DOCUMENT
C -- IDIQ ARCHITECT-ENGINEER SERVICES FOR DESIGN, ENGINEERING, SPECIFICATION WRITING, COST ESTIMATING, AND RELATED SERVICES AT VARIOUS LOCATIONS UNDER THE COGNIZANCE OF NAVFAC PACIFIC - Attachment
- Notice Date
- 10/1/2018
- Notice Type
- Attachment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N62742 NAVFAC PACIFIC, ACQUISITION DEPARTMENT 258 Makalapa Drive, Suite 100, Pearl Harbor, HI
- Solicitation Number
- N6274219R0002
- Response Due
- 10/31/2018
- Archive Date
- 11/15/2018
- Point of Contact
- Shelly Torres 808-474-5914 Annette Tijerina, 808-471-0794
- E-Mail Address
-
shelly.torres@navy.mil
(shelly.torres@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM SF 330, ARCHITECT ENGINEER QUALIFICATIONS IS CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSALS (RFP) PACKAGE TO DOWNLOAD. This procurement will result in one Indefinite Delivery/Indefinite Quantity (IDIQ) contract for Architect-Engineer (A-E) services to include, but are not limited to, the preparation of Region/FEC Team 1391 Military Construction (MILCON) DD1391 project documentation, Engineering Studies, specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the MII cost estimating system, and other services such as design and engineering services for Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) projects, RFP documentation and plans and specifications for Design-Bid-Build projects at various locations in all areas under the cognizance of NAVFAC Pacific. The scope of work includes focus on general military construction such as military operations and administrative buildings but may also include other types of construction such as aviation and waterfront facilities, infrastructure improvements, firing ranges and living quarters. If asbestos or hazardous materials exist, the Architect-Engineer (A-E) contractor shall identify and provide for their disposal in the required documents in accordance with applicable rules and regulations pertaining to such hazardous materials. The selected A-E may be required to participate in a pre-fee meeting within seven days of notification and provide a fee proposal within ten days of the meeting. These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $99,000,000. The guarantee minimum for the contract term (including option years) is $10,000. Firm-fixed price task orders will be negotiated for this contract. There will be no dollar limit per task order and no dollar limit per year. Estimated start date is November 2019. This proposed contract is being solicited on an UNRESTRICTED basis and open to large and small business concerns. The Small Business size standard classification is North American Industry Classification System (NAICS) Code 541330, Engineering Services. 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. Evaluation and selection of the most highly qualified firm will be based on the following selection criteria, listed in descending order of importance: Criterion (1). Firm s Specialized Relevant Experience (within five (5) years). Firm s specialized recent relevant experience in the preparation of specifications utilizing the Department of Defense SPECSINTACT program, cost estimates utilizing the MII cost estimating system, Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB), Design-Bid-Build (DBB) projects, MILCON Region/FEC Team 1391 project documentation and Engineering Studies, in the NAVFAC Pacific Area of Responsibility (AOR). More favorable consideration may be given for: (1)Submission of more variety of specialized recent experience; (2)Projects located in Hawaii, Guam, Tinian, Diego Garcia, and Australia; SUBMISSION REQUIREMENTS: SF330, Part 1, Section F. For the proposed team, provide in Section F a maximum of ten (10) completed recent relevant projects along with description of correlated A-E support services rendered (Department of Defense SPECSINTACT program, cost estimates utilizing the MII cost estimating system, Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) and Design-Bid-Build (DBB) projects, MILCON Region/FEC Team 1391 project documentation and Engineering Studies). Professional design and engineering services of relevant projects submitted must have been completed within five (5) years immediately preceding the date of issuance of this synopsis. Engineering Studies are specifically related to project siting, scoping, costing and/or site investigations resulting in a MILCON 1391 document(s). Other Engineering Studies will not be evaluated. Checklists/matrices identifying specialized experience will not be considered. Only information provided in Section F, Block 24 will be considered. Block 24 shall clearly discuss the scope of services to demonstrate specialized experience provided in a project If more than 10 projects are submitted for evaluation, the Government will evaluate the first ten projects and disregard any other project information after the first ten projects. Section F, Block 24. Each project shall include (1) project title; (2) location; (3) year design and engineering services completed; (4) project owner; (5) point-of-contact name, e-mail address, and phone number; (6) contract number or project identification number; (7) contract performance period; (8) contract award amount; (9) estimated construction cost; and (10) description of project and relevance to this solicitation. A project is defined as either a stand-alone contract or a single task order in an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Government will not evaluate information provided for an IDIQ contract and will only evaluate individual task order information. The five (5) year completion timeline applies to design and engineering services (Section F, Block 22, Professional Services ) and does not include Post Construction Award Services (PCAS) services. The submission shall include a discussion of who executed the project as pertinent to demonstrating the firm s specialized experience. If a project was performed by a joint venture (JV), and all JV partners are not on the team proposed for this solicitation, the offeror should specifically address the work performed on the project submitted by the proposed JV partner(s). If the project description does not clearly delineate the work performed by the proposed JV partner(s), the project will be evaluated less favorably. Likewise, if the proposed JV partner(s) worked as a subcontractor on a project, the offeror should specifically address the work performed by the proposed JV partner(s) on the project submitted. If a project does not provide requested data, accessible point-of-contact, or valid phone number, that project may be evaluated less favorably. Note: If the A-E firm is a JV, information should be submitted for projects performed by the JV; however, if there are no relevant projects performed by the JV, submit projects performed by the individual partner entities of the JV. Failure to submit experience for all JV partners will be evaluated less favorably. A-E subconsultant s specialized experience on a Design-Bid-Build project will not be given the same level of consideration as the A-E prime contractor s or JV partner s. Specialized experience of an A-E subcontractor to a construction contractor, serving as the Designer-of-Record on a Design-Build project, will be given the same level of consideration as an A-E firm for a DBB project. Prime contractor-subcontractor/JVs/LLCs/LTDs with a demonstrated history of working together on prior projects will be considered more favorably than those without such history. Criterion (2). Key Personnel s Professional Qualifications, and Specialized Experience and Technical Competence. (a)Professional Qualifications: Professional qualifications of key personnel for design team. SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Provide a list of key personnel for two (2) design teams that shall be limited to the following: Principal-In-Charge of the Prime A-E firm, Project Architect (PA) or Project Manager (PM), Civil Project Engineer, Structural Project Engineer, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, Blast Engineer and Cost Estimator (CE). SF330, Part 1, Section E. Submit professional qualifications for these key personnel, including active U.S. professional registration (include State and discipline), number of years of experience, role in this contract, firm name and location, and education. For Cost Estimator, indicate years of experience, role in this contract (identify the primary cost estimator if more than one cost estimator is submitted), firm name and location, and education. Professional qualifications of personnel of the design teams other than the key personnel (e.g., Project Architect or Project Manager, Civil Project Engineer, Structural Project Engineer, Mechanical Project Engineer, Electrical Project Engineer, Fire Protection Project Engineer, Blast Engineer and Cost Estimator) shall not be submitted, and if submitted, shall not be considered in the evaluation. Do not use other company titles such as Type I Engineer where the discipline and role are unidentifiable. (b)Specialized Experience and Technical Competence: Key personnel specialized experience and technical competence. More favorable consideration may be given for: 1) PA/PM and CE s experience in (1) and (2) of Criterion 1 2) PA/PM professional qualifications and past performance of the prime or lead contractor s key personnel vice subcontractor(s) s key personnel SF330, Part I, Section E. Specialized experience and technical competence shall be limited to the two (2) Project Managers or Project Architects and two (2) Cost Estimators. Relevant project information for other key personnel is not required and if submitted, will not be considered in the evaluation. For these other key personnel, complete Blocks 12 through 18; and leave Block 19, Relevant Projects, blank. Complete one Section E for each Project Manager or Project Architect and Cost Estimator, providing all requested information. Submit a maximum of five (5) projects demonstrating experience in the specified design and engineering services (e.g. SPECINTACT, Cost estimates utilizing the MII cost estimating system, Functional Analysis and Concept Development (FACD), Request for Proposal (RFP) documentation for Design-Build (DB) and Design-Bid-Build (DBB) projects, MILCON Region/FEC Team 1391 project documentation and Engineering Studies). A project is defined as either a stand-alone contract or a single task order in an IDIQ contract having the features described above. If more than five (5) projects are submitted, the Government will evaluate the first five (5) projects listed in Part I, Section E and disregard any other project information. Each project shall include project title and location, year professional services (not including PCAS) completed, details of specialized experience, point-of-contact name, e-mail address, phone number, contract number or project identification number, contract period of performance, contract award amount, estimated construction cost and the role and experience the Project Manager or Project Architect and Cost Estimator had in performing the project. Experience in a role other than Project Manager or Project Architect and Cost Estimator for project submittal will not qualify as specialized experience and technical competence. If a project description does not clearly define the work performed by the Project Manager or Project Architect and Cost Estimator (including the specialized design and engineering service) or if a project does not provide the requested data, accessible points of contact, or valid phone numbers, that project may be evaluated less favorably or as not qualified. Criterion (3). Past performance on relevant projects with respect to work quality, compliance with schedules, cost control, and cooperation and responsiveness. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. For each relevant project submitted for Selection Criterion (1), Firm s Specialized Relevant Experience, submit a DD2631, Performance Evaluation (Architect-Engineer) or Contractor Performance Assessment Report (CPAR) Architect-Engineer. If a DD2631 or CPAR is not available, provide a NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Attachment A) (download from NECO, https://www.neco.navy.mil) and submit the Survey with the SF330. NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE shall be from the contracting agent and/or their representative responsible for the contract administration, or from the facility owner/user. It shall not be from the prime contractor on a design-build project nor shall it be from a prime contractor to a sub-contractor. If work was performed as a subcontractor for a project under Criterion 1, provide a completed Past Performance Questionnaire. Performance evaluations for other than the firm will not be considered. NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE previously completed for other announcements/RFPs may also be submitted. The information provided in the SF330 may provide the major portion of the information used in the Government s evaluation for past performance. The Government however, is not restricted to the information provided by the Offeror and may use other sources to assess past performance information such as the Past Performance Information Retrieval System (PPIRS) and inquiries with previous customers/owners. PPIRS will be evaluated for the firm that will perform the work and search will be based upon the CAGE/DUNS number provided for the firm. If the A-E received any less than satisfactory past performance evaluations from customers/owners, it is incumbent upon the A-E to provide an explanation of the rating and what the A-E has done or will do to preclude less than satisfactory ratings on future contracts. Letters of commendation or awards are not required, and if submitted, will not be considered in the evaluation. A sub-contractors or sub-consultants past performance will not be given the same level of consideration as either the prime contractor or the JV partner(s). Criterion (4). Capacity to perform the work in the required time and ability to accomplish multiple projects concurrently SUBMISSION REQUIREMENTS: SF330, Part 1, Section H. Describe the proposed team s ability to complete several large task orders concurrently requiring quick turnaround. Indicate the firm s current workload and the availability of the prime and sub-consultants for the specified performance period. Address how the firms organizational construct is most efficient and effective in the execution of work. Assume two (2) separate design teams will execute two (2) large projects concurrently. Identify team composition (prime A-E firm, subcontractor/subconsultant of major design disciplines, and other required design firms) and personnel (key personnel and other personnel of major design disciplines only). For all key personnel identified in Selection Criterion 2, explain their roles and responsibilities in the proposed organization. If the same key personnel are proposed for more than one (1) design team, provide explanation substantiating such designation and ability to accomplish multiple projects concurrently. Criterion (5). Knowledge and demonstrated experience in applying sustainability concepts through an integrated design approach and designing in accordance with the U.S. Green Building Council, Leadership in Energy and Environmental Design (LEED) Green Building Rating System or equivalent Third Party Certification agency. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Provide a maximum of three (3) projects that have attained or been submitted for LEED certification. For projects not yet certified, identify the date the project was submitted. For all projects, identify the team s major contribution(s) (design elements, features, equipment, etc.) in attainment of the certification. If more than three projects are submitted for evaluation, the Government will evaluate the first three projects and disregard any other project information after the first three projects. LEED certified projects will be considered more favorably than projects not yet certified. Discuss key LEED personnel experience and qualifications. Criterion (6). Internal design quality control program used to ensure technical accuracy of drawings, specifications, cost estimates and other required technical data. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Describe the design quality control organization structure; and list the responsible personnel. Discuss the methodology that will be used to eliminate errors, omissions, interferences, and inconsistencies between all design disciplines and consultants; inconsistencies between drawings, specifications, and cost estimates; and for the incorporation of the latest criteria, lessons learned and review comments. Briefly describe how the prime A-E will ensure quality consistently across the entire team and how quality of sub-contractor s work is assured. Address the team s QC processes for checking documents for errors, omissions and quality, and incorporating and tracking review comments. Describe how the cost estimator will ensure elimination of errors in quantity take-offs for cost estimates provided to the cost estimator by all design disciplines. Describe how the cost estimator will ensure consistency across disciplines and reasonableness in unit costs, contractor markups, as well as overall costs, provided to the cost estimator by all design disciplines. Describe how the cost estimator will ensure that the cost estimate is reflective of the market conditions at the project location at time of construction award and that the estimate is an unbiased and transparent estimate devoid of influence by others on the design team. Describe how and what the Cost Estimator will be providing as backup to any material, labor and equipment pricing. Criterion (7). Small Business Utilization. Firms will be evaluated on the extent to which their proposals 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. Firms will also be evaluated on the levels of small business participation proposed and the degree of commitment to use named sources. The anticipated benefits of proposed initiatives and tools to enhance small business participation and capabilities will be considered. The Government will assess proposal realism and the likelihood of success in achieving the small business objectives of this acquisition. Submission Requirements: (1) Achievements: All firms shall provide a narrative (shall not exceed two (2) single-sided pages or (one (1) double-sided page) 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. Provide the following in support of narrative submissions (excluded from page limitation): a.All firms shall submit small business subcontracting information associated with each project cited under the Criterion 1 Firm s Specialized Experience Factor in the format provided in Attachment B, Small Business Subcontracting Record. b.Firms representing as other than small businesses shall also provide copies of the most current individual subcontracting reports (ISRs) associated with each project cited under the Criterion 1 Firm s Specialized Experience Factor 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. Notes: The Government reserves the right to consider achievements information on other recent, relevant projects from all available sources. If the firm is a new joint venture, partnership or other entity consisting of more than one company, provide achievements information for each individual business entity(ies) that will be responsible for managing the subcontracting program and clearly describe those responsibilities. Failure to provide ISRs or any other requested information must be fully explained and may negatively impact your evaluation. (2) Small Business Participation and Commitment: All firms shall submit a small business participation and commitment strategy including all data elements shown in Attachment C, Small Business Participation and Commitment Strategy. a.Identify in terms of dollar value and percentage of the total acquisition the extent of work the firm will self-perform as the prime contractor. 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 (shall not exceed five (5) single-sided pages) to address other elements of the firm s 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. c.The anticipated prime and first tier overall small business participation rate for this acquisition (i.e. work to be performed by small businesses as the prime and/or subcontractors) is 20% of the contract value. Firms are encouraged to exceed this percentage and seek meaningful levels of participation in each of the small business socioeconomic programs listed in Attachment C consistent with efficient contract performance. Firms shall explain in their participation and commitment strategies how proposed participation rates were established. The small business participation and commitment strategy must be in agreement with any required small business subcontracting plan and will be made a part of the contract upon award. Slated large business firms will be required to submit a Small Business subcontracting plan prior to the interview. The NAVFAC Subcontracting targets for FY 19 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% Criterion (8). Firms location in the general geographical area and knowledge of the following locations: Australia, Hawaii, Guam, Tinian and Diego Garcia. SUBMISSION REQUIREMENTS: SF330, Part I, Section H. Indicate location of office that will be performing the work including subconsultants offices. Describe the team s knowledge of the geographical areas of Australia, Hawaii, Guam, Tinian and Diego Garcia. Specifically indicate if firm has an office(s) in any of these geographic areas and include description of staffing and functions for each office. Address ability of the firm to ensure timely response to requests for on-site support. Criterion (9). Volume of work Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A and E firms including small, disadvantaged business firms, and firms that have not had prior DOD A and E contracts. SUBMISSION REQUIREMENTS: Firms do not submit data for this criterion. SF-330 SUBMISSION REQUIREMENTS: 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. For more information, check the SAM Website at https://www.sam.gov. 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 selected firm, its subsidiaries or affiliates that design or prepare specifications for a construction contract cannot provide the construction services for the same contract. This includes concept design, which includes preparation of project programming documents (DD1391), facility siting studies, environmental assessments, or other activities that result in identification of project scope and cost. The prime firm and sub-consultants for this contract will be required to perform throughout the contract term. Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired. Completion of electronic annual representations and certifications are also mandatory prior to award of a contract. Refer to FAR 52.204-8 Annual Representations and Certifications. The contract will require that the selected A-E firm have e-mail and Internet on-line access for routine exchange of correspondence. Fee proposals may be subject to an advisory audit performed by the Defense Contract Audit Agency. In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires AE firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require AE firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction). Failure to submit the required proof could result in a firm s elimination from consideration. Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm s elimination from further evaluation. In addition to the information provided in the SF330, provide the CAGE and DUNS number for each member of the proposed team. Joint Ventures (JV), Limited Liability Companies (LLC), and Limited Partnerships (LTD) shall submit the following additional documentation regarding their business entities: a. A copy of the JV, LLC or LTD agreement. b. 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). c. A list of partners/parties, to include company name, DUNS and CAGE numbers, address, point of contact, Email address, phone number and facsimile number. Architect-Engineer firms desiring to be considered for this contract must submit a completed Standard Form (SF) 330 package, Architect Engineer Qualifications. The printed format shall be in an 8-1/2 x 11 paper format, bound in a 3-ring binder, typed with a minimum 11-point font size or larger (font limitations do not apply to graphics, captions or tables), and one-sided. Except for the Organization Chart, sheets larger than 8-1/2 X 11 including fold-out sheets will not be accepted. Part II, shall be submitted for each firm identified in Part I, Section C. Please include your DUNS and CAGE numbers in Block 30 of the SF-330. Any other information submitted such as company brochures, leaflets, etc., will not be considered. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit an original and two (2) paper copies and one (1) CD of the completed SF330 is required. The delivery addresses for SF 330s are as follows: (1) For SF 330s being sent via United States Postal Services (USPS): Naval Facilities Engineering Command Pacific Code ACQ31:AT (N62742-19-R-0002) 258 Makalapa Drive, Suite 100 JBPHH, HI 96860-3134 (2) For SF 330s being sent via courier service or hand-delivered: Naval Facilities Engineering Command Pacific Code ACQ31:AT (N62742-19-R-0002) 4256 Radford Drive, Building 62 Honolulu, HI 96818-3296 Notifications will be sent via email to the email address identified in Part I, Section B, Block 8. Firms responding to this announcement by 2:00 p.m. Hawaii Standard Time (HST) on 31 October 2018 will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The main point of contact is Shelly Torres, Contract Specialist, at (808) 474-5914 or at shelly.torres@navy.mil. The alternative point of contact is Annette Tijerina, Contracting Officer, at (808) 471-0794 or at annette.tijerina@navy.mil. All questions should be submitted in writing to include solicitation number and forwarded via e-mail to shelly.torres@navy.mil, no later than 15 days of the closing date. Questions submitted after this date may not be addressed by the Government due to time constraints. If an SF 254/SF 255 is submitted for this solicitation, it will not be reviewed or considered. As required above, provide verifiable evidence that your firm is permitted by law to practice the professions of architecture or engineering (e.g., state registration number). All potential offerors are advised to check the Navy Electronic Commerce Online (NECO) website, https://www.neco.navy.mil, or Federal Business Opportunities (FBO) website, https://www.fbo.gov/, for modifications pertaining to this announcement. Electronic (E-mail, facsimile, etc.) submissions are not authorized.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62742/N6274219R0002/listing.html)
- Document(s)
- Attachment
- File Name: N6274219R0002_N6274219R0002_Attach_A_B_C.pdf (https://www.neco.navy.mil/synopsis_file/N6274219R0002_N6274219R0002_Attach_A_B_C.pdf)
- Link: https://www.neco.navy.mil/synopsis_file/N6274219R0002_N6274219R0002_Attach_A_B_C.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N6274219R0002_N6274219R0002_Attach_A_B_C.pdf (https://www.neco.navy.mil/synopsis_file/N6274219R0002_N6274219R0002_Attach_A_B_C.pdf)
- Record
- SN05111280-W 20181003/181001230506-5dda10efe2a155d97e60d05052cdf8f8 (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 |