Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
DOCUMENT

C -- IDIQ CONTRACT FOR A-E SERVICES FOR THE PREPARATION OF NAVY AND MARINE CORPS NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) AND RELATED DOCUMENTS FOR NAVFAC PAC AT VARIOUS - Attachment

Notice Date
8/8/2017
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274217R1805
 
Response Due
9/12/2017
 
Archive Date
4/30/2018
 
Point of Contact
Norine Horikawa 808 471-1887 Tyler Moon, 808 471-4152
 
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 PROPOSAL (RFP) PACKAGE TO DOWNLOAD. This procurement will result in the award of one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (A-E) services for the preparation of Navy and Marine Corps National Environmental Policy Act (NEPA) and related documents for Naval Facilities Engineering Command (NAVFAC) Pacific (PAC), Hawaii (HI), and Marianas (MAR). The required services will be performed at various Navy and Marine Corps facilities within the NAVFAC PAC, HI, and MAR Areas of Responsibility (AOR). Services may be performed for other DoD or Federal agencies. Work will be performed predominantly in Hawaii and Guam but may include other locations including Japan, Diego Garcia, and areas outside of the Pacific region under the cognizance of other NAVFAC Commands or other Governmental agencies for which NAVFAC PAC is tasked to provide assistance. Many of the locations of work anticipated under this contract are on military property and entry of non-U.S. citizens is restricted and/or prohibited. The field crew of the A-E firm shall be composed of U.S. citizens or other individuals who can qualify for access to these areas. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year option periods (if exercised). The resultant contract will be a fixed price IDIQ type contract whose term shall not exceed $65,000,000 or 60 months, whichever occurs first (base year and four one-year option periods). The Government reserves the right to exercise an option within the period specified in the contract on a unilateral basis. The guaranteed minimum for the contract term (including option years) is $5,000. Work under the resultant contract will be negotiated and awarded as firm-fixed price task orders. There will be no dollar limit per task order and no dollar limit per year. Estimated contract award date is April 2018. This proposed contract is being solicited on an UNRESTRICTED basis. The applicable North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, with a small business size standard of $15,000,000. A market research sources sought synopsis was issued on July 15, 2016 and resulted in the issuance of an AE announcement for similar but less complex work related to the preparation of NEPA documents that was set aside for participation amongst small business firms. Utilizing the information obtained from this market research, a determination was made to issue this requirement for more complex NEPA related work on an unrestricted basis, inviting all qualified firms to submit SF330s. The NAVFAC Pacific Small Business Office and the Small Business Procurement Center Representative (PCR) concur with this determination. The Government seeks the most highly qualified A-E firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria stated herein. By submission of its qualifications, the selected firm agrees that all items proposed (e.g., key personnel, subconsultants, approach, etc.) will be utilized for the duration of the awarded contract and any substitutions will require prior Contracting Officer ™s approval. The general scope of work is provided as Attachment A. All firms 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: https://www.sam.gov. 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 prime firm for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in their SF-330 submittal. Elaborate presentations are not desired. It is anticipated that interviews for slated firms will be conducted at Building 62, Joint Base Pearl Harbor-Hickam, HI. SELECTION CRITERIA Firms responding to this synopsis will be evaluated to determine the most highly qualified firm to perform the required services in accordance with the selection criteria contained in this synopsis. Failure to comply with instructions or provide complete information may affect the firm ™s evaluation or may disqualify the firm from further consideration. Criteria are listed in descending order of importance. 1.Specialized Recent Relevant Experience and Technical Competence 2.Professional Qualifications of the Key Personnel 3.Past Performance on Recent Relevant Contracts 4.Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently 5.Quality Control Program 6.Firm ™s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project 7.Small Business Utilization 8.Volume of Work Awarded by DoD During the Previous 12 Months Projects submitted in the SF-330 shall be projects completed by the prime firm. This requirement also pertains to all Joint Venture (JV) partners/Limited Liability Company (LLC) members. Projects completed by a subconsultant that is proposed as a part of the prime firm ™s team may be included, however, a subconsultant ™s experience and past performance will not be given the same level of consideration as that of either a prime firm or a JV partner/LLC member because there is no direct legal relationship between the Government and a subconsultant. Projects not performed by the prime firm and any subconsultant may be excluded from further consideration. If the firm is a JV/LLC, information regarding the experience and past performance on recent, relevant projects shall be submitted to demonstrate the capabilities of the JV/LLC entity; however, if there is an insufficient amount of information or no information relevant to the JV/LLC, information pertaining to each JV/LLC member or partner shall be submitted. Submit a maximum of ten (10) projects, inclusive of all JV partners/LLC members. Firms that are submitting information as a JV or a LLC shall submit their JV Agreement, LLC Operating Agreement, or both as an attachment. Failure to do so will result in the rejection of the SF330 from further consideration. In addition, please ensure that the agreements address the following: a. 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, and 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 or parties, including authority to execute the contract documents. b. A list of partners or parties, to include the company name, DUNS and CAGE numbers, address, point of contact, email address, phone number, and facsimile number. If a project submitted to demonstrate experience and past performance was performed by a JV and not all JV team members or partners that performed the work remain on the JV team responding to this synopsis, the submission shall only address the work performed by team members or partners to the JV responding to this synopsis. For instance, if a past performance project was performed by a JV with partners A, B, C, and D and the JV is now composed of partners A, C, D, and E, the description of experience and past performance on the project shall focus on the work performed by partners A, C, and D only. If the JV firm or one of its team members/partners worked as a subconsultant on a project submitted to establish experience and past performance, the description shall clearly describe the roles and responsibilities and work actually performed by the JV firm, team member, or partner, rather than the work performed by the prime contractor or other subconsultant on the project as a whole. The submission shall also state the percentage of the total project value performed under the subconsultant. If the project description does not clearly delineate the work performed and the percentage of the total contract performed by the JV or its team members/partners responding to this solicitation, the project may be eliminated from consideration due to the inability to accurately assess relevance and experience. If a prime firm, JV partner, or LLC member submits prior experience and past performance obtained as a subconsultant, that project will not be given the same level of consideration as a project that was performed/completed as either a prime contractor or a joint venture partner/LLC member. If a firm is utilizing or relying on experience or past performance information from affiliates, subsidiaries, parent companies, LLC, or LTD member companies (where the name of the entity is not exactly as stated on the SF330), the SF330 shall clearly demonstrate that the affiliate, subsidiary, parent firm, LLC, or LTD member companies will have meaningful involvement in the performance of the contract in order for the experience, past performance, or key personnel information of the affiliate, subsidiary, parent firm, LLC, or LTD member companies to be considered. The proposal shall state the specific resources (e.g., workforce, management, facilities, or other resources) that the affiliate, subsidiary, parent, LLC, or LTD member companies will commit toward the performance of the contract. If meaningful involvement is not demonstrated in the SF330 the affiliate, subsidiary, or parent company ™s experience, past performance, or key personnel information will not be considered. Criterion 1 - Specialized Recent Relevant Experience and Technical Competence Basis of Evaluation: The SF330 shall demonstrate specialized experience on recent and relevant projects for the prime firm in performing multiple projects involving the development of National Environmental Policy Act (NEPA) documents. Proposed subconsultant ™s projects may be submitted for consideration, however, a subconsultant ™s experience will not be given the same level of consideration as that of either a prime firm or a joint venture partner/LLC member because there is no direct legal relationship between the Government and a subconsultant. DEFINITION OF A RECENT RELEVANT PROJECT: In order to be considered recent relevant, a firm must demonstrate their experience in all of the features listed below. All features need not be in one project, however, one project may have a combination of features, e.g., NEPA EIS for a project located in Hawaii for a building construction for military training with proposed energy action for the Department of Navy. A recent project is further defined as having been completed or substantially completed (at least 85%) within five years of the issuance of this synopsis. FEATURES: Relevant projects shall demonstrate a firm ™s capability to perform planning/environmental planning for a proposed action, rather than construction or implementation of an action. Of the ten (10) projects, eight must be NEPA documents. Of the eight (8) NEPA documents, five (5) must have been EISs and three (3) must have been EAs. Preparation of CATEXs will not be considered. Of the eight (8) NEPA documents, at least four (4) must have been performed in Hawaii and at least two (2) must have been performed in Guam or the Commonwealth of the Northern Mariana Islands. At least one (1) project must have been for a utility system improvement or transportation system. Utility system improvements outside of a military installation, or a transportation system proposed action outside of a military installation may be more highly considered. At least one (1) project must have been for an energy generation proposed action, such as installation of photovoltaic systems or upgrade of an existing power plant. At least one (1) project must have been for the in-water construction of a wharf or bridge or for a dredging action. At least one (1) project must have been for military readiness activities, which could include field training of personnel, testing of weapons systems and equipment, or training range construction to support training and testing. Classroom training will not be considered. Of the ten (10) projects, at least five (5) must have been performed for a Department of Defense action proponent. Of the ten (10) projects, at least two (2) must have included preparation of planning documents that include, but are not limited to, Installation Development Plans (IDP), Area Development Plans, Special Planning Studies, AICUZ Studies, RAICUZ Studies, or BRAC Studies. Project experience will be compared against the needs of the services and requirements of this synopsis. More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence: * Depth and breadth of the resources impacted * Level of self-performance by the Prime firm * Knowledge of the Navy/Marine Corps organization and culture SUBMISSION REQUIREMENT: SF330, Part 1, Section F. Submit information on a maximum of ten (10) recent relevant projects. The SF330 shall list the percentage of work performed by the prime firm for each project. For submittal purposes, a project must be a stand-alone contract, or a single Contract Task/Delivery Order under an Indefinite-Delivery/Indefinite-Quantity (IDIQ) type contract. The SF330 shall submit no more than one (1) double-sided or two single-sided page per project. If more than one (1) double-sided page or two single-sided pages are submitted, the Government will not consider the information on the additional pages. If more than ten (10) projects are submitted, only the first ten (10) projects will be considered. Criterion 2 - Professional Qualifications of the Key Personnel Basis of Evaluation: The SF330s will be evaluated on the key personnel ™s professional qualifications, competence, and experience on at least three of the various types of projects listed in Criterion 1. Key personnel are individuals who will either have major contract or project management responsibilities and/or will provide unusual or unique expertise. More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence: * Role and involvement in projects identified under Criterion 1 * Breadth and depth of specialized expertise * Experience working for the Navy/Marine Corps Due to space restrictions on NECO, the key personnel requirements are provided in Attachment B. SUBMISSION REQUIREMENT: SF330, Part 1, Section E and G. Provide a brief but complete resume as instructed in Section E for each proposed key personnel who will participate significantly in the work required for this contract. Submit one resume for each key personnel, with the exception of the Project Managers/Senior Planners for which a firm shall submit a minimum of three (3) and a maximum of five (5) key personnel. Should the SF330 submit more than one resume for each of the other key personnel, only the first will be evaluated. All others will be disregarded. Each resume shall include a maximum of five (5) projects that were completed or substantially completed within the past five (5) years that best illustrate the individual ™s experience relevant to the requirements of this contract. For biologists, identify the threatened or endangered species for which the individual possesses U.S. Fish and Wildlife Service survey permits, and describe experience surveying plant and animal species in Hawaii, Japan, and other Pacific islands. Provide resumes only for those key personnel who will actually perform work under the proposed contract. Complete Section G as instructed to indicate key personnel participation in the projects submitted for evaluation in Criterion 1. Key personnel identified under this criterion shall also be shown with their roles on the Organizational Chart provided under Section D. Criterion 3 “ Past Performance on Relevant Contracts Basis of Evaluation: The SF330 will provide past performance information on recent relevant projects for each relevant project submitted under Criterion 1. Evaluation of past performance will include, but not be limited to, cost control, overall quality of work, compliance with performance schedules, stakeholder and customer satisfaction, and contract management and administration. A proposed subconsultant ™s past performance information may be submitted for consideration, however, a subconsultant ™s past performance information will not be given the same level of consideration as that of either the prime firm or a joint venture partner/LLC member because there is no direct legal relationship between the Government and a subconsultant. Letters of appreciation or awards will not be considered. SUBMISSION REQUIREMENT: SF330, Attachment. The firm ™s past performance evaluation will be based upon customer satisfaction in the execution of the recent relevant projects submitted under Criterion 1. If a completed Past Performance Information Retrieval System (PPIRS) evaluation is available, it shall be submitted with the SF330 for each project submitted for Criterion 1. If there is not a completed PPIRS evaluation, the Past Performance Questionnaire (PPQ), Attachment C, shall be completed and submitted with the SF330. A firm shall not submit a PPQ when a completed PPIRS evaluation is available. The evaluation shall not be from a succonsultnat to a prime firm or from a prime firm to a subconsultant. In addition, the Government may review any other sources of information in the evaluation of past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS using all CAGE/DUNS numbers of team members (partnerships, JVs, team subconsultants, former firms, or parent company/subsidiary/affiliate) identified in the SF330, inquiries of owner representatives, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subconsultant Reporting System (eSRS), and any other known sources not provided by the firm. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate, and completed past performance information rests with the firm. Criterion 4 -Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently Basis of Evaluation: The SF330 shall describe the firm ™s capability and capacity to deliver on-schedule products similar to the type of the tasks described in this synopsis. SF330s shall demonstrate the firm ™s ability to handle at least 10 projects totaling a minimum of $10,000,000 at multiple locations concurrently within the past five years. The SF330 shall also identify the proposed location(s) of the prime firm ™s offices and key personnel at those offices, describe how this organization will be advantageous to the Government, and provide a detailed description of the organizational structure and how it will function. SUBMISSION REQUIREMENT: SF330, Part 1, Section H. Describe the firm ™s ability to successfully complete multiple large and small task orders concurrently using the criteria above. Criterion 5 “ Quality Control Program Basis of Evaluation: SF330s will be evaluated on the demonstrated effectiveness of the firm ™s quality control program used to ensure completeness, objectivity, technical accuracy, and sufficiency of the work performed and deliverables prepared. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Describe the quality control program including an example of how the program has worked successfully for each of the projects submitted under Criterion 1. Describe the firm ™s quality control organization structure and list personnel responsible for each phase of the quality control process. Describe how review comments and resolution of issues, risks, and guidance identified during the performance of work will be tracked. Describe the methodology that will be used to eliminate errors and inconsistencies between entities involved in the performance of work. Describe the processes and tools that will be used for the identification, evaluation, and incorporation of applicable lessons learned during performance of work. Criterion 6 - Firm ™s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project Basis of Evaluation: The SF330 shall be evaluated on the firm ™s location in the general geographical area and knowledge of the general geographical area of the intended work. In addition, the SF330 shall be evaluated on the firm ™s ability to provide timely response to requests for on-site support to various locations within the general geographical area of the intended work. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Describe the firm ™s location in the general geographical area and the firm ™s knowledge of the general geographical area of the intended work. Indicate the locations of all physical offices that would be supporting the intended work. Provide the firm ™s methodology to provide timely responses to request for on-site support to various locations within the general geographical area of the intended work. Criterion 7 - Small Business Utilization Basis of Evaluation: SF330s will be evaluated on the extent to which the submissions and other performance information available to the Government demonstrate a history of successfully supporting Government policies concerning utilization of small business concerns as subconsultants including, when applicable, achievements against established small business subconsulting plan goals. SF330s will also be evaluated on the levels of small business participation proposed and the degree of commitment to use the named sources. The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities may be considered. The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition. All large business firms that are slated shall provide a Subconsulting Plan, Attachment D at the time of their scheduled interview. SUBMISSION REQUIREMENTS: SF330, Attachments. All prime firms shall provide a narrative (limited to two pages) to describe their achievements in supporting the Government ™s policy to provide maximum practicable opportunities for small business (SB), veteran-owned small business (VOSB), service-disabled veteran-owned small business (SDVOSB), historically underutilized business zone (HUBZone) small business, small disadvantaged business (SDB), and women-owned small business (WOSB) concerns to participate as subconsultants consistent with efficient contract performance. In support of narrative submissions: a.All prime firms shall submit small business subconsulting information associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence in the format provided in Attachment E, Small Business Subconsulting Record. b.Prime firms representing as other than small businesses shall also provide copies of the most current individual subconsulting reports (ISRs) associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence if a small business subconsulting plan was required by the contract. If such projects were completed under specific task orders, provide ISRs for the overall contract. For cited projects with state and local government agencies, provide similar subconsulting performance reports if required by the contracts. When not specifically addressed in the ISR or similar report, firms shall provide explanations for all instances of failures to meet dollar or percentage goals in individual subconsulting plans. 2. All prime firms, including small business firms, shall submit a small business participation and commitment strategy including all data elements shown in Attachment F, Small Business Participation and Commitment Strategy. The NAVFAC subconsulting targets are shown below in Note (4). a.Identify in terms of dollar value and percentage of the total acquisition the extent of work the prime firm will self-perform. If submitting an offer as a joint venture, identify the percentage of work each member will be responsible for and indicate the size status of each member (e.g. small business, woman-owned small business, other than small business). b.Include supplemental narratives (limited to two pages) to address other elements of the prime firms ™ strategy such as binding agreements covering post award roles for execution of the contract and specific initiatives and tools that will be employed under the contract to enhance small businesses opportunities to both participate in this acquisition and build capabilities to support future NAVFAC acquisitions. Notes: (1)The Government reserves the right to consider information on other recent, relevant projects from all available sources. (2)If the prime firm is a new joint venture, partnership or other entity consisting of more than one firm, provide achievements information for each individual business entity that will be responsible for managing the subconsulting program and clearly describe those responsibilities. (3)Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (4)The NAVFAC Subconsulting targets for FY17 and beyond is as follows: Small Business “ 65% Small Disadvantaged Business “ 15% HUBZone Small Business “ 6% Women-Owned Small Business “ 15% Service Disabled Veteran Owned Small Business “ 5% Forms to be used for submission of Small Business Utilization Factor information are: Attachment D “Subconsulting Plan (template) Attachment E “Small Business Subconsulting Record Attachment F - Small Business Participation and Commitment Strategy Criterion 8 - Volume of Work awarded by the DOD during the previous 12 Months: Basis of Evaluation: The SF330 shall be evaluated in terms of work previously awarded to the firm by the Department of Defense (DoD) within the past 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E firms, including small and disadvantaged business firms and firms that have not had prior DoD contracts. SUBMISSION REQUIREMENT: SF330, Part I, Section H. Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract awarded. Firms with multiple offices shall indicate which office was awarded the contract. SF 330 SUBMISSION REQUIREMENTS: Qualified A-E firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed and at least 11 point Times New Roman or larger. Part I, Section H shall not exceed 10 single-sided 8.5 by 11 inch pages or 5 double-sided 8.5 x 11 inch pages. This page limit does not include submission requirements annotated in the synopsis as Attachments, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm. Should more than 10 single sided pages be submitted for Part I, Section H, the information contained in the pages exceeding page 10 will not be considered. Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 x 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Only information required by Criteria 4, 5, 6, and 8 shall be included in Section H. Any supplementary information submitted in Section H for any other criteria will not be evaluated. Qualified A-E firms shall submit one (1) original and five (5) hard copies of the SF-330 and one (1) electronic version in PDF format on a CD as follows: If sent via United Stated Postal Service (USPS), the submittal shall be mailed to the following address: Naval Facilities Engineering Command, Pacific Environmental Contracting Branch (ACQ32), Attention: N. Horikawa/T. Moon 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 If sent via courier service or hand-delivered, the submittal shall be sent to the following address: Naval Facilities Engineering Command, Pacific Environmental Contracting Branch (ACQ32), Attention: N. Horikawa/T. Moon 4256 Radford Drive Honolulu, HI 96818-3296 Electronic (e-mail, facsimile, etc.) submissions are not authorized. SF330 ™s are due no later than 12 September 2017 at 2:00 p.m. HST. If submitting by USPS or private courier, please ensure that your submission is delivered timely. Late responses will be handled in accordance with FAR 52.215-1. If an SF 254/255 is submitted for this solicitation, it will not be reviewed or considered. Only SF330s will be accepted. Inquiries concerning this procurement shall include the announcement number and title and be forwarded via email to norine.horikawa@navy.mil or tyler.moon@navy.mil. All questions and answers shall be posted to NECO/FBO, therefore, it is highly recommended that interested, qualified firms register on both systems. THIS IS NOT A REQUEST FOR PROPOSAL
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R1805/listing.html)
 
Document(s)
Attachment
 
File Name: N6274217R1805_17R1805_Attach_A_General_Scope_of_Work.docx (https://www.neco.navy.mil/synopsis_file/N6274217R1805_17R1805_Attach_A_General_Scope_of_Work.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R1805_17R1805_Attach_A_General_Scope_of_Work.docx

 
File Name: N6274217R1805_17R1805_Attach_B_Key_Personnel_Requirements.docx (https://www.neco.navy.mil/synopsis_file/N6274217R1805_17R1805_Attach_B_Key_Personnel_Requirements.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R1805_17R1805_Attach_B_Key_Personnel_Requirements.docx

 
File Name: N6274217R1805_17R1805_Attach_C_D_E_F.doc (https://www.neco.navy.mil/synopsis_file/N6274217R1805_17R1805_Attach_C_D_E_F.doc)
Link: https://www.neco.navy.mil/synopsis_file/N6274217R1805_17R1805_Attach_C_D_E_F.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04618408-W 20170810/170808232928-a149499294277cadb3838de93d731b24 (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.