ENVIRONMENTAL RESRTORATION A-E, NAVFAC NW (Соединенные Штаты Америки - Тендер #57183932) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки) Номер конкурса: 57183932 Дата публикации: 04-09-2024 Источник тендера: Государственные закупки США |
||
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
SOURCES SOUGHT NOTICE: ARCHITECTURAL-ENGINEERING SERVICES FOR ENVIRONMENTAL RESTORATION WITHIN THE NAVAL FACILITIES ENGINEERING COMMAND (NAVFAC) NORTHWEST AREA OF RESPONSIBILITY
NAVFAC Northwest is seeking certified Historically Underutilized Business Zone Small business (HUBZone) firms, certified 8(a) firms, certified Service Disabled Veteran Owned Small Business (SDVOB), certified Woman-Owned small business and Small Business firms with current relevant experience, personnel, and capability to perform the Architect-Engineering (A-E) services required for a firm fixed price Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for Environmental Restoration Projects at various facilities within the NAVFAC Northwest Area of Responsibility (AOR): including Alaska, Idaho, Iowa, Minnesota, Montana, Nebraska, North Dakota, Oregon, South Dakota, Washington, and Wyoming. It is anticipated that the majority of the work will occur in the state of Washington. The potential contract term includes a one (1) year base period and four (4) one-year (option) periods. The Government intends to award one IDIQ A-E Contract with a maximum potential contract value anticipated Not-To-Exceed (NTE) $50 million for the life of the contract.
Required A-E services are primarily for Environmental Restoration Services. Contract requirements will focus primarily on environmental restoration; however, projects may involve other environmental work such as compliance, planning, and studies or restoration of natural resources in support of the environmental restoration program or to support Navy activities. This contract will have capability to perform the following technical services in support of the Navy’s environmental restoration program. It is the government’s intent to have the majority of the work performed under this contract executed by appropriately registered and licensed engineers A-E services may include:
Concurrent task order awards from approximately $1K studies to $10M task orders in support of large, very complex environmental restoration designs and engineering services with less than one year to perform services in preparation of A-E packages may be anticipated.
The North American Industry Classification System (NAICS) Code is 541330 - Engineering Services - with a Small Business Size Standard of $25.5 million. All certified HUBZone, certified 8(a), certified SDVOSB small business, certified woman-owned small business, and small business firms are encouraged to respond. If considering a joint venture (JV), please describe the relationship. Responses from Large Businesses are not requested.
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. THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the acquisition strategy. The Government is not obligated to and will not pay for any information received from potential sources as a result of this announcement. It is requested that interested sources submit to the contracting office a brief capabilities statement package (no more than 8 pages in length, single-spaced, 12 point font minimum) demonstrating ability to perform the requested services identified in this synopsis.
This documentation shall address the following:
This package shall be sent by e-mail to the following addresses: PRIMARY: charles.l.mcavoy.civ@us.navy.mil Secondary: kimberly.a.gillette4.civ@us.navy.mil and clearly labeled with the firm name and sources sought title: N44255-24-R-2001, ENVIRONMENTAL RESRTORATION A-E, NAVFAC NW
Submissions must be received at the office cited no later than 1:00 PM Pacific Daylight Time on Tuesday, 18 September 2024. Questions or comments regarding this notice may be addressed to Charlie McAvoy and Kimberly Gillette at the email addresses mentioned above.