Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
DOCUMENT

C -- IDIQ ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC PACIFIC - Attachment

Notice Date
11/7/2016
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274217R0003
 
Response Due
12/7/2016
 
Archive Date
12/22/2016
 
Point of Contact
Annette Tijerina 808-471-0794
 
Small Business Set-Aside
N/A
 
Description
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. Architect-Engineer (A-E) services are required for Indefinite Delivery/Indefinite Quantity (IDIQ) Contract to include, but are not limited to, the preparation of Region/FEC Team 1391 Military Construction (MILCON) DD1391 project documentation, engineering studies to evaluate alternative courses of action leading to the development of MILCON documentation, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the MII cost estimating system, and other services such as design and engineering services for Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) projects, RFP documentation and plans and specifications for Design-Bid-Build projects at various locations in all areas under the cognizance of NAVFAC Pacific. The scope of work includes focus on general military construction such as military operations and administrative buildings but may also include other types of construction such as aviation and waterfront facilities, infrastructure improvements, firing ranges and living quarters. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: Criterion (1). Firm s Specialized Relevant Experience (within five (5) years). Firm s specialized recent relevant experience in the preparation of plans, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the MII cost estimating system, Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) and Design-Bid-Build (DBB) projects, MILCON engineering studies, and MILCON Region/FEC Team 1391 project documentation, in a tropical environment similar to Hawaii, Guam, Diego Garcia and Australia. More favorable consideration may be given for: (1)Submission of more variety of specialized recent experience; (2)Projects demonstrated experience in Hawaii, Guam, Diego Garcia, and Australia; (3) Specialized recent experience and technical competence of the prime A-E. SUBMISSION REQUIREMENTS: SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of ten (10) completed recent relevant projects along with description of correlated A-E support services rendered (Department of Defense SPECSINTACT program, cost estimates utilizing the MII cost estimating system, Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) and Design-Bid-Build (DBB) projects, MILCON engineering studies and MILCON Region/FEC Team 1391 project documentation ). Professional services of relevant projects submitted must have been completed within five (5) years. If more than 10 projects are submitted for evaluation, the Government will evaluate the first ten projects and disregard any other project information after the first ten projects. Section F, Block 24. Each project shall include (1) project title; (2) location; (3) year completed; (4) project owner; (5) point-of-contact name, e-mail address, and phone number; (6) contract number or project identification number; (7) contract performance period; (8) contract award amount; (9) estimated construction cost; and (10) description of project and relevance to this solicitation. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. The submission shall include a discussion of who executed the project as pertinent to demonstrating the firm s specialized experience. If a project was performed by a joint venture (JV), and all JV partners are not on the team proposed for this solicitation, the offeror should specifically address the work performed on the project submitted by the proposed JV partner(s). If the project description does not clearly delineate the work performed by the proposed JV partner(s), the project will be evaluated less favorably. Likewise, if the proposed JV partner(s) worked as a subcontractor on a project, the offeror should specifically address the work performed by the proposed JV partner(s) on the project submitted. If a project does not provide requested data, accessible point-of-contact, or valid phone number, that project may be evaluated less favorably. Note: If the A-E firm is a JV, information should be submitted for projects performed by the JV; however, if there are no relevant projects performed by the JV, submit projects performed by the individual partner entities of the JV. Failure to submit experience for all JV partners will be evaluated less favorably. A-E subconsultant s specialized experience on a Design-Bid-Build project will not be given the same level of consideration as the A-E prime contractor s or JV partner s. Specilaised experience of an A-E subcontractor to a construction contractor, serving as the Designer-of-Record on a Design-Build project, will be given the same level of consideration as an A-E firm s for a DBB project. Prime contractor-subcontractor/JVs/LLCs/LTDs with a demonstrated history of working together on prior projects will be considered more favorably than those without such history. Criterion 2: Key Personnel s Professional Qualifications, and Specialized Experience and Technical Competence. (a)Professional Qualifications: Professional qualifications of key personnel for design team. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Provide a list of key personnel that shall be limited to the following: Project Architect or Project Manager, Civil Project Engineer, Structural Project Engineer, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, Blast Engineer and Cost Estimator. SF330, Part 1, Section E. Submit professional qualifications for these key personnel, including active U.S. professional registration (include State and discipline), number of years of experience, role in this contract, firm name and location, and education. For Cost Estimator, indicate years of experience, role in this contract, firm name and location, and education. Professional qualifications of personnel of the design teams other than the key personnel (e.g., Architect, Structural Engineer, Civil Engineer, Mechanical Engineer, Electrical Engineer, Fire Protection Engineer, Environmental Engineer, Geotechnical Engineer, Topographic Surveyor, etc.) shall not be submitted, and if submitted, shall not be considered in the evaluation. Do not use other company titles such as Type I Engineer where the discipline and role are unidentifiable. (b)Specialized Experience and Technical Competence: Key personnel specialized experience and technical competence. SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the Project Manager or Project Architect and Cost Estimator. Relevant project information for other key personnel is not required and if submitted, will not be considered in the evaluation. For these other key personnel, complete Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Complete one Section E for the Project Manager or Project Architect and Cost Estimator, providing all requested information. Submit a maximum of five (5) projects demonstrating experience in the specified design and engineering services (e.g. Cost estimates utilizing the MII cost estimating system, Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) and Design-Bid-Build (DBB) projects, MILCON engineering studies, and MILCON Region/FEC Team 1391 project documentation). A project is defined as either a stand-alone contract or a single task order in an IDIQ contract having the features described above. If more than five (5) projects are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section E and disregard any other project information. Each project shall include project title and location, year completed, brief description, point-of-contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, contract award amount, estimated construction cost and the role and experience the Project Manager or Project Architect and Cost Estimator had in performing the project. Experience in a role other than Project Manager or Project Architect and Cost Estimator for project submittal will not qualify as specialized experience and technical competence. If a project description does not clearly define the work performed by the Project Manager or Project Architect and Cost Estimator (including the specialized design and engineering service) or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably or as not qualified. Criterion (3). Past performance on relevant projects with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. For each relevant project submitted for Selection Criterion (1), Firm s Specialized Relevant Experience, submit a DD2631, Performance Evaluation (Architect-Engineer) or Contractor Performance Assessment Report (CPAR) Architect-Engineer. If a DD2631 or CPAR is not available, provide a NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE(download from NECO, https://www.neco.navy.mil) and submit the Survey with the SF330. NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. It shall not be from the prime contractor on a design-build project nor shall it be from a prime contractor to a sub-contractor. NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE previously completed for other announcements/RFPs may also be submitted. The information provided in the SF330 may provide the major portion of the information used in the Government s evaluation for past performance. The Government however, is not restricted to the information provided by the Offeror and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS) and inquiries with previous customers/owners. PPIRS will be evaluated for the firm that will perform the work and search will be based upon the CAGE/DUNS number provided for the firm. If the A-E received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the A-E to provide an explanation of the rating and what the A-E has done or will do to preclude less than satisfactory ratings on future contracts. Letters of commendation or awards are not required, and if submitted, will not be considered in the evaluation. A sub-contractors or sub-consultants past performance will not be given the same level of consideration as either the prime contractor or the JV partner(s). Criterion (4). Capacity to perform the work in the required time and ability to accomplish multiple projects concurrently SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Describe the proposed team s ability to complete several large task orders concurrently requiring quick turnaround. Indicate the firm s current workload and the availability of the prime and sub-consultants for the specified performance period. Criterion (5). Knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System or equivalent Third Party Certification agency. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Provide a maximum of three (3) projects that have attained or been submitted for LEED certification. For projects not yet certified, identify the date the project was submitted. For all projects, identify the team s major contribution(s) (design elements, features, equipment, etc.) in attainment of the certification. If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. LEED certified projects will be considered more favorably than projects not yet certified. Discuss key LEED personnel experience and qualifications. Criterion (6). Internal design quality control program used to ensure technical accuracy of drawings, specifications, cost estimates and other required technical data. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Describe the design quality control organization structure; and list the responsible personnel. Discuss the methodology that will be used to eliminate errors, omissions, interferences, and inconsistencies between all design disciplines and consultants; inconsistencies between drawings, specifications, and cost estimates; and for the incorporation of the latest criteria, lessons learned and review comments. Briefly describe how the prime A-E will ensure quality consistently across the entire team and how quality of sub-contractor s work is assured. Address the team s QC processes for checking documents for errors, omissions and quality, and incorporating and tracking review comments. Describe how the cost estimator will ensure elimination of errors in quantity take-offs for cost estimates provided to the cost estimator by all design disciplines. Describe how the cost estimator will ensure consistency across disciplines and reasonableness in unit costs, contractor markups, as well as overall costs, provided to the cost estimator by all design disciplines. Describe how the cost estimator will ensure that the cost estimate is reflective of the market conditions at the project location at time of construction award and that the estimate is an unbiased and transparent estimate devoid of influence by others on the design team. Criterion (7). Small Business Utilization. Sub-criteria A: The extent to which the proposal demonstrates the Offeror s level of past performance in utilizing Small Business (SB) concerns, AbilityOne, Mentor-Protégé Agreements, and other socio-economic programs, as defined in FAR Parts 26.1 and 26.3, in subcontracting, and in meeting established Small Business subcontracting goals. Sub-criteria B: The following will be evaluated for all submissions: 1) The extent to which the proposal demonstrates maximum practicable participation of SBs in terms of the total value of the acquisition, including options. 2) The extent to which the proposal demonstrates a commitment to use SB concerns that are specifically identified in the proposal, including but not limited to use of mentor protégé programs. 3) The extent to which the proposal demonstrates SB participation in a variety of industries expected during the performance of work. 4) The realism of the proposal to meet the proposed goals. The following will be evaluated for Large Business firms: 1) The extent to which the proposal provides Small Business Subcontracting goals that meet or exceed the minimum NAVFAC Small Business Subcontracting Targets, and utilization of AbilityOne CRP organizations. Proposals that provide goals exceeding the NAVFAC Subcontracting Targets may be rated higher. The proposed goals and NAVFAC Subcontracting Targets are expressed as a percentage of total subcontracted values. The minimum NAVFAC Subcontracting Targets are as follows: FY2017 SB 65.00% SDB 15.00% WOSB 15.00% HUBZone 6.00% SDVOSB 5.00% 2) The extent to which the proposer s Small Business Subcontracting Plan establishes reasonable efforts demonstrating the subcontracting targets can be met during the performance of the contract. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Sub-criteria A, PAST PERFORMANCE IN UTILIZATION OF SMALL BUSINESS CONCERNS Failure to address ALL elements of the requirements stated below (1. through 4.) must include an explanation why that element is not addressed. 1) Provide performance evaluation ratings (i.e., SF1420, DD2626, or equivalent) obtained on the implementation of small business subcontracting plans for all of the projects referenced under Criterion 3, Past Performance. Recently completed project evaluations are desired, however, in the absence of recently completed project evaluations, interim ratings for projects that are 80% complete may be considered. If more than five evaluation ratings are provided, only the first five will be considered. In addition, the Government may consider past performance information on other projects as made available to the Government from other sources (such as the PPIRS, etc.) 2) Provide small business subcontracting history. Large businesses with Federal prime contracting experience shall provide final or current Subcontracting Report for Individual Contracts (SF294) or Individual Subcontracting Reports (ISRs) on prime (only) contracts submitted under Factor 3, Past Performance. If Factor 3 submitted contracts are not prime contracts, submit SF294s or ISRs for contracts of similar scope performed as the prime contractor. If goals were not met on any submitted contracts, an explanation for each unmet goal is required. Large Businesses with no documented SF294/ISR history shall submit a subcontracting history, Small Business Past Performance, which can be downloaded at https://www.neco.navy.mil. 3) Small Business proposers shall provide a subcontracting history, Small Business Past Performance, which can be downloaded at https://www.neco.navy.mil. 4) If utilizing past performance information of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the solicitation), the proposal shall clearly demonstrate that the affiliates/subsidiaries/parent/LLC/LTD member companies will have meaningful participation of all members in the management of the subcontracting program/plan by identifying the personnel or resources from the member companies that will be dedicated to managing the plan, and an organization chart which demonstrates the reporting chain within the membership. If the Prime is a Joint Venture, Partnership, LLC or other entity consisting of more than one entity, provide past performance information, elements 1) through 4), for each individual business entity(ies) that will be responsible for managing the subcontracting program/plan. Responses including information on any of the following additional elements may be considered more favorably: 1) Provide information on national-level, and industry-issued awards that offerors received for outstanding support to SB concerns within the past five (5) years. Include purpose, issuer, and date of award(s). National and industry-issued awards received beyond five (5) years will not be considered. 2) Provide information on previous, existing, planned or pending mentor-protégé agreements (MPA) under any Federal Government, or other, program held within the last five years. Information should include, at a minimum, the members, objectives, period of performance, and major accomplishments during the MPA. 3) Provide information on past use of Community Rehabilitation Program (CRP) organizations certified under the AbilityOne Program by SourceAmerica, or the National Industry for the Blind (NIB). Information should include the contract type, type of work performed, period of performance, and number of employed severely handicapped persons. Sub-criteria B, PARTICIPATION OF SMALL BUSINESS CONCERNS IN THIS PROJECT 1) Identify, in terms of dollar value and percentage of total proposed price (NTE $20,000,000), the extent of work you will perform as the prime contractor. If submitting as a Joint-Venture (JV) or LLC, please identify the percentage of work each member will be responsible for and indicate the size status of each member, e.g., LB, SB, SDB, WOSB, HUBZone SB, etc. 2) Address planned usage of small business concerns, including SDB, HUBZone, WOSB, VOSB, SDVOSB and HBCU/MI. Small Business Subcontracting Targets that meet or exceed the NAVFAC Small Business Subcontracting Targets, and a commitment to using SBs, including AbilityOne CRP organizations and mentor-protégé agreements for this project. Proposed goals exceeding the NAVFAC Subcontracting Targets may be rated higher. The proposed goals and NAVFAC Subcontracting Targets are expressed as a percentage of total subcontracted values. The NAVFAC Subcontracting Targets for this project are as follows: FY2017 SB 65.00% SDB 15.00% WOSB 15.00% HUBZone 6.00% SDVOSB 5.00% Expressed in total subcontracted value. NOTE: (1) Slated Large Business firms will be required to submit a subcontracting plan prior to the interview. Definitions: SB as used herein, is intended to include Small Business concerns, Small Disadvantaged Business concerns (SDB), Women-Owned Small Business concerns (WOSB), Historically Underutilized Business Zone Small Business concerns (HUBZone), Veteran-Owned Small Business concerns (VOSB), and Service-Disabled Veteran-Owned Small Business concerns (SDVOSB). All small business programs are self-certifying programs with the exception of HUBZone certifications, see HUBZone SB Certifications below. Small Business Program requirements and definitions may be found in the Federal Acquisition Regulations (FAR), Part 19. HUBZone SB Certifications: Offerors are reminded that HUBZone SB concerns must obtain formal certification from the Small Business Administration (SBA) if they expect to receive the evaluation benefits associated with the HUBZone SB programs either as a prime or subcontractor(s). For more information on the HUBZone SB certification requirements and available benefits, contact your local SBA representative. Certified HUBZone SB firms are listed on the U.S. Small Business Administration s Dynamic Small Business Search (DSBS) website at http://web.sba.gov/pro-net/search/dsp_dsbs.cfm. It is the responsibility of the prime contractor to periodically check the DSBS as certifications are subject to change. Criterion (8). Firms location in the general geographical area and knowledge of the locality (e.g., Australia, Hawaii, Guam, and Diego Garcia). SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Indicate location of office that will be performing the work including sub-consultants offices. Describe the team s knowledge of the geographical area (i.e., Australia, Hawaii, Guam, and Diego Garcia). Address ability of the firm to ensure timely response to requests for on-site support. Criterion (9). Volume of work previously awarded to the firm by the Department of Defense (DoD) within the last 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms and firms that have not had prior DoD contracts. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract/task order awarded. Firms with multiple offices shall indicate which office was awarded the contract/task order. This announcement is UNRESTRICTED and open to large and small business concerns. The North American Industry Classification System (NAICS) Code is 541330. The small business size standard is $15.0 million average annual receipts over the past three years. If a large business is selected for this contract, a subcontracting plan will be required (FAR 52.219-9). The resultant contract will be an Indefinite Delivery Indefinite quantity (IDIQ) contract. Work under this IDIQ contract will be issued by firm-fixed price task orders. The contract term will be a base year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $30,000,000. The Government guarantees a minimum of $10,000 for the entire contract term (including option years) and will be satisfied by the award of the intital Task Order. There will be no dollar limit per task order and no dollar limit per year. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. Contractors are not guaranteed work in excess of the minimum guarantee. Estimated construction cost of project is approximately less than $5,000 and $300,000,000. Estimated date of contract award is August 2017. Proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. All contractors are advised that registration in the System for Award Management (SAM) database is required prior to award of a contract. Failure to register in the SAM database may render your firm ineligible for award. For more information, check the SAM Website at http://sam.gov. Completion of electronic annual representations and certifications are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. In addition to the information provided in the SF330, provide the CAGE and DUNS number for each member of the proposed team. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. A detailed statement outlining the following in terms of percentages where appropriate - (1) The relationship of the team/partners/parties in terms of business ownership, capital contribution, profit distribution or loss sharing. (2) The management approach in terms of who will conduct, direct, supervise, and control. (3) The structure and decision-making responsibilities of the partners/parties in terms of who will control the manner and method of performance of work. (4) Identify (by name and title) the personnel having the authority to legally bind the partners/parties (including authority to execute the contract documents). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300 Organizational Conflicts of Interest. The selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and sub-consultants for this contract will be required to perform throughout the contract term. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, Architect Engineer Qualifications. SF330, Part II, shall be submitted for each firm identified in Part I, Section C. The printed format for shall be in an 8-1/2 x 11 paper format, bound in a 3-ring binder, typed with a minimum 10-point font size, and one-sided. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Submit an original and two (2) paper copies and one electronic copy of the SF330 is required. Responses are due to later than 2:00 p.m. Hawaii Standard Time (HST) on 7 December 2016. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command Pacific Code ACQ31:AT(N62742-17-R-0003) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific Code ACQ31:AT (N62742-17-R-0003) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296 Late responses will be handled in accordance with FAR 52.215-1. Electronic (e-mail, facsimile, etc.) submissions are not authorized. Notifications will be sent via email to the email address identified in Part I, Section B, Block 8. All questions should be submitted in writing and forwarded via e-mail to Ms. Annette Tijerina, annette.tijerina@navy.mil. Questions submitted within 10 days of the closing date may not be answered by the Government. All potential offerors are advised to check the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil, for modifications pertaining to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R0003/listing.html)
 
Document(s)
Attachment
 
File Name: N6274217R0003_N6274217R0003_SB_PP_Atts_A_B.pdf (https://www.neco.navy.mil/synopsis_file/N6274217R0003_N6274217R0003_SB_PP_Atts_A_B.pdf)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R0003_N6274217R0003_SB_PP_Atts_A_B.pdf

 
File Name: N6274217R0003_N6274217R0003_SB__Breakdown_Att_C.doc (https://www.neco.navy.mil/synopsis_file/N6274217R0003_N6274217R0003_SB__Breakdown_Att_C.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R0003_N6274217R0003_SB__Breakdown_Att_C.doc

 
File Name: N6274217R0003_N6274217R0003_PPQ_Attachment.doc (https://www.neco.navy.mil/synopsis_file/N6274217R0003_N6274217R0003_PPQ_Attachment.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R0003_N6274217R0003_PPQ_Attachment.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04321624-W 20161109/161107234035-a369f9b4842931997f81caf6e5500be8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.