Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
MODIFICATION

C -- Waterfront Engineering Services A-E IDIQ, Unrestricted, Naval Facilities Engineering Command (NAVFAC) Southwest

Notice Date
4/25/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62473 NAVFAC SOUTHWEST, CAPITAL IMPROVEMENT CONTRACT CORE Attn Code RAQ20 1220 Pacific Highway San Diego CA
 
ZIP Code
00000
 
Solicitation Number
N6247318R5831
 
Response Due
5/8/2018
 
Archive Date
5/23/2018
 
Point of Contact
Phyllis Orman 619-532-1536 Hal Hayes, Harold.hayes@navy.mil, 619-532-1251
 
E-Mail Address
phyllis.orman@navy.mil
(phyllis.orman@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT 0002 “ Dated April 25, 2018: The purpose of this amendment is to clarify that the IDIQ contract will be for a two (2) year base period and one (1) three (3) year option period. The original solicitation erroneously stated the IDIQ contract will be for a base period of five (5) years. N62473-18-R-5831 INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT FOR WATERFRONT ARCHITECT-ENGINEER SERVICES AT VARIOUS MILITARY INSTALLATIONS LOCATED IN THE NAVFAC SOUTHWEST (SW) AREA OF RESPONSIBILITY (AOR): CALIFORNIA, ARIZONA, NEVADA, COLORADO, NEW MEXICO, AND UTAH; BUT MAY BE AVAILABLE WORLDWIDE. 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. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Waterfront Architect-Engineer (AE) services for on shore or in and above water related facilities at various military installations located in the NAVFAC Southwest (SW) Area of Responsibility (AOR): California, Arizona, Nevada, Colorado, New Mexico, Utah, but may also include work worldwide. The preponderance of work is expected to be in Southern California. 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 two (2) year base period and one (1) three (3) year option period. The total fee for the contract term shall not exceed $30,000,000. The guaranteed minimum for the contract term is $5,000. Firm-fixed price task orders will be negotiated for this contract. The minimum value of individual task orders executed under this contract is $5,000 and the maximum value is $1,500,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is September 2018. THIS IS AN UNRESTRICTED PROCUREMENT. A market research study was conducted by NAVFAC Southwest that included an assessment of relevant qualifications and capabilities of potentially qualified firms. This included review and analysis of responses to sources sought # N62473-18-R-5831. As a result of the market research analysis, a determination was made to solicit this procurement on an unrestricted basis inviting full and open competition. The NAVFAC SW small business office concurs with the determination. This proposed contract is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330 (Engineering Services). The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The type of A-E services expected to be performed under this contract may include the preparation of Design-Build (DB) Request for Proposals (RFP), Design-Bid-Build (DBB) construction contract packages (i.e., drawings, specifications, basis of design, design analysis, engineering calculations, cost estimate, etc.), reports/studies including utilities studies, technical reviews of Government prepared RFP packages for DB projects, Government prepared design documents for DBB projects, site investigations; to support new development of facilities on raw land, or redevelopment of existing facilities on developed sites; and support and coordination of various technical disciplines, such as, architectural, electrical, civil, structural, geotechnical, and environmental. A-E services may also include preparation of DD Form 1391 or similar planning and programming related documents and Post Construction Award Services (PCAS). A-E services may require antiterrorism, fire protection, identification and abatement methods of existing asbestos containing materials, lead-based paint and other hazardous materials; addressing constructability issues, such as, phasing of work in occupied and unoccupied facilities; and disruption of both utilities and operations of the site and building occupants during construction. Types of projects may include, but are not limited to, new construction, repair, and renovation of piers, marinas, buoys, wharves, quay walls, bulkheads, fendering, mooring, shore protection systems, dry docks, magnetic silencing facility, dredging, and utilities for marine operations and waterfront structures. All contractors are advised that registration in 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 Web site: 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 the SF-330 submittal. Elaborate presentations are not desired. SELECTION CRITERIA: Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm ™s evaluation or disqualify the firm from further consideration. Criteria 1 and 2 are considered most important and of equal importance to each other; Criteria 3, 4, 5, and 6 are of lesser importance and listed in descending order of importance; and Criterion 7 is of lesser importance and will be used as a tiebreaker among firms considered to be technically equal. Evaluation of past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less favorably in the evaluation. Specific selection criteria include: 1.Professional Qualifications 2.Specialized Experience and Technical Competence 3.Past Performance 4.Quality Control 5.Program Management, Capacity, and Location 6.Commitment to Small Business 7.Volume of Work Criterion 1 ”Professional Qualifications (SF330, Part I, Sections E and G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects in the SF-330, Part I, Section F. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide specialized expertise. All key personnel must be professionally registered/accredited (see definition) in their discipline. Specific disciplines that must be included in key personnel are: a Project Manager and a Design Quality Control Manager (DQCM). Key personnel demonstrating experience with projects located at Navy and Marine Corps military installations may be considered more favorably in the evaluation. Provide a maximum of five (5) resumes for key personnel that would be responsible for completing the required services. All key personnel must include the state where registration was issued, registration number, expiration date of registration, and geographic office location for each proposed key personnel member. Submission Requirements: SF-330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the A-E services for the relevant project types proposed under this contract. Non-relevant information will not be considered. At a minimum, two (2) key personnel shall be professionally registered Civil Engineers, additionally one (1) other key personnel member shall be a professionally registered Structural Engineer (distinct from the two (2) Civil Engineers); all three (3) shall be on the staff of the Prime A-E firm and must be professionally registered in the state of California. See definitions at the end of this notice for registration and experience requirements. Resumes of key personnel shall demonstrate their depth of experience in their respective roles. Each resume shall include a maximum of five (5) specific relevant projects and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past five (5) years) and complete projects (see definition) - that exhibit specific experience in work relevant to the A-E services required under this contract; and indicate proposed role and responsibility in this contract. Identifying only the individual ™s job title will not provide sufficient information to determine their specific experience as it relates to services to be performed under this contract. Submit a copy of the applicable current professional registration/accreditation certificate (personnel with registration in multiple states need only submit a copy from one state). Projects not meeting these requirements will not be considered. Indicate participation of key personnel in example projects in the SF-330, Part I, Section G. Criterion 2 ”Specialized Experience and Technical Competence (SF-330, Part I, Section F): Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in: 1.The proposed team ™s experience and technical competence in the A-E services for project types identified for this contract. 2.Experience applying sustainability concepts through an integrated, cost effective design approach and designing in accordance with recognized sustainability rating systems such as Green Globe, LEED, etc. Firms may be considered more favorably by demonstrating the following: 1.Projects demonstrating relevant design experience at Navy and Marine Corps military installations. 2.Projects demonstrating depth of experience with the facility types expected for this contract including piers, marinas, buoys, wharves, quay walls, bulkheads, fendering, mooring, shore protection systems, dry docks, magnetic silencing facility, dredging, and utilities for marine operations and waterfront structures. Submission requirements: Provide a maximum of ten (10) completed projects (see definitions) within the past five (5) years immediately preceding the date of issuance of this notice that best demonstrate specialized experience of the proposed team in performing the A-E services for project types identified for this contract. Projects providing only PCAS experience will not be considered. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. Additional requirements: - A minimum of one (1) project shall demonstrate relevant experience with projects having professional fees of $700,000 or greater as the prime contractor for A-E services required in this solicitation. - A minimum of one (1) project shall demonstrate relevant experience with preparation of a Request for Proposal for Design-Build. Note: A single project may satisfy more than one of the above minimum requirements. All projects provided in the SF-330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract identified in SF-330, Part I, Section C. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF-330 Part I, Section F, block 25, śFirm Name ť. Include a contract number or project identification number in block 21. Include the month and year of completion in block 22. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the type of project and its relevance to the scope of this contract, the contract period of performance, award contract value, current contract value, relevant sustainable features incorporated in the project, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. Firms with multiple offices shall indicate which office/branch performed the A-E services. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract, and identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects must be submitted for each joint venture partner, not to exceed the ten (10) project limitation. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. In cases where the submitted project was performed by a JV, but all JV partners for that project are not on the team identified in Part I, Section C, specifically describe the relevant work performed by the JV partner(s) proposed for this contract. Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, submit a relevant task order or stand-alone contract award that fits within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 2 should be submitted in the SF-330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part I, Section F in evaluation of Criterion 2. Criterion 3 ”Past Performance (SF330, Part I, Section H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS/ACASS for Criterion 2 projects and may include customer inquiries, Government databases, and other information available to the Government including contact with points of contact in other criteria. NOTE: Past performance information for projects listed under Criterion 2 may be given greater weight. Submission Requirements: SUBMIT A COMPLETED CPARS/ACASS EVALUATION FOR EACH PROJECT UNDER CRITERION 2. IF A COMPLETED CPARS/ACASS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 2. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS/ACASS IS AVAILABLE. Submitted CPARS/ACASS and PPQ evaluations will not be counted as part of the 30 page limitation and shall be attached to the SF-330, behind the SF-330 Part II document. IF A CPARS/ACASS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF-330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). PPQ evaluations that are completed by a team member identified in Part I, Section C of the SF-330 are considered interested parties to this solicitation and will not be evaluated. Firms may submit a PPQ previously submitted under a different Notice/RFP (copies must be legible) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Governments point of contact, Naval Facilities Engineering Command Southwest, Code RAQ20.PO, Attn: Phyllis Orman via email at phyllis.orman@navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A/E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 2. Firms may also address any adverse past performance issues. Information shall not exceed two double-sided pages (or four single-sided pages) in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. Criterion 4 ”Quality Control Program (SF330, Part I, Section H): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, along with the means of ensuring quality services from their consultants/subcontractors. Submission Requirements: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: 1.Explain the quality control program including an example of how the plan has worked for one of the projects submitted under Criterion 2 or how the plan will work if it has not been used previously. 2.Provide a quality control process chart showing the inter-relationship of the management and team components. 3.Describe specific quality control processes and procedures proposed for this contract to ensure technical accuracy of and assurance of overall coordination of plans and specifications, and engineering and design services. 4.Identify the design quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 5.Describe how the firm ™s quality control program extends to management of subcontractors. 6.For offerors who are joint ventures and/or teams with offices in a variety of locations, describe how the DQCM effort will be implemented across the various team offices. Describe from which office the DQCM program will be managed/coordinated and the plan/methods to ensure effective DQCM and communication between offices. Criterion 5 ”Program Management and Capacity and Location (SF330, Part I, Section D and H): Firms will be evaluated on the firm ™s ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. Submission Requirements: 1.Provide an organizational chart for the team in the SF-330, Part I, Section D and discuss the management plan for this contract and personnel roles in the organization. Identify on the submitted organization chart the relationships and lines of authority of the proposed team members, including key subcontractors. Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower level engineering positions. 2.Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and subcontractors. Discuss the history of working relationships with team members, including joint venture partners where applicable. 3.Describe the firm ™s present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period. Describe the ability of the firm to accomplish multiple large task orders simultaneously and strategies to meet surges in unexpected workload demand. Describe the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. 4.Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of the location of their offices and key personnel within the primary geographic area of the anticipated projects, primarily NAVFAC SW AOR. Provide narrative describing the team ™s knowledge of the primary geographic areas in which projects could be located and the team ™s availability and ability to ensure timely response to requests for onsite support at Government installations throughout the NAVFAC SW AOR. Firms with a main office outside Southern California shall address how they would effectively communicate, collaborate, and share data with clients and subcontractors. Firms with a main office in Southern California may be considered more favorably in the evaluation. Criterion 6 ”Commitment to Small Business (SF330, Part I, Section H): Firms will be evaluated in terms of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZoneSB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on: (A) Past performance in utilization of small business concerns, and (B) Participation of small business concerns for this requirement. In support of (A), all firms shall provide historical data on utilization of SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB and HBCU/MI. Large Businesses with past performance on Federal contracts shall submit three (3) śfinal ť or śmost recent ť Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If ISRs are not FINAL or MOST RECENT they will not be considered. If subcontracting goals were not met, provide an explanation. If ISRs were not applicable to the similar contracts noted, large businesses shall submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Businesses shall also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. In support of (B), large businesses shall submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2018 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Small Business (SB) “ 67.20%; Small Disadvantaged Business “ 17.79%; Woman-Owned Small Business “ 15.77%; HUBZone Small Business “ 9.21%; Veteran-Owned Small Business “ 3.12%, and Service-Disabled Veteran-Owned Small Business “ 3.12%. If a large business firm is selected for award, a Small Business Subcontracting Plan, in accordance with FAR 19.7 and DFAR 219.7, will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small businesses; however, small businesses shall submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZoneSB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The Small Business size standard classification is NAICS 541330, Engineering Services, small business size standard is $38.5 million (Marine Engineering Services). The attached Small Business Subcontracting Plan template (Attachment (B)) shall be used by large businesses to complete the draft subcontracting plan. Firms shall submit their śdraft ť Small Business Subcontracting Plans utilizing this template, and ONLY this template. Criterion 7 ”Volume of Work (SF330, Part I, Section H) Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). In the case of a joint venture (JV), data will be extracted for the JV and for each JV partner. Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A and E firms including small, disadvantaged business firms, and firms that have not had prior DOD A and E contracts. Submission Requirements: Firms do not submit data for this factor. SF-330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, one sided, at least 11 point Times New Roman or larger. Part I shall not exceed thirty (30) single-sided 8.5 by 11 inch pages (the page limit does not include the Organizational Chart, ISRs, certificates, PPQs, licenses, or the draft subcontracting plan as required by the Small Business Subcontracting criterion, nor does the page limit include cover sheets or dividers, provided these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart in Section D may be one page single sided 11 by 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). The Organization Chart will not be counted against the 30-page limitation. Please include your DUNS and CAGE numbers in Block 30 of the SF-330. In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide proof of eligibility to practice (e.g., a summary explaining under the laws of that jurisdiction.) This documentation is not counted as part of the 30-page limitation. Failure to submit the required proof could result in a firm ™s elimination from consideration. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm ™s elimination from further evaluation. Architect-engineer firms that meet the requirements described in this announcement are invited to submit one (1) original and two (2) hard copies of the SF-330 and one (1) CD (Adobe Acrobat.PDF format) to Naval Facilities Engineering Command Southwest, Code RAQ20.PO, Attn: Phyllis Orman, 1220 Pacific Highway, San Diego, CA 92132. Responses are due no later than, 2:00P.M. Pacific Standard Time on TUESDAY, May 8, 2018. THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The point of contact is Phyllis Orman, Contract Specialist, at Phyllis.orman@navy.mil, 619-532-1536. If an SF-254/SF-255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). If hand-carrying or express mailing proposal, the firm is advised that the Contracting Officer is on a secured base. Anticipate delays in base access and plan accordingly. Hand-carried proposals must be delivered to the mailroom. Government personnel will not pick up proposals at the gate. It is the contractor ™s responsibility to ensure delivery to the location specified. An Offeror risks late receipt and rejection of their SF-330 package when delivery is delayed until the last few minutes before the deadline. Offerors intending to deliver the SF-330 package in-person are cautioned that the NAVFAC SW facility is located in downtown San Diego. It is recommended that the Offeror allow for delays driving through downtown San Diego caused by traffic (both freeway and city street), train/trolley crossings, parking at the pay lots/meters near the facility, and gaining access to a secure Government facility. No parking or offloading of SF-330s is available at the Government facility. SF-330s shall be delivered to the mailroom in Building 128 and reasonable time shall be allowed for mailroom personnel to receive and time stamp the SF-330. The stamp time is determined by the NAVFAC SW facility mailroom time stamp device only, not by any other time keeping device that the Offeror may use or own. Immediately upon proposal delivery, the Offeror shall leave the premises of the Government facility. An Offeror that does not leave the premises may be requested to leave or be escorted off the premises. Electronic (E-mail, facsimile, etc.) submissions are not authorized. It is the offeror ™s responsibility to check the NAVFAC electronic solicitation website NECO (Navy Electronic Commerce Online) at: https://www.neco.navy.mil for any revisions to this announcement or other notices. Plan-holder list is available via the NECO website and an Interested Vendors List is available via the FedBizOpps website, www.fbo.gov, under this solicitation number. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to phyllis.orman@navy.mil. ALL REQUESTS FOR INFORMATION (RFIs) MUST BE SUBMITTED IN WRITING TO RECEIVE AN ANSWER. RFIs WILL BE ANSWERED VIA NECO AND FEDBIZOPS. RFIs MUST BE SUBMITTED BY April 27, 2018 *** END OF ANNOUNCEMENT *** See attachment for definitions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N68711AC/N6247318R5831/listing.html)
 
Place of Performance
Address: 1220 Pacific Highway, San Diego, CA
Zip Code: 92132
 
Record
SN04900028-W 20180427/180425230608-603bf90bb20bcc744e19a1c4e7ce9869 (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  © 1994-2020, Loren Data Corp.