DOCUMENT
C -- IDIQ CONTRACT FOR A/E WORK FOR MULTIMEDIA ENVIRONMENTAL COMPLIANCE ENGINEERING SUPPORT FOR NAVY, MARINE CORPS, AND OTHER DOD INSTALLATIONS, AND FEDERAL AGENCIES - Attachment
- Notice Date
- 1/23/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA
- Solicitation Number
- N6247018R7006
- Response Due
- 2/26/2018
- Archive Date
- 3/13/2018
- Point of Contact
- olga.dynov@navy.mil
- E-Mail Address
-
<!--
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT REFERENCE NUMBER N62470-18-R-7006 Title: INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) CONTRACT FOR ARCHITECTURAL AND ENGINEERING (A/E) WORK FOR MULTIMEDIA ENVIRONMENTAL COMPLIANCE ENGINEERING SUPPORT FOR NAVY, MARINE CORPS, AND OTHER DOD INSTALLATIONS, AND FEDERAL AGENCIES. THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS (RFP) AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. This Sources Sought Synopsis is being used as a market research tool to determine the availability and adequacy of potential qualified small business sources prior to determining the method of acquisition and issuance of a solicitation for architect-engineer services. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command, Atlantic (NAVFAC Atlantic), implied or otherwise, to issue a solicitation or ultimately award a contract. An award will not be made on offers received in response to this notice. The Government is not responsible for the cost associated with any effort expended in responding to this notice. All Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Businesses (VOSB), Economically Disadvantaged Women-Owned Small Businesses (EDWOSB), Women-Owned Small Businesses (WOSB), Small Disadvantaged Businesses (SDB) certified under the Small Business Administration ™s (SBA ™s) 8(a) Business Development Program, Historically Underutilized Business Zone Small Businesses (HUBZone SB) certified by SBA, and all other small businesses are encouraged to respond. If you are a HUBZone or an 8(a) Small Business, please submit the SBA Certification Letter or contract information for assigned SBA Business Development Specialist. Responses to this notice will determine the feasibility and/or basis for the Navy ™s decision to proceed with an acquisition. Information received in relation to this notice will be used to assist the Government in developing an overall acquisition strategy, including the type and number of contracts and use of small business concerns. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Large business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government ™s best interest. The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract. The geographic area covered by this contract encompasses Continental United States (CONUS) and Outside Continental United States (OCONUS) locations at Navy and other DOD installations world-wide. The principal geographical regions encompassed by this contract include the following Commander Navy Installations Command (CNIC) Navy Regions: - Naval District Washington (NDW) - Commander, Navy Region Mid-Atlantic (CNRMA) - Commander, Navy Region Southeast (CNRSE) - Commander, Navy Region Europe, Africa, Southwest Asia (CNREURAFSWA) The NAICS code for this proposed procurement is 541330 (small business size standard is $15 million). If the solicitation is issued, the contract will likely consist of a one-year base period and four (4) one-year options totaling five (5) years of performance. The anticipated total work to be issued over the life of the contract via task orders (base year plus four one-year options) is not anticipated to exceed the estimated maximum amount of $75 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470CON/N6247018R7006/listing.html)
- Document(s)
- Attachment
- File Name: N6247018R7006_N62470-18-R-7006.pdf (https://www.neco.navy.mil/synopsis_file/N6247018R7006_N62470-18-R-7006.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6247018R7006_N62470-18-R-7006.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6247018R7006_N62470-18-R-7006.pdf (https://www.neco.navy.mil/synopsis_file/N6247018R7006_N62470-18-R-7006.pdf)
- Record
- SN04797057-W 20180125/180123231323-b438d6b61bb0c6710a4a7132d7fbe57a (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 |