Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOLICITATION NOTICE

C -- IDIQ ARCHITECT-ENGINEER SERVICES FOR VARIOUS STRUCTURAL AND WATERFRONT PROJECTS AND OTHER PROJECTS AT LOCATIONS UNDER THE COGNIZANCE OF NAVAL

Notice Date
3/6/2019
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
96860
 
Solicitation Number
N6274219R0004
 
Response Due
4/5/2019
 
Archive Date
4/20/2019
 
Point of Contact
Michael Jones 8084715694 Erik Torngren, 808-471-3661
 
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 PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (AE) services for structural and waterfront projects and other projects including, but not limited to, the execution and delivery of Military Construction (MILCON) project documentation (DD Form 1391), Functional Analysis and Concept Development (FACD) workshops; 1391/Design Charrettes; Design-Build (DB) Request for Proposal (RFP); Design-Bid-Build (DBB) Design contract documents; technical surveys and reports including concept and engineering studies, site engineering investigation, topographic survey, geotechnical investigation, hazardous material survey, munitions of explosive concern (MEC) survey, hydrographic survey, and others; construction cost estimates; Collateral Equipment (CEQ) Buy Packages; Comprehensive Interior Design (CID) including Structural Interior Design (SID) and Furniture, Fixtures, and Equipment (FF and E); and Post Construction Award Services (PCAS). 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 and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $99,000,000. The minimum guarantee for the contract term (including option years) is $10,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is December 2019. This proposed contract is being solicited on an UNRESTRICTED basis and open to large and small business concerns. The Small Business size standard classification is North American Industry 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. SELECTION CRITERIA 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 Firm s specialized recent experience in relevant projects that involved the execution of DD1391 or similar project programming document, (FACD)/design charrettes, DB Request for Proposal solicitation documentation, DBB design contract documents, and structural engineering studies. Relevant projects include new construction/repair/alternation of bridges and waterfront facilities such as piers and wharves; and buildings such as bachelor enlisted quarters, fire station, fitness center, dining facility auditorium/theater, retail store, school, headquarters/administration building, aircraft hangar, maintenance shop, distribution warehouse, and armory. New construction projects shall be $20 million or more in construction value per project and completed within the past ten (10) years immediately preceding the date of issuance of this notice. Repair/alteration projects shall be $15 million or more in construction value per project and completed within the past ten (10) years immediately preceding the date of issuance of this notice. More favorable consideration may be given for: (1) Submission of more variety in the types of facility projects for specialized recent experience; (2) Projects located in the tropical environments similar to Hawaii, Guam, Tinian, and Diego Garcia. SUBMISSION REQUIREMENTS: SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of six (6) completed recent relevant projects along with description of correlated AE support services rendered (MILCON Region/FEC Team 1391 project documentation, (FACD)/Design Charrettes, RFP documentation for DB and DBB project design contract documents, and Structural Engineering Studies). Of the six (6) projects provided, a minimum of one (1) project shall be for waterfront facilities, such as piers and wharves. The ten (10) year completion timeline for relevant projects applies to design and engineering services (Section F, Block 22, Professional Services ) and does not include PCAS services. Checklists/matrices identifying specialized experience will not be considered. Only information provided in Section F, Block 24 will be considered. Block 24 shall clearly discuss the scope of services to demonstrate specialized experience provided in a project. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform the work under this contract. 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 SF330 Part 1, Section F, block 25, Firm Name . If more than six (6) projects are submitted for evaluation, the Government will evaluate the first six (6) projects and disregard any other project information after the first six (6) projects. Section F, Block 24. Each project shall include (1) project title; (2) location; (3) year design and engineering services 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 (IDIQ) contract. Do not submit an IDIQ contract as an example project. 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 AE 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. AE subconsultant s specialized experience on a DBB project will not be given the same level of consideration as the AE prime contractor s or JV partner s. Specialized experience of an AE subcontractor to a construction contractor, serving as the Designer-of-Record on a DB project, will be given the same level of consideration as an AE firm 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. All information for Criterion 1 shall be submitted in the SF330, Part 1, Section F. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Criterion (2). Key Personnel s Professional Qualifications, and Specialized Experience and Technical Competence. (a) Professional Qualifications: Professional qualifications of key personnel for two (2) design teams. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Provide a list of key personnel for two (2) design teams that shall be limited to the following: Principal-In-Charge (PIC) of the Prime AE firm, Project Manager (PM), Structural Project Engineer, Project Architect, Mechanical Project Engineer, Electrical Project Engineer, Civil Project Engineer, Fire Protection Project Engineer, Environmental Engineer, Geotechnical Engineer, Land Surveyor, and Cost Estimator. Note: The PIC of the Prime AE firm may be the same person on both teams. 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 (identify the primary cost estimator if more than one cost estimator is submitted), firm name and location, and education. Profession registration for Cost Estimator is not required. Professional qualifications of personnel of the design teams other than the key personnel (e.g., PM, Structural Project Engineer, Project Architect, Mechanical Project Engineer, Electrical Project Engineer, Civil Project Engineer, Fire Protection Project Engineer, 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 in relevant projects that involved the execution of DD1391 or similar project programming documents, FACD/design charrettes, DB RFP solicitation documents, DBB design contract documents, and structural engineering studies. More favorable consideration may be given for: 1) PM experience in (1) and (2) of Criterion 1 2) PM professional qualifications and past performance of the prime or lead contractor s key personnel vice subcontractor(s) s key personnel 3) Submission of more variety specialized experience and more variety of types of facilities. SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the two (2) PMs. 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 each PM, providing all requested information. Submit a maximum of five (5) relevant projects for each PM, demonstrating specialized experience in relevant projects. 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 for each PM 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 professional services (not including PCAS) completed, details of specialized experience, 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 PM had in performing the project. Experience in a role other than PM 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 PM (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 (Attachment A) (download from NECO, https://www.neco.navy.mil) and submit the Survey with the SF330. Ensure correct phone numbers and email addresses are provided for the client point of contact. Do not submit a PPQ when a completed DD2631 or CPAR is available. 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 subcontractor. If work was performed as a subcontractor for a project under Criterion 1, provide a completed Past Performance Questionnaire. Performance evaluations for other than the firm will not be considered. 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 AE received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the AE to provide an explanation of the rating and what the AE 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 subcontractors or subconsultants 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 subconsultants for the specified performance period. Address how the firms organizational construct is most efficient and effective in the execution of work. Assume two (2) separate design teams will execute two (2) large projects concurrently. Identify team composition (prime AE firm, subcontractor/subconsultant of major design disciplines, and other required design firms) and personnel (key personnel and other personnel of major design disciplines only). For all key personnel identified in Selection Criterion 2, explain their roles and responsibilities in the proposed organization. If the same Principal-in-Charge is proposed for more than one (1) design team, provide explanation substantiating such designation and ability to accomplish multiple projects concurrently. Describe the workload/availability of the key personnel during the anticipated contract performance period and 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. 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 sustainable design third party certification (LEED, Green Globes, Guiding Principles Compliance, or other equivalent 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. Certified projects will be considered more favorably than projects not yet certified. Discuss key sustainable design personnel experience and qualifications. Criterion (6). Internal design quality control program used to ensure quality products and services under this contract, and means for ensuring quality services from subconsultants/subcontractors. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Describe the design quality control organization structure 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 as part of SF330, Section F, 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 including checking documents for errors, omissions, inconsistencies, and quality; tracking and incorporating review comments; and implementing the latest criteria and lessons learned. 4. Describe how the prime AE will ensure quality consistently across the entire team and how quality of subcontractor s work is assured. 5. Describe internal quality assurance procedures and indicate the level of effectiveness. 6. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. 7. Describe how the firm s quality control program extends to management of subcontractors. Criterion (7). Small Business Utilization. Firms will be evaluated on the extent to which their proposals demonstrate a history of successfully supporting Government policies concerning utilization of small business concerns including, when applicable, achievements against established small business subcontracting plan goals. Firms will also be evaluated on the levels of small business participation proposed and the degree of commitment to use named sources. The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities will be considered. The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition. Submission Requirements: (1) Achievements: All firms shall provide a narrative (shall not exceed two (2) single-sided pages or (one (1) double-sided page) 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 subcontractors consistent with efficient contract performance. Provide the following in support of narrative submissions (excluded from page limitation): a. All firms shall submit small business subcontracting information associated with each project cited under the Criterion 1 Firm s Specialized Relevant Experience Factor in the format provided in Attachment B, Small Business Subcontracting Record. b. Firms representing as other than small businesses shall also provide copies of the most current individual subcontracting reports (ISRs) associated with each project cited under the Criterion 1 Firm s Specialized Relevant Experience Factor if a small business subcontracting 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 subcontracting 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 subcontracting plans. Notes: The Government reserves the right to consider achievements information on other recent, relevant projects from all available sources. 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(ies) that will be responsible for managing the subcontracting program and clearly describe those responsibilities. Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (2) Small Business Participation and Commitment: All firms shall submit a small business participation and commitment strategy including all data elements shown in Attachment C, Small Business Participation and Commitment Strategy. a. Identify in terms of dollar value and percentage of the total acquisition the extent of work the firm will self-perform as the prime contractor. 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 (shall not exceed five (5) single-sided pages) to address other elements of the firm s 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. c. The anticipated prime and first tier overall small business participation rate for this acquisition (i.e. work to be performed by small businesses as the prime and/or subcontractors) is 20% of the contract value. Firms are encouraged to exceed this percentage and seek meaningful levels of participation in each of the small business socioeconomic programs listed in Attachment C consistent with efficient contract performance. Firms shall explain in their participation and commitment strategies how proposed participation rates were established. The small business participation and commitment strategy must be in agreement with any required small business subcontracting plan and will be made a part of the contract upon award. Slated large business firms will be required to submit a Small Business subcontracting plan prior to the interview. The NAVFAC Subcontracting targets for FY19 and beyond is as follows: Small Business 45% Small Disadvantaged Business 5% HUBZone Small Business 3% Women-Owned Small Business 15% Service Disabled Veteran-Owned Small Business 5% Criterion (8). Firm location in the general geographical area and knowledge of the NAVFAC Pacific AOR SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Indicate location of office that will be performing the work including main offices, branch offices, and offices of team members/subconsultants. Describe the team s knowledge of the primary geographical areas to be covered by this contract. Specifically indicate if firm has an office(s) in any of these geographic areas and include description of staffing and functions for each office. Address ability of the firm to ensure timely response to requests for on-site support. Criterion (9). Volume of work 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. 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 criterion. SF-330 SUBMISSION REQUIREMENTS: 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 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 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 subconsultants 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 SF330 submittal. Elaborate presentations are not desired. 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. The contract will require that the selected AE firm have e-mail and Internet access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. In accordance with the FAR 36.601-4(b) contracts for AE 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 eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction). 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. 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. AE firms desiring to be considered for this contract must submit a completed Standard Form (SF) 330 package, AE Qualifications. The printed format shall be in an 8-1/2 x 11 paper format, bound in a 3-ring binder, typed with a minimum 11-point font size or larger (font limitations do not apply to graphics, captions or tables), and one-sided. Part I shall not exceed 200 single sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, PPQs, licenses, or the draft joint venture agreement, proof of AE firm registration provided that 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. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. Part II, shall be submitted for each firm identified in Part I, Section C. Please include your DUNS and CAGE numbers in Block 30 of the SF-330. Any other information submitted such as company brochures, leaflets, etc., will not be considered. AE firms that meet the requirements described in this announcement are invited to submit anoriginal and two (2) paper copies and one (1) CD of the completed SF330 is required. The delivery addresses for SF 330s are as follows: (1) For SF 330s sent via United States Postal Services (USPS): Naval Facilities Engineering Command Pacific Code ACQ31:MJ (N62742-19-R-0004) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific Code ACQ31:MJ (N62742-19-R-0004) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296 Notifications will be sent via email to the email address identified in Part I, Section B, Block 8. Firms responding to this announcement by 2:00 p.m. Hawaii Standard Time (HST) on 5 April 2019 will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The main point of contact is Michael Jones, Contract Specialist, at michael.o.jones@navy.mil. The alternative point of contact is Erik Torngren, Contracting Officer, at erik.torngren@navy.mil. All questions should be submitted in writing to include solicitation number and forwarded via e-mail to michael.o.jones@navy.mil, no later than 15 days of the closing date. Questions submitted after this date may not be addressed by the Government due to time constraints. 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). All potential offerors are advised to check the NECO website, https://www.neco.navy.mil, or FBO website, https://www.fbo.gov/, for modifications pertaining to this announcement. Electronic (E-mail, facsimile, etc.) submissions are not authorized. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274219R0004/listing.html)
 
Record
SN05241291-F 20190308/190306230014 (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.