SPECIAL NOTICE
99 -- Storm Water, Incidental Groundwater, Wastewater, and Potable Water Compliance and Management Services at Navy and Marine Corps Installations Area of Responsibilities
- Notice Date
- 3/21/2019
- Notice Type
- Synopsis
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62473 NAVFAC SOUTHWEST, ENVIRONMENTAL CONTRACTS, COMPLIANCE 1220 Pacific Highway San Diego, CA
- ZIP Code
- 92132
- Solicitation Number
- N6247319R2802
- Archive Date
- 9/30/2019
- Small Business Set-Aside
- N/A
- Description
- Date: 21 March 2019 Subject: ARCHITECT-ENGINEER INDEFINITE DELIVERY/INDEFINITE QUANTITY CONTRACT, SMALL BUSINESS SET-ASIDE FOR STORM WATER, INCIDENTAL GROUNDWATER, WASTEWATER, AND POTABLE WATER COMPLIANCE AND MANAGEMENT SERVICES AT NAVY AND MARINE CORPS INSTALLATIONS IN ARIZONA, CALIFORNIA, COLORADO, NEVADA, NEW MEXICO, UTAH, WASHINGTON, AND AT OTHER DEPARTMENT OF DEFENSE INSTALLATIONS NATIONWIDE THIS IS A SMALL BUSINESS SET-ASIDE PROCUREMENT. Market research was conducted by NAVFAC SW that included an assessment of relevant qualifications and capabilities of potentially qualified firms. Upon review of the market research analysis, the U.S. Small Business Administration (SBA) in San Diego, California, determined that Small Business Set-Aside procurement is appropriate. The NAVFAC SW small business office concurs with the SBA determination. There is no solicitation to download. Professional Architect-Engineering (A-E) technical services are required on a firm fixed-price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Stormwater, and Incidental Groundwater, Wastewater, and Potable Water Studies. The work will be performed at United States Navy and Marine Corps installations primarily in California, and to a lesser extent in Arizona, Colorado, New Mexico, Nevada, Utah, Washington, and other Department of Defense (DoD) installations or agencies including in the NAVFAC Pacific and NAVFAC Atlantic Areas of Responsibilities. Architect and Engineering technical services are required to assist the Navy and Marine Corps with meeting their statutory compliance requirements for all applicable environmental laws and regulations. Individual task orders will define specific technical objectives and may include environmental engineering and scientific assistance to achieve compliance with various environmental statutes, for Clean Water Act (CWA) and Safe Drinking Water Act (SDWA). Work will involve stormwater and other environmental media aligned with basewide environmental compliance programs, installation facilities projects, and incidental technical assistance to other NAVFAC or DoD programs including: sampling; analysis; audits; studies; engineering and cost estimating services; investigations; field monitoring; inspections; evaluations; consultations; design; value engineering; pilot or treatability projects to demonstrate innovative technologies; operation, monitoring and optimization of sampling and environmental treatment or control systems; permit review; permit writing; permit application; amending permits; permit compliance and the application of sustainability principles and practices. The maximum contract value shall not exceed $100,000,000. The minimum guarantee for the entire contract is $5,000 and will be satisfied by the award of the initial task order. Firm Fixed-Priced task orders will be negotiated for this contract. The minimum value of individual task orders executed under this contract is $3,000. The maximum value of individual task orders executed under this contract is $3,000,000. There will be no dollar limit per year. Multiple task orders may be awarded with similar completion schedules and overlapping completion dates. The Contract term is a two-year base period with one three-year option period. The aggregate ceiling amount is $100,000,000 for all task orders. Rates for the basic contract period will be established at the time of award The A-E services will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6, formerly known as the Brooks Act. This procurement is set-aside 100% for small business firms. The NAICS code for this procurement is 541330. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered. The contractor is not guaranteed work in excess of the minimum guarantee. Estimated contract start date is 13 January 2020. SELECTION CRITERIA AND SUBMITTAL REQUIREMENTS Criterion 1 and 2 are considered the most important and of equal importance to each other; and the remaining criteria are listed in descending order of importance. The selection will be based on the following criterion: Criterion 1 - Specialized Experience and Technical Competence (Section F) Criterion 2 - Professional Qualifications (Section E) Criterion 3 - Past Performance (Section H) Criterion 4 - Safety (Section H) Criterion 5 - Location and Knowledge of the Locality (Section H) Criterion 6 - Capacity (Section H) Criterion 7 - Quality Control Program (Section H) Criterion 8 - Volume of Work Awarded (Section H) Standard Form 330 (SF330) will be evaluated to determine the most highly qualified firm based on the responses to the selection criteria as described below. Evaluating past performance and experience may include information provided by the firm, customer inquiries, Government databases, and publicly available sources. Failure to provide requested data, inaccessible points of contact, or invalid phone numbers could result in a firm being considered less qualified. All projects provided in the SF330 (A-E Qualifications) must be completed by the office/branch/individual team member actually performing the work under this proposed contract. Projects not performed by the office/branch/individual team member will be excluded from evaluation consideration. SUBMITTAL REQUIREMENTS The SF330, Part I, is limited to forty (40) single-sided, 8.5 x 11 pages. A page refers to one printed side of a piece of paper (e.g., 20 pieces of paper printed on both sides equates to 40 total pages). The only exception is the Organization Chart that may be an 11 x 17 page, with 0.5 margins and one sided. The SF330 shall include a completed Part II for each team member and branch office identified in Part I. There is no page limit for Part II. Submit one (1) original hard copy of the SF330 in a 3-ring binder (comb bound proposals will not be accepted) and four (4) electronic copies on separate CDs. All CDs must be in searchable format. Minimum font pitch size is 10 point for Parts I and II, excluding any pre-formatted font in SF330 forms. Margins will be 0.5 on non SF330 pages and any government form pages. Firms shall fully complete Part I, Sections A through C of the SF330. In Section B, Block 5: Firms shall provide the DUNS number, CAGE Code, and Taxpayer Identification Numbers in addition to the name of the firm. SF330, Part I, Section D: In addition to the Instruction s provided for the SF330, provide an organizational chart that identifies the overall relationship and lines of authority of the proposed team, including key sub-consultants and personnel. Non-key personnel may also be shown on the organizational chart. The organizational chart will not be counted as part of the page limit for Part I, but it must be affixed to the submittal to prevent separation in handling. 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 a total of ten (10) projects. If more than ten (10) projects are submitted, only the first ten (10) projects will be evaluated. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. Firms that elect to propose as a formal Joint Venture (JV) or Limited Liability Company (LLC) (as a separate legal entity) shall submit their legally binding formal JV or LLC agreement(s) with their proposal. All such agreements shall be signed by the parties and shall demonstrate the relations between firms and identify contractual relationships and authorities to bind them. The Offeror shall ensure that the JV or LLC meets the requirements of 13 CFR 121.103 to 121.106 and 125.6. Copies of JV/LLC agreements will not be counted towards the SF330 page limitation. JV agreements shall be submitted in Section H, Additional Information of the SF330. Section I shall be signed and dated by the Offeror s Authorized Representative. Criterion 1 - Specialized Experience and Technical Competence Demonstrate specialized experience of the firm and/or proposed consultants, within the last 5 years (March 2014 - March 2019), in performing multiple simultaneous projects involving field investigations and preparation of stormwater compliance management permits, studies, surveys, analyses, reports, stormwater pollution prevention plans, stormwater monitoring, project work plans, health and safety plans (HASPs), accident prevention plans (APPs), activity hazard analyses (AHAs), quality assurance project plans (QAPPs), and sampling and analysis plans (SAPs) relating to stormwater compliance management, and to a lesser extent, incidental potable water, groundwater, and wastewater management. Select projects where the firm and/or proposed consultants worked together, if possible, that best demonstrate the firm s capability to perform work similar to that required for this contract. Provide a maximum of ten (10) projects that demonstrate specialized experience with stormwater compliance that include stormwater field investigations and preparing studies, surveys, monitoring, analyses, project work plans, HASPs, APPs, AHAs, QAPPs, and SAPs relating to stormwater compliance management, pollution monitoring plans, spill prevention control and countermeasures, associated GIS mapping, obtaining environmental permits, pilot testing including calibration, installation, replacement and evaluation of environmental equipment, sewer system management plans, groundwater compliance, wastewater compliance, and interfacing with regulatory agencies (federal/state/local) primarily in CA and to a lesser extent in AZ, CO, NV, NM, UT, WA, and other DoD installations. If more than ten (10) projects are submitted, only the first ten (10) projects will be evaluated. Experience in California may be weighted more heavily than experience in other states based on the complexity of the projects. In evaluating specialized experience, projects that demonstrate the application of principles and practices of Executive Order (EO) 13834: Efficient Federal Operations may be considered of higher importance than projects lacking such aspects. A project is defined as single task order or a single standalone contract. Multiple award and indefinite delivery/indefinite quantity type contracts shall not be submitted as a project; rather Offeror s shall submit the work performed under a task order as a project. Firms shall provide the contract number and task order number (as applicable) the description of work performed, award amount, final contract amount, date the project was complete and/or 80% substantially complete by the date of this announcement, Government/client point of contact, and specific work performed that should be relevant to the work requirements of the proposed contract. Experience from proposed sub-consultants will not be considered. Submittal Requirements (Section F of the SF330): Provide a maximum of ten (10) projects in Section F of the SF330 that best illustrate relevant specialized experience (and applicable EO 13834: Efficient Federal Operations principles and practices). Select projects that demonstrate the Offeror s capability to perform work similar to that required for this contract. For each project provided indicate the Offeror s specific role(s) in the project. If more than ten (10) projects are submitted, only the first ten (10) projects will be evaluated. Criterion 2 - Professional Qualifications Provide professional qualifications and capabilities of the staff to be assigned to this contract (grouped by firm, with personnel of the prime contractor or joint venture partner firms first). Key personnel are individuals who will have major contract responsibilities and/or provide unusual or unique expertise. Include recent experience in performing stormwater field investigations and preparing studies, surveys, monitoring, analyses, project work plans, HASPs, APPs, AHAs, QAPPs, and SAPs relating to stormwater compliance management, pollution monitoring plans, spill prevention control and countermeasures, associated GIS mapping, obtaining environmental permits, pilot testing including calibration, installation, replacement and evaluation of environmental equipment, sewer system management plans, groundwater compliance, wastewater compliance, and interfacing with regulatory agencies (federal/state/local in Arizona, California, Colorado, Nevada, New Mexico, Utah, Washington, and other DoD installations). Include recent experience for key personnel and non-key personnel that was substantially completed within the last 5 years (March 2014 March 2019) in performing field investigations and preparing studies, analyses, and plans relating to stormwater and to a lesser extent, potable water, groundwater, and wastewater compliance management. Document project experience relating to stormwater, groundwater, wastewater, and potable water collections and distribution systems, effluent sampling and monitoring plans, containment and control plans, associated GIS mapping, obtaining environmental permits, and interfacing with regulatory agencies (federal/state/local) in AZ, CA, CO, NV, NM, UT, WA, and other DoD installations. In evaluating professional qualifications, experience or professional credentials that demonstrate the application of EO 13834: Efficient Federal Operations principles and practices may be considered of higher importance than professional qualifications lacking such aspects. Identify professional credentials for the following key personnel: Project Manager, Senior Technical Manager, Quality Control Manager, Certified Industrial Hygienist, and Contract Administration Manager. Identify professional credentials for the following non-key personnel: Task Order Manager, Senior Engineer, Engineer, Senior Project Scientist, and Scientist. Key personnel must be employees of the prime contractor. Resumes for key and non-key personnel are limited to one page each and should cite project specific experience and professional qualifications of the individual s proposed role in this contract. Desired qualifications of key and non-key personnel are provided in Attachment A. The Program Manager or the Senior Technical Manager shall be a registered professional engineer. Submittal Requirements (Section E of the SF330): Submit resumes for key and non-key personnel. Resumes should cite project specific experience and the individual s proposed role in this contract. Provide a brief but complete resume as instructed in Section E of the SF330 for each proposed key person who will participate significantly in the work required for this contract. Each resume shall include projects that best illustrate the individual s qualifications and experience relevant to the requirements of this contract. Provide resumes only for those key and non-key personnel who will actually perform work under the proposed contract. Complete Section G of the SF330 as instructed to indicate key personnel participation in the example projects from Section F. Key personnel identified under this criterion should also be shown with their roles on the Organizational Chart provided under Section D of the SF330. Resume s for non-key personnel should cite project specific experience and the individual s proposed role in the contract. Identify the state, discipline, and active registration numbers of professional engineers, geologists, and hydrologists. Identify personnel with specialty certifications, such as granted by the American Academy of Environmental Engineers and Scientists or similar credentialing bodies. Criterion 3 - Past Performance (a) Past performance on contracts with Government agencies and private industry, in terms of cost control, quality of work, compliance with performance schedules, and reliability of the firm s quality assurance, quality control, and cost programs. Indicate effectiveness by briefly describing internal quality and cost control procedures. Document recent awards and commendations, and other performance evaluations (do not submit copies). (b) Describe the offeror s corporate quality control program, process, and procedures, and authorities assigned to the firm s Quality Control Manager. The quality control program shall demonstrate knowledge of applicable regulatory requirements related to quality control. Submittal Requirements for (Section H of the SF330): Submit an A-E Contractor Appraisal Support System (ACASS), Contractor Performance Assessment Report System (CPARS), or a Past Performance Questionnaire (PPQ) evaluation for each project listed under Criterion 1. If a completed ACASS/CPARS evaluation is available, it shall be submitted with the completed SF330 package. If there is not a completed ACASS/CPARS evaluation, the PPQ included with this notice is provided for the Offeror or its team members to submit to the client for each project submitted (Attachment B). AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN AN ACASS/CPARS EVALUATION IS AVAILABLE. If an ACASS/CPARS 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 SF330. If the A-E is unable to obtain a completed PPQ from a client for a project before the response date set forth in this notice, the A-E should complete and submit with their response the first page of the PPQ, Attachment B, including contract and client information for the respective projects. Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government s point of contact, Naval Facilities Engineering Command Southwest, Code ACQ4.DE, Attn: Dawn Evans, via email at dawn.i.evans1@navy.mil, prior to the response date. A-Es shall not incorporate by reference into their response ACASS/CPARS or PPQ evaluations 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. Submitted ACASS/CPARS and PPQ evaluations will not be counted as part of the page limitation and shall be attached to the SF330, behind the SF330 Part II document. Evaluations or awards for projects not listed under Criterion 1 will not be evaluated. For projects provided as experience in Section F, list and provide copies of any applicable performance awards received (not counted in the 40-page limitation for SF330 Part I). Clearly indicate to which Section F project the award relates to; otherwise the information may not be considered. Criterion 4 - Safety The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. The Government will evaluate the Offeror s overall safety record, the Offeror s plan to select and monitor subcontractors, any and innovative safety methods that the Offeror plans to implement for this procurement. The Government s sources of information for evaluating safety may include, but are not limited to, OSHA, NAVFAC s Facility Accident and Incident Reporting (FAIR) database, and other related databases. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete safety information regarding these submittal requirements rests with the Offeror. The evaluation will collectively consider the following: - Experience Modification Rate (EMR) - OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate - Offeror Technical Approach to Safety - Other sources of information available to the Government (1) Experience Modification Rate (EMR): The Government will evaluate the EMR to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rating. Lower EMRs will be given greater weight in the evaluation. (2) OSHA Days Away from Work, Restricted Duty, or Job Transfer (DART) Rate: The Government will evaluate the OSHA DART Rate to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the rates. Lower OSHA DART Rates will be given greater weight in the evaluation. (3) Technical Approach to Safety: The Government will evaluate the narrative to determine the degree to which subcontractor safety performance will be considered in the selection of all levels of subcontractors on the upcoming project. The Government will also evaluate the narrative to determine the degree to which innovations are being proposed that may enhance safety on this procurement. Those Offerors whose plan demonstrates a commitment to hire subcontractors with a culture of safety and who propose innovative methods to enhance a safe working environment may be given greater weight in the evaluation. Submittal Requirements (Section H of the SF330): Offerors shall submit the following information, certifying their corporate health and safety performance history. If the Offeror is a joint venture, information should be submitted as a joint venture. If there is no information for the joint venture, information should be submitted for each joint venture partner. Offerors must demonstrate the relationship between the firms and identify each partner s roles and responsibilities as it pertains to their safety program. Firms will be evaluated on their record of safety and the effectiveness of their proposed safety management plan. 1. Experience Modification Rate (EMR): Submit your insurance company EMR for the last five (5) years (March 2014 to March 2019). If an EMR is not available for the entire five-year period from the insurance carrier, the Offeror shall provide an explanation as to why it is not available. If an Offeror was not rated by the insurance carrier, submit a letter from the insurance carrier stating that your firm was not rated. The letter shall provide a point of contact (name, phone number, email address) with the insurance carrier for verification purposes. Offerors shall advise your insurance agent that the government will contact them to confirm the EMR. 2. Citations (Federal, State, and Municipal OSHA-Type): Submit copies of Federal, State, and Municipal OSHA-type citations for the last five (5) years (March 2014 to March 2019). Offerors shall provide a written response addressing corrective action taken by the Offeror and mitigation plans to avoid recurrence in the future. 3. Safety Management Plan: Narrative shall demonstrate the effectiveness of their proposed safety management. The plan shall document how the Offeror will ensure safety of prime personnel, and subcontractor personnel, who will be responsible for managing safety and that individuals reporting chain of command. In addition, the plan shall specify how safety will be managed during the performance of the work requirement. The Safety Management Plan shall be limited to three pages (a page is one side of a sheet of paper) and inclusive in the overall page total specified in Submittal Requirements above. Criterion 5 - Location and Knowledge of the Locality The evaluation will consider Offerors location, demonstrated knowledge of the general geographical areas and working knowledge of the local regulatory environment in relation to Naval and Marine Corps installations in California, Arizona, Colorado, Nevada, New Mexico, Utah, and Washington. The preponderance of the work will be at Navy and Marine Corps installations in southern California. Prime A-E firms with a local office in southern California may be considered more favorably in the evaluation. Submittal Requirements (Section H of the SF330): Submit a narrative demonstrating the Offeror s knowledge of project experience within the geographical locations for anticipated projects and working knowledge of the local regulatory environment in relation to Naval and Marine Corps installations in California, Arizona, Colorado, Nevada, New Mexico, Utah, and Washington. Provide any additional information regarding location and knowledge of the locality that has not already been provided in another section of the SF330. Include: 1) location of the Offeror s main office and any branch offices and sub-consultant offices that will be utilized for this contract; 2) description of team s knowledge of, and project experience within, the targeted geographic areas; and 3) description of team s availability and ability to ensure timely response to requests for onsite support. Criterion 6 - Capacity The evaluation will consider the Offeror s capacity to accomplish the work in the required time. Offerors will be evaluated based on projected workload and staffing, and ability to meet the requirements of FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003). Offerors must demonstrate capacity to work on multiple simultaneous projects in dispersed locations. Submittal Requirements: Indicate the Offeror s present and projected workload (including project type, dollar amount, and complexity), staffing plan (including location of staff and consultants), and the availability of the proposed team for this contract performance period. Indicate any specialized equipment, particularly related to state of the art stormwater compliance, and to a lesser extent, potable water, groundwater, and wastewater technology. Include information concerning the Offeror s ability to obtain security clearance(s) for its key personnel. Provide any additional information pertinent to the Offeror s capacity to meet the FAR 52.219-14 requirement that at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. Capacity to accomplish multiple task orders simultaneously with overlapping delivery dates. Criterion 7 - Quality Control Program The evaluation will consider the Offeror s corporate quality control program, processes and procedures, and assigned authorities for the Quality Control (QC) program to ensure technical accuracy of the A-E work product and effective cross-coordination among firms. For Offerors who are joint ventures and/or teams with offices in a variety of locations, describe how the QC effort will be implemented across the various team offices. Describe from which office the QC program will be managed/coordinated and the plan/methods to ensure effective QC and communication between offices. Firm s that demonstrate a QC process that will minimize the government s quality assurance (QA) effort in reviewing the A-E s work product may be considered more favorably in the evaluation. Submittal of broad or generic quality control manual is not acceptable. Submittal Requirements: Provide a description of the specific steps the project team will use for each of the tasks under this contract that relate to: (1) Management of workload, coordination between team members, and assignment of tasks to appropriate personnel across all disciplines. (2) Use of appropriate technical methodology, technical and regulatory accuracy, consistency between resource topics in a single document. (3) Illustrate successes in ensuring quality and identify any commendations or evaluations received regarding QC. (4) In addition to technical document preparation, discuss how the project team proposes to provide quality service in terms of understanding government client objectives, following government-provided document formats and templates, providing timely responses to government requests, and reducing government time and effort required to manage the contract. (5) Of special interest are the quality control processes for checking documents in place that minimize the government s need to perform quality assurance reviews of the A-E s work product for errors, omissions, and quality across all disciplines. Criterion 8 - Volume of Work Awarded Offerors will be evaluated in terms of volume of work previously awarded to the firm by the Department of Defense (DoD) within the past twelve (12) months with the objective of effecting an equitable distribution of contracts among qualified A-E firms as appropriate. Submittal Requirements (Section H of the SF330): The information pertaining to Criterion 8 will be extracted from the Federal Procurement Data System (FPDS). There are no documentation and/or submittal requirements for Offerors under this criterion. ADDITIONAL INFORMATION All information must be included in the SF 330 package (cover letter and attachments). Excess number of pages will be excluded from the evaluation process. 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. SAM is a Federal Government owned and operated free website and is the primary Government repository for current and prospective federal awardee information. Complete your SAM registration for the same name and address identified as the submitting office on your SF330, with its associated CAGE code and DUNS or DUNS+4. Registration instructions and information can be accessed from the SAM home page at: https://www.sam.gov. In accordance with Selection of Architects and Engineers, 40 U.S.C. Chapter 11 (previously known as the Brooks Act), the A-E firm must be a registered/licensed architectural and/or engineering firm and shall submit proof of this with the submission of the SF330. Specifically, section 901(1) of Selection of Architects and Engineers, 40 U.S.C. Chapter 11 requires that a firm be a legal entity permitted by law to practice the professions of architecture and engineering . The A-E firm must be permitted by law to practice the professions of architecture or engineering in California. Should the A-E firm be permitted by law to practice the professions of architecture and engineering in more states within the geographic region covered by the proposed contract, Offerors shall submit that information. In states where a firm is not required to be registered under state law, the name of the registered architect or engineer with their state registration number and business license is acceptable. Firms must submit proof with the SF330 that they have filed the Organizational Record Form for businesses whose principal office is in California or for principal offices in other states. Architect-Engineer firms which meet the requirements described in this announcement are invited to submit a completed SF330 to the office shown below. SF330s are due on 23 April 2019 by 2:00 p.m. PST. Submittals received after this date and time will be processed in accordance with FAR 15.208. Facsimile and emailed SF 330s will not be accepted. The submittal package (4 original SF 330 s in separate 3 ring binder s; each 3 ring binder must also include a copy on CD in MS Word or PDF format) is to be received in this office (NAVFAC Southwest, 1220 Pacific Highway, Attn: Code ACQ4, Dawn Evans, San Diego, CA 92132) no later than the date and time specified above. THIS IS NOT A REQUEST FOR PROPOSAL. ALL INFORMATION REQUIRED TO SUBMIT AN SF330 IS CONTAINED IN THE SF330 INSTRUCTIONS AND THIS SYNOPSIS AND ATTACHMENTS. NO SOLICITATION PACKAGE, TECHNICAL INFORMATION, OR BIDDER/PLANHOLDER LIST W NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-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/notices/4c3601959314420f5a97030d242fb881)
- Record
- SN05256633-F 20190323/190321230023 (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 |