timeframes and accomplish more than one project at a time within the desired schedules, while maintaining quality of work and control of costs. This factor may be assessed Strengths or Weaknesses, as appropriate.

Factor 6. Knowledge of Locality (SF330, Part I, Section H)

Offerors are to clearly demonstrate their knowledge of the locality of the National Capital Region. The narrative should describe any known geological features, climatic conditions, local construction methods, and/or other features that are unusual or unique to the metropolitan Washington, DC area. This factor may be assessed Strengths or Weaknesses, as appropriate.

Factor 7. SB and SDB Participation (SF330, Part I, Section H)

Offerors shall provide the extent of participation of small businesses, small disadvantaged businesses, historically black colleges and universities, and minority institutions. The participation is to be measured as a percentage of the total anticipated contract effort, regardless of whether the small businesses, small disadvantaged businesses, historically black colleges and universities, or minority institutions are the prime contractor, subcontractor, or joint venture partner. This factor is not to be confused with a formal subcontracting plan. This factor is a secondary criteria and will only be evaluated as a tie-breaker among technically equal firms.

INTERVIEWS: As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications will be conducted by the A-E Evaluation Board (Selection Board). Interviews will be held with those offerors deemed by the Board to be Most Highly Qualified for award. Interviews will be conducted in person or by telephone and will most likely occur within two (2) to three (3) weeks after the Selection Board convenes.

SUBMISSION REQUIREMENTS: Interested A-E firms or joint ventures (JVs) with the capabilities to perform this work are invited to submit one (1) complete PDF copy on Compact Disc (CD) or Digital Versatile Disc (DVD) of their SF330 (Architect-Engineer Qualifications) proposal to: NATIONAL PARK SERVICE, NATIONAL CAPITAL REGION CONTRACTING, Attn: Stacey Rickard, 1100 OHIO DRIVE, SW, WASHINGTON, DC, 20242. The current edition of the SF330 must be used, and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/portal/forms/download/116486. PDFs shall be compatible with Adobe Acrobat XI or an earlier version. Proposals submitted in a format other than as described above will not be accepted. All Offerors responding to this solicitation MUST identify in the SF330 and label the CD or DVD with their company name and solicitation number. All will be considered UNRESTRICTED for evaluation purposes. All Offerors, to include JVs, submitting proposals shall obtain a DUNS number. Include the DUNS number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in the System for Award Management (SAM). For instructions on registering with the SAM, go to https://www.sam.gov/portal/public/SAM/. JVs are to include a fully executed JV Agreement with their proposal at Part II. JVs submitting as 8(a) are to include a JV Agreement that has been reviewed by their respective SBA District. All fonts shall be at least 12 or larger in Arial (not Arial Narrow) to include text, tables and figures. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches folded neatly to 8-1/2 inches by 11 inches, each counting as one page respectively. Do not use multi-column formatting. The PDF copy on CD or DVD is to be organized as indicated below.

Part I of the SF330 shall not exceed 70 pages, front side only, including tabs, separators and blank sheets, and shall be organized as follows:
Tab A - SF330, Part I, Sections A, B, C and D.
Tab B - SF330, Part I, Section E.
Tab C - SF330, Part I, Section F.
Tab D - SF330, Part I, Section G.
Tab E - SF330, Part I, Sections H and I.

Part II of the SF330 shall not exceed 30 pages, front side only, including tabs, separators and blank sheets. A Part II is required for each branch office of the Offeror and any subcontractor that will perform a key role under the contract. Part II shall be organized as follows:
Tab F - SF330, Part II
Tab G - Joint Venture Agreement (as applicable) (This document does not count against the page limitation for Part II.)
Tab H - Specialized Experience and Technical Competence - Quality of Past Performance (This document does not count against the page limitation for Part II.)

NOTE: THIS IS NOT A REQUEST FOR PROPOSALS.

QUALIFICATIONS PACKAGES MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN 1400 (2:00 PM) EASTERN TIME ON MONDAY, SEPTEMBER 16, 2019. The NPS may not accept packages received after this time and date. To verify your submittal has been delivered, you may email Stacey Rickard at stacey_rickard@nps.gov.

Rickard, Stacey

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP