SOLICITATION NOTICE
F -- RDTE Program Technical Services
- Notice Date
- 11/18/2025 12:48:47 PM
- Notice Type
- Presolicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
- ZIP Code
- 93043-4301
- Solicitation Number
- N3943026Q1001
- Archive Date
- 12/31/2025
- Point of Contact
- Nicole MENDES, Phone: 8059823993, Ryan J. Kenniff, Phone: 6197054260
- E-Mail Address
-
nicole.mendes@navy.mil, ryan.j.kenniff.civ@us.navy.mil
(nicole.mendes@navy.mil, ryan.j.kenniff.civ@us.navy.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business
- Description
- The Contractor will be expected to provide technical services to an applied Research, Development, Testing, and Evaluation (RDT&E) program. The RDT&E program focuses on Navy driven research needs related to at-sea compliance and permitting to ensure the Navy�s ability to conduct uninterrupted at-sea training and testing. Relevant laws and regulations include the National Environmental Policy Act (NEPA), Marine Mammal Protection Act, Endangered Species Act (ESA), and other federal, state, and local mandates. This will be a new procurement. It does not directly replace an existing contract. No prior contract information exists. Examples of historical documentation and events can be found at the provided website below. A commercial service contract is intended, to be specified within a Performance Work Statement (PWS), for the key tasks of: (1) Generating Communication Products, and (2) Meeting Planning, Facilitation, and Documentation. For reference, a Commercial Service Determination (CID301201336822325000) has been associated and recorded for these requirements, and use of provisions and clauses at FAR 12.301(b)(1-4) is intended. A women-owned small business set-aside is intended, but competition between eligible vendors will be conducted to ensure best value selection, under Simplified Acquisition Procedures (ref: FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services). The contract term will be for a base period of one year, starting in 2026, plus four option years; only the base period of the contract will offer a minimum guarantee. Additionally, if the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. This advertisement is a Presolicitation notice for regulatory compliance. Once the Solicitation document (SF 1449) is posted, it will share the same Solicitation Number N3943025Q1001, and will contain pre-award evaluation procedures, proposal requirements for responsiveness and responsibility determinations, and a full set of objectives and standards for future contract performance. All responsible sources may submit pricing quotes and technical capability statements for consideration.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/0f0a24b02e3045aeb42c91b7bb43b2bb/view)
- Place of Performance
- Address: Port Hueneme CBC Base, CA 93043, USA
- Zip Code: 93043
- Country: USA
- Zip Code: 93043
- Record
- SN07644699-F 20251120/251118230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |