Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
DOCUMENT

C -- Indefinite Delivery Indefinite Quantity (IDIQ) Contract providing Range Sustainability Services for Military Training and Testing Range Complexes and Assets at Various Locations Worldwide - Attachment

Notice Date
8/6/2012
 
Notice Type
Attachment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
Solicitation Number
N6274212R1863
 
Response Due
9/6/2012
 
Archive Date
9/21/2012
 
Point of Contact
Annette Tijerina or Richard Keener 808-474-6476
 
Small Business Set-Aside
N/A
 
Description
Architect-Engineer (A-E) Services are required for an Indefinite Delivery Indefinite Quantity (IDIQ) Contract providing Range Sustainability Services for Military Training and Testing Range Complexes and Assets at Various Locations Worldwide. Contract services also include environmental planning associated with National Environmental Policy Act (NEPA) and Executive Order (EO) 12114 (Environmental Effects Abroad of Major Federal Actions) in support of the Tactical Training Theater Assessment and Planning (TAP) Program. A-E Services that may be ordered include preparation of military readiness activities documentation including Environmental and Operational Military Range Planning Documents for Pacific Fleet and U.S. activities in the Pacific Ocean and the western United States (U.S.). Most of the work awarded under the contract will involve Navy training range complexes within the Pacific Fleet Area of Operations (AO); however, this contract may also include work on military training and testing areas and installations around the world. Within the Pacific AO there are three types of areas (Naval and Marine Corps ranges, training and testing areas and operating areas (OPAREAs)) which exist in the western U.S., off the west coast of the Continental U.S., South America, Hawaii, Alaska, and islands within the Pacific Ocean including Guam (Mariana Islands), Japan, and Okinawa. Some work may involve range complexes, OPAREAs, and installations controlled by other Navy components such as Naval Air Systems Command and Naval Sea Systems Command and other U.S. Government activities. The contract will require services of a multi-disciplinary organization capable of supporting range sustainment activities, primarily through the TAP Program. The general scope of this contract must meet a variety of sustainment analysis and planning requirements. Key competencies may include, but are not limited to: physical sciences, marine and terrestrial biology, naval acoustic analysis, engineering, environmental planning, Navy weapon systems, Navy testing and training ranges, military testing and training activities, information (info) technology and database management, DoD info assurance, knowledge of geographic info systems, land use planning, and noise analysis (Air Installation Compatible Use Zone (AICUZ), encroachment analysis). Lead professionals conducting scientific studies, planning, and engineering must utilize appropriate methods of analysis commonly accepted within the specialty and have obtained necessary professional credentials in accordance with industry accepted standards such as a combination of education and experience, licensure, or professional registration (e.g., relevant BS with demonstrated experience in the subject/topic, licensed professional engineer, certified planner, etc.). The anticipated range of services required under the contract may include but are not limited to the preparation of: Environmental Planning documents in compliance with NEPA and EO 12114; Training Range Strategic Vision, Requirements, and Planning documents; Range Complex Management Plans (RCMPs) in accordance with applicable Navy policies including the most current versions of OPNAV 5090.1, DoDD 3200.15, DoDD 4715.11/12, and DoDI 4715.14; Annual range investment recommendations for the Tactical Training Range (TTR) Prioritization Conference; Biological and ecological studies in support of environmental documentation and regulatory consultations; Endangered Species Act (ESA) Biological Assessments, consultations and permits; Marine Mammal Protection Act (MMPA) Letters of Authorization (LOAs), consultations and permits; Coastal Consistency Determinations (CCD) in accordance with the Coastal Zone Management Act (CZMA); Essential Fish Habitat (EFH) assessments; Section 106 and 110 documents required under the National Historic Preservation Act (NHPA); AICUZ and Range AICUZ (RAICUZ) documents; Other range-related reports, documentation, or analyses such as the Sustainable Ranges Report (SRR) per section 366 of the FY03 National Defense Authorization Act (USC10 §113 of 02 Dec 02); Encroachment Action Plans (EAPs) in accordance with OPNAVINST 11010.40 and CNICINST 11010.1; Other regulatory compliance documents associated with the environmental planning efforts. All work must be performed in accordance with environmental laws and the associated regulations including, but not limited to the most current version of OPNAV 5090.1, NEPA and EO 12114, MMPA, ESA, Magnuson-Stevens Fisheries Conservation and Management Act, CZMA, Clean Water Act (CWA), Clean Air Act (CAA), Resource Conservation and Recovery Act (RCRA), and the Migratory Bird Treaty Act (MBTA). The contract requires knowledge and experience with military operational training requirements, particularly Fleet training and exercise requirements. Products developed in support of the services rendered may include studies, preliminary plans, cost estimates and descriptive text for future planning, work plans, special planning, and engineering services. Certain reports that may be required include training range strategic vision and requirements, training range capabilities gap analysis and investment recommendations; environmental analyses; analyses of acoustic and explosive events associated with Navy testing and training on the environment; quantitative estimations of the distribution of marine and terrestrial biological populations; geospatial analyses; info technology applications; air quality analyses; anthropogenic sound characterization and quantification; encroachment and land use compatibility analyses; air space analyses; socio-economic studies; and public outreach-related efforts and services such as public meetings, posters, fact sheets, and website hosting. Naval Facilities Engineering Command (NAVFAC) Pacific currently uses the following software applications: Microsoft XP Professional, Microsoft Office 2007 (Word 2007, PowerPoint 2007, Excel 2007, Access 2007, Project 2007, and Outlook 2007), Adobe Acrobat 9 Pro, and Internet Explorer 7. The contract requires the use of available government info system (i.e. Environmental Information Management System (EIMS), Data Collection and Scheduling Tool (DCAST) as well as some non-navy systems such as the Range Facility Management Support System (RFMSS) were applicable) for info required for the task (e.g. range utilization data for the range capabilities gap analysis). Also, the contract requires A-E contractors to have on-line access to e-mail via the Internet to exchange routine correspondence and, as capabilities become available, collaborate on projects, compile documents, populate databases, manage online document review and commenting, conduct geospatial analysis and generate maps, and integrate final deliverables into the Navy ™s enterprise operational range info management system (i.e., EIMS ). Therefore, additional Multi-media electronic software applications that may be required include, but are not limited to, the following: Oracle Database, ArcGIS, Google Earth Professional, and AutoCad. In accordance with the contract or task order statement of work, the contractor shall complete necessary tasks and submittals or submit various reports to the Government that are readily useable in these applications without further adjustments. Evaluation and selection of the most highly qualified firm will be based on the selection criteria stated herein. The A-E must demonstrate its and each key consultant's qualifications with respect to the published selection criteria for all services. The following selection criteria 1 through 8 are listed below in descending order of importance: Selection Criteria (1)Selection Criterion 1 - Specialized Experience and Technical Competence (SF330 Section F/ H): A-E firms will be evaluated on specialized experience and technical competence in preparation of the above listed documents, related studies, and knowledge of environmental planning and regulations, military operational and training experience, and Navy policy pertaining to this type of work. The specialized experience and technical competence of the prime or lead A-E firm will be weighted more heavily than that of the subcontractors. SUBMISSION REQUIREMENTS: Provide a maximum of five (5) projects recently completed or substantially completed (i.e. invoiced/billed 80% or more) since 1 January 2007. A minimum of two (2) projects should demonstrate ability to complete relevant complex NEPA/EO 12114 analysis (i.e. Environmental Impact Statements). Projects demonstrating environmental planning (NEPA and EO 12114) experience in military (and especially Navy) operational at-sea training or testing sites will be evaluated more favorably. A minimum of one (1) project should demonstrate the ability to complete a training range long range planning and requirements document. Projects demonstrating experience at evaluating a system of ranges and training range capabilities requirements will be evaluated more favorably. A minimum of one (1) project should demonstrate the ability to complete comprehensive operational range planning documents. Projects demonstrating relevant operational training and testing experience on military (and especially Navy) tactical training range complexes will be evaluated more favorably. Additionally, one (1) project should demonstrate the ability to conduct in-water acoustic impact analysis to living marine resources. This project should demonstrate an understanding of modeling and the resulting output in terms of Navy training and testing particulars, biological at-sea densities and how that data is used in the model, development and application of impact criteria, and the biological significance of results. The submission for each project shall include: Point of contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, award contract value, and amount invoiced to date. The submission should include a discussion of how the performance of the project demonstrates the required experience. If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror should specifically address the work performed by the proposed joint venture partner(s). If the project description does not clearly delineate the work performed by the proposed joint venture partner(s), the project will be evaluated less favorably. Likewise, if the proposed joint venture partner(s) worked as a subcontractor on a project, the offeror should specifically address the work performed by the proposed joint venture partner(s). Projects shall be submitted on the SF330. For submittal purposes, each task order on an IDIQ contract is considered a project. Do not list an IDIQ contract as an example of a completed project; instead, list the relevant completed or substantially completed task orders. If a project does not provide requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably. Note: If the A-E firm is a joint venture, info should be submitted for projects performed by the joint venture; however, if there are no recent relevant projects performed by the joint venture, submit projects performed by the individual partner entities of the joint venture. The total number of such projects should not exceed five (5) projects. If more than five (5) projects are provided, only the first five will be considered. (2)Selection Criterion 2 - Professional Qualifications (e.g. education, experience, professional registrations) of Key Personnel assigned to this contract for the type of work addressed in Selection Criterion 1 (SF330 Section E/F): A-E firms will be evaluated in terms of the related qualifications and experience of the key personnel proposed to accomplish this work. Greater importance will be placed on the military operations specialists and environmental planning fields. Failure to provide qualified personnel in each of the positions described below will be evaluated less favorably. The professional qualifications and past performance of the prime or lead contractor's key personnel will be weighted more heavily than those of a subcontractor(s) ™s key personnel. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide specific expertise. Individuals identified as key personnel will be dedicated staff, i.e., their primary responsibility being the support of this contract. Key personnel and their responsibilities/duties or expertise for this contract are: Program Manager - Responsibilities and duties include: (1) overall management of this contract; (2) ensuring compliance with all applicable Federal, State, Local, DoD, and Navy/Marine Corps regulations, guidance, and policy, as well as the contract terms and conditions; (3) monitoring and controlling project costs and quality control; (4) assigning personnel consistent with task order requirements; Contracts Manager - Responsibilities include overseeing the procurement of all subcontracts and task orders issued under this contract. Duties include, but are not limited to: working with technical representatives to develop requirements for each task order, planning acquisition strategy, supervising procurement specialists, preparing task orders and awarding subcontracts, and managing the procurement program for this contract. The qualified individual will also serve as the primary point of contact for Navy Contract Specialists for administration of the basic contract and for the solicitation, award, and administration of contract task orders. Quality Control (QC) Manager -Responsibilities include developing, maintaining, and enforcing the QC program; Lead Military Operations Specialist “ Expertise includes an in-depth knowledge and experience with military testing/training and operations; range/OPAREA/airspace management and planning (including funding); funding, development, and advancement to final operating capability of new weapons/systems; and military command structures including coordination between services. Knowledge of Naval Services, or Department of Navy, to capture Marine Corps activities. SUBMISSION REQUIREMENTS: Provide the following: (a) list of names of each proposed key personnel to be assigned to this contract. Identify and describe their professional registration or qualifications, role expected to play in this contract, and roles they performed in projects similar to those listed in Selection Criterion 1; and (b) resumes for key personnel are limited to three (3) pages each and shall include project specific info that clearly sets forth the role and experience the individual had in performing the contract. Any pages over this limit will not be considered. (3)Selection Criterion 3 - Past Performance (SF330 Section F/H): A-E firms will be evaluated on recent and relevant past performance with respect to work quality, compliance with schedules, staffing resources, and cost control on projects addressed in Selection Criterion 1. In evaluating past performance, the Government may consider info in the A-E ™s SF-330 and info gathered from other sources including former customers, Government agencies, federal databases and other references. The info provided by the A-E may provide the major portion of the info used in the Government's evaluation for past performance. The Government, however, is not restricted to the info provided by the Offeror and may use other sources to assess past performance info such as the Past Performance Info Retrieval System (PPIRS), A-E Contract Administration Support System (ACASS), and inquiries with previous customers/owners. SUBMISSION REQUIREMENT: (a) Include any letters of commendations or awards. (b) If an A-E is utilizing past performance info of affiliates/subsidiaries/parent /LLC/LTD member companies, the proposal shall clearly demonstrate that the affiliate/subsidiary/parent/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the past performance info of the affiliate/subsidiary/parent/LLC/LTD member companies to be considered. The proposal shall state specific commitments of technical resources (e.g. personnel, equipment) that the affiliate/subsidiary/parent/LLC/LTD member companies will commit to the performance of this contract. In particular, the proposal will clearly state the specific commitments of resources of the affiliate/subsidiary/parent/LLC/LTD member that will perform the contract requirements. The SF-330 shall also describe specific roles of the affiliate/subsidiary/parent/LLC/LTD member companies in terms of the work it will either self-perform or manage on behalf of the A-E for future task orders in performance of the contract. (c) A subcontractor's or subconsultant's past performance will not be given the same level of consideration as either the prime contractor or the joint venture partner because there is no direct legal relationship between the Government and the subcontractor/subconsultant. The Government will consider the past performance and experience of a subcontractor/subconsultant where the prime contractor provides, in its SF-330, evidence of a binding teaming agreement or other contractual agreement which creates legal responsibility on the part of the prime contractor and the subcontractor/subconsultant to enter into a subcontract. However, the level of consideration will depend on the extent to which the proposal demonstrates the prime contractor's commitment to award a subcontract to the subcontractor/subconsultant and subcontractor's/subconsultant's commitment to enter into a subcontract with the prime contractor, including legal accountability for both parties. (d) Prime contractor-subcontractor/subconsultant teams/Joint Ventures/LLCs/LTDs with a demonstrated history of working successfully together on prior projects may be considered more favorably than those without such history. (4)Selection Criterion 4 - Management Approach and Workload Capacity (SF330 Section H): A-E firms will be evaluated on their plan for managing this contract, ability to perform the work in accordance with established schedules, the capacity to accomplish multiple complex tasks simultaneously, the capability to meet the required schedules with quality deliverables, and capability to provide qualified backup staffing for key personnel to ensure continuity of service and ability to surge to meet unexpected project demands. A-E firms shall demonstrate their capability to handle and store classified info within a secured environment in accordance with SECNAV M-5510.36 DON Information Security Program (June 2006), OPNAVINST 5513.F DON Security Classification Guide (December 2005), and DoD 5220.22-M NISPOM (February 2006). A-E firms shall demonstrate the ability to leverage the capabilities of enterprise info management systems to conduct project collaboration, compile documents, populate databases, conduct geospatial analysis and generate maps, and integrate and submit electronic deliverables. SUBMISSION REQUIREMENT: Demonstrate how the management approach will be advantageous to the government. As an attachment, provide an organization chart of the proposed team showing the names and roles of all key personnel listed in Section E and other essential team members with their associated firm names and discuss the management plan for this contract. Show current and projected workload with a plan and schedule to accomplish the work. Discuss impact of the workload required by this contract on staff ™s projected workload during the contract period. Discuss capability to accomplish multiple tasks simultaneously and to provide qualified staffing to ensure continuity of services and ability to surge to meet unexpected project demands. Discuss ability to handle and store classified info within a secured environment. Identify information management systems and how the firm used them to improve quality and generate efficiencies in past projects, specifically, in the projects used to demonstrate Specialized Experience and Technical Competence under Selection Criteria 1 above. Submissions shall be limited to ten (10) pages (any pages over this limit will not be considered). (5)Selection Criterion 5 - Commitment to Small Business (SB) (SF330 Section H): The Government will evaluate two subfactors: (A) Past performance in Utilization of SB Concerns and (B) Participation of SB Concerns in this Project. SUBMISSION REQUIREMENT: Subfactor (A). PAST PERFORMANCE IN UTILIIZATION OF SB CONCERNS: Submittals that do not include responses addressing ALL elements of the requirements stated below (a. through g.) must include an explanation why that element is not addressed. a.Provide performance evaluation ratings (i.e., DD2631 or equivalent) obtained on the implementation of SB subcontracting plans for all of the offeror ™s contracts referenced under Selection Criterion 3, Past Performance. Recently completed project evaluations are desired, however, in the absence of recently completed project evaluations, interim ratings for projects that are 80% complete may be considered. If more than five evaluation ratings are provided, only the first five will be considered. In addition, the Government may consider past performance info on other projects as made available to the Government from other sources (such as Architect-Engineer Contract Administration Support System (ACASS). b.Provide info on national and industry-issued awards that offerors received for outstanding support to SB concerns within the past five (5) years. Include purpose, issuer, and date of award(s). National and industry-issued awards received beyond five (5) years will not be considered. c.Provide info on previous, existing, planned or pending mentor-protégé agreements (MPA) under any Federal Government or other program held within the last five years. Information should include, at a minimum, the members, objectives, period of performance, and major accomplishments during the MPA. d.Provide info on past use of Community Rehabilitation Program (CRP) organizations certified under the AbilityOne Program by NISH or the National Industry for the Blind (NIB). Information should include the contract type, type of work performed, period of performance, and number of employed severely handicapped persons. e.Provide SB subcontracting history. Large businesses with Federal contracting experience shall provide completed or most recently approved SF294s andSubcontracting Report for Individual Contractsand or Individual Subcontracting Reports (ISRs) on all contracts referenced under Selection Criterion 3, Past Performance. Reports for recently completed projects are desired, however, in the absence of recently completed project reports, interim reports may be considered if the project is at least 80% complete. If more than five (5) reports are provided, only the first five (5) will be considered. If goals were not met on submitted contracts, provide an explanation as to why. Newly established Large Businesses, or Large Businesses with no prior SF294/ISR history shall submit a subcontracting history on Attachment D, SB Past Performance. f.SB proposers shall provide a subcontracting history on Attachment D), SB Past Performance. g.If an Offeror is utilizing past performance info of affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the solicitation), the proposal shall clearly demonstrate that the affiliates/subsidiaries/parent/LLC/LTD member companies will have meaningful participation of all members in the management of the subcontracting program/plan by identifying the personnel or resources from the member companies that will be dedicated to managing the plan, and an organization chart which demonstrates the reporting chain within the membership. If the Offeror is a Joint Venture, Partnership LLC or other entity consisting of more than one entity, provide past performance information, elements a. through f., for each individual business entity(ies) that will be responsible for managing the subcontracting program/plan. (ii) Basis of Evaluation: The extent to which the proposal demonstrates the proposer ™s level of past performance in utilizing SB concerns, AbilityOne, Mentor-Protégé Agreements, and other socio-economic programs, as defined in FAR Parts 26.1 and 26.2, in subcontracting, and in meeting established SB subcontracting goals. Subfactor (B). PARTICIPATION OF SB CONCERNS IN THIS PROJECT: a. Identify, in terms of dollar value and percentage of total proposed price, the extent of work you will perform as the prime contractor. If submitting an offer as a Joint-Venture (JV), please identify the percentage of work each member will be responsible for and indicate the size status of each member, e.g., LB, SB, SDB, WOSB, HUBZone SB, etc. b.Address planned usage of SB concerns, including SDB, HUBZone, WOSB, SDVOSB and Historically Black Colleges and Universities/Minority Institution. SB Subcontracting Targets that meet or exceed the NAVFAC SB Subcontracting Targets, and a commitment to using SBs, including AbilityOne CRP organizations and mentor-protégé agreements for this project. Proposed goals exceeding the NAVFAC Subcontracting Targets may be rated higher. The proposed goals and NAVFAC Subcontracting Targets are expressed as a percentage of total subcontracted values. The Secretary of the Navy has assigned the NAVFAC goals for Fiscal Year (FY) 2013 through FY 2016 in terms of percentages of total planned subcontracting dollars for utilization of SBs. The NAVFAC Subcontracting Targets in percentages for this project are as follows: FY13FY14FY15FY16 * SB 67.0767.7468.4269.11 HUBZone SB8.768.899.029.16 SDB 17.0117.2717.5317.79 WOSB C15.0015.1515.3015.45 SDVOSB 3.173.483.834.22 *And Beyond Expressed in total subcontracted value. NOTE: (1) Slated Large Business firms will be required to submit a subcontracting plan prior to the interview. (2) In order to receive submittal evaluation benefit as HUBZone SB either as prime or subconsultant, proposed HUBZoneSB ™s must be certified by the SB Administration. Prime contractors may determine whether a prospective subconsultant is a certified HUBZone by accessing the Central Contractor Registration (CCR) at http://www.ccr.gov. (6)Selection Criterion 6 - Quality Control Program (SF330, Section H): A-E firms will be evaluated on the demonstrated success of the Quality Control (QC) program used to ensure technical accuracy and coordination of all deliverables, plans and documents. SUBMISSION REQUIREMENT: Address QC program and success of that program; describe how the A-E firm ensures consistent quality including subcontractor performance. Describe internal quality assurance procedures. Provide a list of personnel that will perform and be responsible for the QC program. Demonstrate how the QC program will be implemented to the benefit of the government. (7)Selection Criterion 7 - A-E Firm ™s Location (SF-330 Section H): A-E firms will be evaluated on the locations of the office or offices from which the A-E firm will perform the work under this contract. Offices within a short commuting distance of COMPACFLT (CPF) in Honolulu, Hawaii and CPF detachments in NAB Coronado and NAS Whidbey Island may be evaluated more favorably. SUBMISSION REQUIREMENTS: Indicate A-E services provider ™s location, including main offices, branch offices and any sub-consultants ™ offices and demonstrate how this will be advantageous to the government. (8)Selection Criterion 8 - Volume of work (SF330 Section H): A-E firms will be evaluated in terms of work previously awarded to the A-E firm by DoD within the past 12 months with the objective of effecting an equitable distribution of DoD A-E contracts among qualified A-E services providers that have not had prior DoD contracts. SUBMISSION REQUIREMENT: Indicate the number of DoD contracts or task orders and the respective award amounts for each performed by the A-E firm within the past 12 months. Indicate the contract and/or task order numbers for the awarded work. Joint ventures (JVs) should list the contract and/or task order numbers and amounts awarded to each joint venture entity for that time period. A-E firms with multiple offices shall indicate which branch office completed each project. Include the respective contracting agency ™s phone numbers and points of contact. This procurement is UNRESTRICTED and open to large and small business concerns. The North American Industry Classification System (NAICS) Code is 541330. The SB size standard is $14.0 million average annual receipts over the past 3 years. The resultant contract will be an IDIQ contract. Work under this IDIQ contract will be issued by firm-fixed price task orders. The contract term will be a base year and six (6) one-year option periods (if exercised). The total amount that may be paid under this contract (including option years) will not exceed $85,000,000. The options may be exercised within the timeframe specified in the resultant contract at the sole discretion of the Government subject to the workload and/or satisfactory performance by the A-E under the contract. There will be no dollar limit per task order and no dollar limit per year. Estimated date of contract award is August 2013. A-E ™s are advised that registration in the General Services Administration (GSA) System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render the A-E ineligible for award. For more information, check the SAM Website: http://www.sam.gov. For technical SAM help, contact the SAM help desk at www.fsd.gov. SUBMISSION REQUIREMENTS: The SF 330 shall be typed and shall not exceed 75 two-sided (8.5 x 11 inches) pages with one (1) inch margins and 10 point-font. Please include your DUNS, CAGE, and TIN numbers in Section H, Block 30 of the SF-330. In accordance with the Brooks Act, the A-E firm must be a registered /licensed architect and/or engineering firm to be eligible for award of this contract and must submit proof (i.e. State registration number, a brief explanation of the A-E firm ™s licensing in states that do not register firms, etc.) with the SF 330. Failure to submit the required proof may result in an A-E ™s elimination from consideration. Interested firms must allow sufficient time for receipt of submission. Late responses will be handled in accordance with FAR 52.215-1. Electronic (E-mail, facsimile, etc.) submissions are not authorized. A-E firms which meet the requirements described in this announcement are invited to submit a completed Standard Form (SF) 330, A-E Qualifications to the office shown below. SF330, Part II, shall be submitted for each firm that will be part of the team proposed and identified in Part I. An original and six (6) hard copies and two (2) electronic copies of the SF330 are required. Firms responding to this announcement by 6 September 2012, 2:00 p.m. Hawaii Standard Time (HST) will be considered. This is not a request for a proposal. (1) If sent via U. S. Postal Mail: Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) If hand-carried/Private Courier: Naval Facilities Engineering Command, Pacific A-E/Construction Contracts Branch (ACQ31:AT) 4262 Radford Drive, Building 62 Honolulu, HI 96818-3296
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274212R1863/listing.html)
 
Document(s)
Attachment
 
File Name: N6274212R1863_N6274212R1863_attachment__D.docx (https://www.neco.navy.mil/synopsis_file/N6274212R1863_N6274212R1863_attachment__D.docx)
Link: https://www.neco.navy.mil/synopsis_file/N6274212R1863_N6274212R1863_attachment__D.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02827548-W 20120808/120806234514-e6e039462263e9d56fc253e74a2dac27 (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.