Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
MODIFICATION

C -- Architect-Engineer Services for Comprehensive Long-Term Environmental Action Navy V (CLEAN V), Naval Facilities Engineering Command Pacific

Notice Date
1/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N6274217R1800
 
Response Due
2/14/2017
 
Archive Date
7/31/2017
 
Point of Contact
Norine Horikawa 808-471-4666
 
Small Business Set-Aside
N/A
 
Description
01/23/2017 - Modification 2 to the synopsis is issued this date. This modification replaces the synopsis in its entirety. All Attachments to the initial synopsis remain unchanged. The revised synopsis follows: ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN OR IN AN ATTACHMENT. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This acquisition will result in the award of one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for multi-discipline Architect-Engineer (AE) services in support of the Department of the Navy ™s (DON) Environmental Restoration (ER) Program consisting of the Installation Restoration (IR) Program and Munitions Response (MR) Program in compliance with the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) and other similar programs. Required services will be performed at various Navy and Marine Corps facilities within the Naval Facilities Engineering Command (NAVFAC) Pacific (PAC) Area of Responsibility (AOR). Work will be performed predominantly in Hawaii and Guam and may potentially include other locations including Japan, Diego Garcia, and other areas in the Pacific or Indian Oceans. The firm may also, on occasion, be tasked to provide services described herein to any NAVFAC Command, any Department of Defense (DoD) activity, or other Federal agency activities in any geographic location. See Attachment A for the scope of services anticipated under the resultant contract. This acquisition will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. This acquisition is being solicited on an UNRESTRICTED basis. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330, Engineering Services. Small business size standard is $15,000,000. The market research sources sought synopsis issued November 18, 2016 did not result in a determination to set aside this acquisition for participation amongst small business firms, therefore this acquisition is being solicited on an unrestricted basis. The NAVFAC Pacific Small Business Office and the Small Business Administration (SBA) Procurement Center Representative (PCR) concur with this determination. The Government seeks the most highly qualified firm to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest, including NFAS 5252.209-9300, Organizational Conflicts of Interest. The prime firm for the resultant contract will be required to perform throughout the contract term. By submission of its proposal, the firm agrees that all items proposed (e.g., key personnel, subcontractors, approach, etc.) will be utilized for the duration of the awarded contract and any substitutions will require prior Contracting Officers approval. Please be advised that registration in System for Award Management (SAM) Database is required prior to award of a contract. Failure to register in the SAM Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov. SELECTION CRITERIA Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the selection criteria contained in this synopsis. Failure to comply with instructions, or provide complete information may affect the firm ™s evaluation or disqualify the firm from further consideration. Criteria are listed in descending order of importance. 1.Specialized Recent Relevant Experience/Technical Competence. 2.Professional Qualifications of the Key Personnel 3.Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently 4.Past Performance on Relevant Contracts 5.Quality Control Program 6. Firm ™s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project 7.Small Business Utilization 8. Volume of Work Awarded by DoD During the Previous 12 Months Projects submitted in the SF-330 shall be projects completed by the prime firm and any team subconsultant. Projects not performed by the prime firm and any team subconsultant may be excluded from further consideration. It is anticipated that interviews for slated firms will be conducted in Joint Base Pearl Harbor-Hickam, HI. Firms that are submitting information as a Joint Venture (JV) or a Limited Liability Company (LLC) shall submit their JV Agreement and/or LLC Operating Agreement as an attachment. Failure to do so will result in the rejection of the SF330 from further consideration. In addition, please ensure that the agreements address the following: a. 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). b. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. If the firm is a JV, information regarding the performance of recent, relevant projects shall be submitted to demonstrate the capabilities of the joint venture entity; however, if there is an insufficient amount of or no information relevant to the joint venture, information pertaining to each joint venture team member/partner shall be submitted. If a project submitted to demonstrate experience and past performance was performed by a JV, and not all JV team members/partners that performed the work remain on the JV team responding to this synopsis, the submission should only address the work performed by team members/partners to the JV responding to this synopsis. (For instance, if a past performance project was performed by a JV with partners A, B, C, and D and the JV is now composed of partners A, C, D, and E, the description of experience and past performance on the project should focus on the work performed by partners A, C, and D only). Likewise, if the JV firm or one of its team members/partners worked as a subcontractor on a project submitted to establish experience and past performance, the description should clearly describe the roles and responsibilities and work actually performed by the JV firm or team member/partner, rather than the work performed by the prime contractor or other subcontractors on the project as a whole. The submission should also state the percentage of the total project value performed under the subcontract. If the project description does not clearly delineate the work performed and the percentage of the total contract performed by the JV or its team members/partners responding to this solicitation, the project may be eliminated from consideration due to the inability to accurately assess relevance and experience. If a prime firm, JV partner, or LLC member submits prior experience and past performance obtained as a subcontractor, that project will not be given the same level of consideration as a project that was performed/completed as either a prime contractor or a joint venture partner/LLC member. If a firm is utilizing or relying on experience or past performance information from affiliates/subsidiaries/parent companies/LLC/LTD member companies (where the name of the entity is not exactly as stated on the SF330), the proposal shall clearly demonstrate that the affiliate/subsidiary/parent firm/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the experience, past performance, and/or key personnel information of the affiliate/subsidiary/parent firm/LLC/LTD member companies to be considered. The proposal shall state the specific resources (e.g., workforce, management, facilities, or other resources) that the affiliate/subsidiary/parent/LLC/LTD member companies will commit toward the performance of the contract. If meaningful involvement is not demonstrated in the proposal, the affiliate, subsidiary or parent company ™s experience or past performance and/or key personnel information will not be considered. A subcontractor ™s experience and past performance will not be given the same level of consideration as that of either a prime contractor or a joint venture partner/LLC member because there is no direct legal relationship between the Government and a subcontractor. If a prime firm submits prior experience and past performance obtained as a subcontractor, that project will not be given the same level of consideration as a project that was performed/completed as either a prime contractor or a joint venture partner/LLC member. Criterion 1- Specialized Recent Relevant Experience/Technical Competence Basis of Evaluation: SF330s shall be evaluated on specialized experience on recent, relevant projects for the prime firm and proposed team subcontractors in performing multiple projects involving field investigations and preparing studies/analysis/work plans/remediation oversight for environmental restoration projects and other technical support services consistent with the intended scope in Attachment A. A firm ™s recent relevant project experience will be evaluated against the needs of the services and requirements of this synopsis. More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence: Project cost. Project/site size (land area and/or depth). Types and complexity of work performed in the projects. Types, volume of contaminants/munitions, considering the respective risk/hazards. Logistical challenges and site conditions. Level of self-performance by the prime firm. Experience working for the Navy/Marine Corps. Experience working on a cost contract. Experience working on CERCLA projects Experience working on projects within the NAVFAC Pacific, Hawaii, and Marianas AORs Experience with munition response investigations utilizing geophysical survey for anomaly detection, location, and classification These considerations are not listed in order of importance. DEFINITION OF RECENT RELEVANT PROJECT: A relevant project is defined as a project whose scope of work was same/similar to the types of projects that may be ordered under the resultant contract and shall have required the performance of one or more of the services described in this synopsis (see Attachment A). A recent project is further defined as having been completed or substantially completed (at least 85%) within five years of the issuance of this synopsis. Submission Requirement: SF330, Part 1, Section F. Provide a maximum of ten (10) recent, relevant projects, of which a minimum of one (1) but no more than two (2) projects are munitions response program projects. At least five (5) recent, relevant projects shall have been conducted within the NAVFAC Pacific, Hawaii, and Marianas AORs, The SF 330 shall list the percentage of work performed on the entire project. For submittal purposes, a project must be a stand-alone contract, or a single contract task order under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The SF330 shall submit no more than one (1) double-sided page per recent, relevant project. If more than one (1) double sided page is submitted, the Government will not consider the information on the additional pages. Criterion 2 - Professional Qualifications of the Key Personnel Basis of Evaluation: SF330s shall be evaluated on the professional qualifications and capabilities of the Key Personnel to be assigned to this contract. Key Personnel and their duties/responsibilities/minimum qualifications are defined as: Program Manager: Responsibilities include overall management of this contract. Duties include ensuring compliance with the contract terms and conditions; quality control; review of contract task order (CTO) project documents to ensure product consistency; assigning personnel consistent with contract requirements; understanding and ensuring compliance with CERCLA, RCRA, TSCA and SDWA regulations, their state counterparts, and other applicable or relevant and appropriate requirements (ARARs); and performing as the Contractors representative. The qualified individual for this position shall have an undergraduate degree from a U.S. accredited university or college in an engineering, architectural or scientific discipline, must have active U.S. professional registrations/qualifications and a minimum of 6 years of experience managing multiple concurrent projects at multiple locations. Four years of the work experience shall be as a senior manager or project manager working on DoD-funded CERCLA projects, including budget and schedule management, project planning, and stakeholder interaction. Deputy Program Manager/Technical Director: Responsibilities include ensuring effective execution of projects; controlling project schedule and cost; recommending changes to improve project efficiency and effectiveness of overall execution of work; reviewing change proposals to ensure accuracy and appropriateness; understanding and ensuring compliance with CERCLA, RCRA, TSCA and SDWA regulations and their state regulation counterparts, and other ARARs; and ensuring the submission of quality technical reports. The qualified individual for this position shall have an undergraduate degree from a U.S. accredited university or college in an engineering, architectural or scientific discipline, must have active U.S. professional registrations/qualifications and a minimum of 6 years of experience managing multiple concurrent projects at multiple locations. Three years of the work experience shall be as a senior manager or project manager working on DoD-funded CERCLA projects, including budget and schedule management, project planning, and stakeholder interaction. Senior Scientist: Responsibilities include consulting with the Program Manager, Technical Director, and the Project Manager on scientific issues related to ER projects. Areas of specialty include geology, hydrology, and chemistry. Typical duties include identification of sampling requirements; collecting and interpreting field, chemical, and earth science data; evaluating contaminant and toxicity levels; supporting Navy in interface with regulators and performing field consultations. The qualified individual shall have a graduate degree from a U.S. accredited university or college in a scientific or engineering discipline and 5 years of experience working on CERCLA projects. Senior Human Health Risk Assessor: Responsibilities include preparing human health risk assessments for ER projects; interfacing with regulators and the Navy and Marine Corps Risk Assessors on technical issues; providing guidance, expertise, and oversight of all human health risk assessments performed under the program to ensure consistency of approach and compliance with EPA and Navy requirements. The qualified individual shall have a graduate degree from a U.S. accredited university or college in a scientific discipline and 5 years of experience preparing human health risk assessments in accordance with EPA requirements. Senior Ecological Risk Assessor: Responsibilities include preparing ecological risk assessments for ER projects; interfacing with regulators and the Navy ™s Ecological Risk Technical Assistance Team on technical issues; providing guidance, expertise, and oversight of all ecological risk assessments performed under the program to ensure consistency of approach and compliance with EPA and Navy requirements. The qualified individual shall have a graduate degree from a U.S. accredited university or college in a scientific discipline and 5 years of experience preparing ecological risk assessments in accordance with EPA requirements. Health and Safety (H and S) Manager: Responsibilities include implementing and overseeing the firms H and S program and plans in accordance with the OSHA regulations and U.S. Army Corps of Engineers Safety and Health Requirements Manual EM 385 1 1. The H and S Manager shall be either a Certified Safety Professional (CSP) by the Board of Certified Safety Professionals with experience in the Hazardous Waste Operations and Emergency Response (HAZWOPER) field or a Certified Industrial Hygienist (CIH) by the American Board of Industrial Hygienists. The qualified individual shall have a minimum of 4 years of experience in the H and S aspects of CERCLA field investigations. Quality Assurance (QA) Manager: Responsibilities include developing, maintaining, and enforcing the Quality Assurance/Quality Control (QA/QC) program; oversight of an analytical laboratory program; analytical database management; and performing field and laboratory QA audits. In addition, the QA Manager provides internal QA surveillance as specified in the DoD Policy and Guidance for Acquisitions Involving Environmental Sampling or Testing. The qualified individual shall have an undergraduate degree in a scientific or engineering discipline and 5 years of QA/QC experience managing ER projects. It is required that the individual be certified by the American Society for Quality as a Certified Manager of Quality/Organizational Excellence (CMQ/OE), Certified Quality Engineer (CQE), or a Certified Quality Auditor (CQA). Key personnel qualifications and experience will be evaluated against the needs of the services and requirements of this synopsis and may be evaluated more or less favorably considering the depth and breadth of demonstrated qualifications and experience. More favorable consideration may be given to any of the following, which are NOT listed in any order of precedence: Project cost. Project/site size (land area and/or depth). Types and complexity of work performed in the projects. Logistical challenges and site conditions. Experience working for the Navy/Marine Corps. Experience working in the NAVFAC Pacific, Hawaii, and Marianas AORs. Experience working on a cost contract. Experience working on CERCLA projects Relevance of educational degree. Active professional registration(s)/licenses Submission Requirements: SF330, Part 1, Sections E and G. Complete one Section E for each key person listed above, providing all requested information. Maximum of 2 single sided or one double sided page. For Section E, Block 13, specify the proposed role of the key person for this contract. Provide a maximum of five (5) recent relevant projects for each key personnel. Experience that is not related to the work described in this synopsis should not be included. A letter of commitment shall be provided for each proposed Key Personnel that does not currently work for the firm, and shall include the key person ™s role in the contract. Firms shall not submit Section E for personnel who will not be assigned as Key Personnel under this contract. Failure to completely fill out Section E for Key Personnel may affect the evaluation of your SF330. Key Personnel experience may include experience gained while not employed by the firm. Criterion 3 “ Capacity to Accomplish Work and Ability to Accomplish Multiple Projects Concurrently Basis of Evaluation: The SF330 shall be evaluated on the firm ™s capability and capacity to deliver on-schedule tasks/products similar to the type described in this synopsis assuming a workload of 10 “ 15 projects totaling a minimum of $10 million at multiple locations within the solicitation area of responsibility occurring concurrently. Firms who demonstrate substantial overlapping projects or overlapping projects significantly in excess of $10 million in value may be considered more favorably. Firms may be evaluated more favorably if they are able to demonstrate experience working in the NAVFAC Pacific, Hawaii, and Marianas AORs simultaneously. The SF330 shall also describe the proposed location of the program management office and how this organization will be advantageous to the Government and a detailed description of the organizational structure and how it will function. Submission Requirement: SF330, Part 1, Section H. Describe the firm ™s ability to complete multiple large and small task orders concurrently using the criteria above. Criterion 4 - Past Performance on Relevant Contracts Basis of Evaluation: The firm will provide past performance information on recent relevant projects for each relevant project submitted under Criterion 1. Evaluation of past performance will include, but not be limited to, cost control, overall quality of work, compliance with performance schedules, stakeholder and customer satisfaction, management and administration of DoD contracts Submission Requirement: SF330, Attachment. The firm ™s past performance evaluation will be based upon customer satisfaction in the execution of the recent relevant projects submitted for Criterion 1. If a completed Past Performance Information Retrieval System (PPIRS) evaluation is available, it shall be submitted with your SF330 for each project submitted for Criterion 1. If there is not a completed PPIRS evaluation, the Past Performance Questionnaire (PPQ), Attachment B, shall be completed and submitted with your SF330. A firm shall not submit a PPQ when a completed PPIRS evaluation is available. In addition to the above, the Government may review any other sources of information in the evaluation of past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming partners, former firms, or parent company/subsidiary/affiliate) identified in the SF330, inquiries of owner representatives, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the firm. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the firm Criterion 5 “ Quality Control Program Basis of Evaluation: SF330s will be evaluated on the demonstrated effectiveness of the firm ™s quality control program used to ensure technical accuracy of finished product. Submission Requirements SF330, Part I, Section H, Describe your quality control program including an example of how the program has worked successfully for one of the projects submitted under Criteria 1. Describe the design quality control organization structure; and list the personnel responsible for each phase of the design quality control. Describe how you intend to track review comments. Describe the methodology that will be used to eliminate errors and inconsistencies between all design disciplines and consultants and for the incorporation of lessons learned and review comments. Criterion 6 “ Firm ™s Location in the General Geographical Area of the Project and Knowledge of the Locality of the Project Basis of Evaluation: The SF330 shall be evaluated on the firm ™s location in the general geographical area and knowledge of the general geographical area of the intended work. In addition, the firm ™s ability to provide timely response to requests for on-site support to various locations within the general geographical area of the intended work. Submission Requirements: SF330, Part I, Section H. Describe the firm ™s location in the general geographical area and the firm ™s knowledge of the general geographical area of the intended work. Provide the firm ™s methodology to provide timely responses to request for on-site support to various locations within the general geographical area of the intended work. Criterion 7 - Small Business Utilization Basis of Evaluation: SF330s will be evaluated on the extent to which the submissions and other performance information available to the Government demonstrate a history of successfully supporting Government policies concerning utilization of small business concerns as subcontractors including, when applicable, achievements against established small business subcontracting plan goals. SF330s will also be evaluated on the levels of small business participation proposed and the degree of commitment to use the named sources. The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities may be considered. The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition. All large business firms that are slated shall provide a Subcontracting Plan, Attachment C at the time of their scheduled interview. Submission Requirements SF330, Attachments. All prime firms shall provide a narrative (limited to two pages) 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. In support of narrative submissions: a.All prime firms shall submit small business subcontracting information associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence in the format provided in Attachment D, Small Business Subcontracting Record. b.Prime firms representing as other than small businesses shall also provide copies of the most current individual subcontracting reports (ISRs) associated with each project submitted for consideration under Criterion 1, Specialized Recent Relevant Experience/Technical Competence 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. 2. All prime firms, including small business firms, shall submit a small business participation and commitment strategy including all data elements shown in Attachment E, Small Business Participation and Commitment Strategy. The NAVFAC subcontracting targets are shown below in Note (4). a.Identify in terms of dollar value and percentage of the total acquisition the extent of work the prime firm will self-perform. 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 (limited to two pages) to address other elements of the prime firms ™ 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. Notes: (1)The Government reserves the right to consider information on other recent, relevant projects from all available sources. (2)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 that will be responsible for managing the subcontracting program and clearly describe those responsibilities. (3)Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (4)The NAVFAC Subcontracting targets for FY17 and beyond is as follows: Small Business “ 65% Small Disadvantaged Business “ 15% HUBZone Small Business “ 6% Women-Owned Small Business “ 15% Service Disabled Veteran Owned Small Business “ 5% Forms to be used for submission of Small Business Utilization Factor information are: Attachment C “Subcontracting Plan (template) Attachment D “Small Business Subcontracting Record Attachment E - Small Business Participation and Commitment Strategy Criterion 8. Volume of Work awarded by the D0D during the Previous 12 Months: Basis of Evaluation: The SF330 shall be evaluated in terms of work previously awarded to the firm by the Department of Defense (DoD) within the past 12 months with the objective of effecting an equitable distribution of DoD A and E contracts among qualified A and E firms, including small and small disadvantaged business firms and firms that have not had prior DOD contracts. Submission Requirements: SF330, Part I, Section H. Provide a list of DoD contracts awarded in the last 12 months. Include dollar amount for each contract awarded. Firms with multiple offices shall indicate which office was awarded the contract. SF 330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this acquisition shall submit a completed SF-330 package. Do not submit SF 254/255s. The SF-330 shall be typed and at least 11 point Times New Roman or larger. Part I,Section H shall not exceed ten (10) single-sided 8.5 by 11 inch pages. This page limit does not include submission requirements annotated in the synopsis as Attachments, nor does the page limit include cover sheets or dividers, provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm. Should more than 10 pages be submitted for Part I, Section H, the information contained in the pages exceeding page 10 will not be considered. Part I pages shall be numbered sequentially. The organizational chart may be one page single sided 11 x 17 foldout, using 11 point font or larger (font limitations do not apply to graphics, captions or tables). Please include your DUNS, CAGE, and TIN numbers in Block 30 of the SF-330. Interested firms shall submit an original and six (6) hard copies of the SF-330 and one CD no later than 14 February 2017, 2:00 p.m. HST. If sent via United States Postal Service (USPS), please mail to: Naval Facilities Engineering Command, Pacific, Environmental Contracts Branch, Code ACQ32:NEH, 258 Makalapa Drive, Suite 100, JBPHH, HI 96860-3134. If sent via courier service or being hand-carried: Naval Facilities Engineering Command, Pacific, Environmental Contracts Branch, Code ACQ32:NEH, 4256 Radford Drive, Building 62, Honolulu, HI 96818-3296. Late responses will be handled in accordance with FAR 52.215-1. Electronic (E-mail, facsimile, etc.) submissions are not authorized. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274217R1800/listing.html)
 
Record
SN04377689-W 20170125/170123234122-dba00e114d69eeea01e624c14a063de4 (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.