PLEASE SEE UPLOADED FILE FOR DESCRIPTION OF WORK AND STATEMENT OF CAPABILITY REQUIREMENTS.
THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (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. 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 Administrationbs (SBAbs) 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 Navybs 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.
The Government is contemplating the award of a Single Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Contract.
The work will occur worldwide, including Naval Facilities Engineering Command, Atlantics (NAVFAC LANTbs) Area of Responsibility (AOR), which includes the continental United States (CONUS) and areas outside the continental United States (OCONUS). OCONUS areas include the Caribbean, Europe, Africa, Western Asia, South America, Hawaii, the Far East, and Marianas.
The NAICS code for this proposed procurement is 541330 (small business size standard is $15 million). If the solicitation is issued, the solicitation will consist of a 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) shall not exceed the estimated maximum amount of $50 million.
Contract Specialist: Anna Sarah Bellinger, (757)322-4920
ANNA.BELLINGER@NAVY.MIL