Interested parties must submit a completed SF 330 package by email to the contracting officer and the contract specialist by 2:00 PM EST on May 12, 2025. The maximum file size for email submission is 10MB. If exceeding this limit, multiple emails or a DOD Safe request may be necessary. Inquiries and questions regarding this procurement must be submitted via email to both points of contact by 14 days after posting on SAM. gov. The contract is a small business set-aside with NAICS code **** and a small business size standard of $25,500,000. The contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including naval facilities acquisition supplement (NFAS) 5252. 209-9300. The selected A-E contractor shall have online access to web-based support programs capable of creating AutoCAD documents for government review, and email via the internet for routine exchange of correspondence. The selected A-E contractor shall submit and maintain an A-E accident prevention plan (APP) in accordance with U. S. Army Corps of
Engineers (USACE) EM **** for each project on this contract and activity hazard analysis (AHA) for each in-field action. Key personnel, including consultants, must be U. S. citizens. A-E firms must be registered and licensed in Rhode Island. Firms responding to the solicitation as a joint venture should include a copy of the joint venture agreement with their submission. The contract includes a five-year ordering period with a maximum value of $5,000,000. The guaranteed minimum for the contract ordering period will be $500. Firm-fixed price task orders will be negotiated at the task order level. The maximum dollar limit per task order will be $3,000,000. The contract price or the estimated cost and fee for production and delivery of designs, plans, drawings, and specifications shall not exceed 6 percent (6%) of the estimated cost of construction, excluding fees. Specific selection criteria include specialized experience, professional qualifications, technical competence, past performance, quality control, program management, capacity, firm location, and volume of work. Detailed submission requirements and criteria are outlined in the notice.