BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Marine Corps Air Station Cherry Point, North Carolina. Contact the soliciting agency for additional information.

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 Architect-Engineer (A-E) Multi-Discipline Engineering Services contract as required for construction, repair, replacement, demolition, alteration, improvements, and Maintenance Execution Projects (MEP). Work under the contract is anticipated to occur primarily at Naval Facilities Engineering Systems Command (NAVFAC) Mid-Atlantic, Marine Corps Area of Responsibility (AOR) including Marine Corps Air Station (MCAS) Cherry Point, MCAS New River, and Marine Corps Base (MCB) Camp Lejeune in North Carolina, and MCAS Beaufort and Marine Recruit Depot (MCRD) Parris Island, South Carolina. However, work may be ordered throughout the NAVFAC Mid-Atlantic AOR and NAVFAC worldwide (rare occasion). These services will be procured in accordance with 40 U.S.C. Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a five-year term. The total fee for the contract term shall not exceed $60,000,000. The guaranteed minimum for the contract term is $5,000. 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 August 2025. This proposed contract is being solicited as a TOTAL SMALL BUSINESS SET-ASIDE. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code is 541330, Engineering Services, and the Small Business size standard is $25,500,000. 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 market research study N4008524R2674 conducted by NAVFAC Mid-Atlantic included an assessment of relevant qualifications and capabilities of potentially qualified firms. As a result of the market research analysis, a determination was made to set aside this procurement under total small businesses. The NAVFAC Mid-Atlantic small business office concurs with this decision. The type of services expected to be performed under this contract are mostly new, repair, replacement, upgrade, maintenance, energy savings and/or sustainability projects covering the full range of the field of architecture and engineering for a wide variety of new and existing facilities and/or systems, utilities, and infrastructure. Typical task orders issue under this contract are expected to range between $50,000 to $500,000; with resulting construction costs from $500,000 to $5,000,000. Project programs typically supporting this contract are Major Maintenance Repair Program (MMRP) and Special Projects. The projects will include delivery of both Design-Build and Design-Bid-Build project design as well as AE-specific study/evaluation work. Utility systems will include steam; low pressure compressed air; fresh water; sanitary sewer; oily wastewater collection; high voltage to low voltage electrical; fire protection and alarm systems; control systems and lighting. Specialized services for telecommunications (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)), physical security, audio-visual and collateral equipment may be required. A-E services will also be required for design and construction services in support of new construction, renovations, repairs, replacement, demolition, alteration, and/or improvement of military and other governmental facilities. A-E services may include multiple disciplines or single disciplines, including but not limited to, geotechnical, civil, structural, architectural, mechanical, electrical, plumbing, fire protection, and cost engineering. Prospective A-E firms, will primarily perform mechanical and electrical design services under the contract; however, the following types of A-E services, that require multiple engineering design disciplines, may be required under this contract: A) Investigative Services, including: Surveys of existing facilities structural, mechanical, electrical & plumbing systems. Surveys of existing site utilities. Recommendations on potential utilities impact on existing systems. Facility Life Safety Code Analysis. Hazardous material surveys and analysis. Energy utilization studies and recommendations. Identification of sustainable features. B) Design Services & Deliverables, including: 1) Development of design-build RFP packages including schematic concept drawings and environmental studies 2) Development of comprehensive design-bid-build packages that include full plans and specifications 3) Construction Cost Estimates 4) Calculations C) Mechanical / Electrical Design Services in the following areas: Energy Supply (oil, gas, steam, hot or chilled water supply. Heat generating systems (boilers, primary pumps, auxiliary equipment, etc.). Cooling generating systems (chillers, cooling towers, primary pumps, condensing units, split system heat pump-outdoor units, etc.) Distribution Systems (AHUs, FCUs, VAV systems, fans exhaust fans, supply fans, heat exchangers, pumps, convectors, duct heaters, etc.) Terminal and Package Units (PTACs, PTHPs, WSHPs, Package/Rooftop Air Conditioners and Heat Pumps, Furnaces, etc.) Controls (DDC, stand-alone controllers, etc.) System Testing & Balancing (piping and air system testing and balancing). High voltage and low voltage electrical systems. Specialized services for telecommunications (telephone, television, fiber optics, cyber security, Supervisory Control and Data Acquisition (SCADA) control system, and Local Area Network (LAN)), physical security, audio-visual and collateral equipment may be required. D) Construction Services such as the following services: 1) Contractor submittal reviews 2) Field consultation and special inspections 3) Electronic Operation and Maintenance Support Information (eOMSI) 4) Obtaining environmental permits and regulatory approvals 5) As-built and Record Document preparation A-E firms are required to prepare cost estimates utilizing the MCACES MII estimating system, specifications in the SPECSINTACT program, design-build RFPs utilizing NAVFAC Design-Build Masters, and drawings in AutoCAD (2020 or higher) or Revit (2020 or higher) utilizing the National CADD Standards format with NAVFAC specified modifications. 3D renderings and BIM modeling may also be required. A-E firms or others under contract or providing services to NAVFAC may request software installation packages from NAVFAC Atlantic CI Cost. The A-E is to send an email to NAVFAC-CI-Cost@navy.mil with the following in the Subject Section "MII License Request". Software is generally distributed to A-Es free of charge; however, accompanying database licenses must be purchased and licensed as appropriate by the user. Asbestos and/or lead-based paint assessments may be required on this contract to determine the presence of hazardous material in existing facilities or at utility points of connections. When asbestos or lead is found, comprehensive asbestos or lead surveys, to include sampling and testing, and the preparation of plans and specifications showing the location of asbestos and lead and specifying the procedure to be followed during construction and/or demolition for removal or abatement, will be required. A-E firms must be able to accept work that involves asbestos, lead paint, PCBs, contaminated groundwater/soil and other hazardous materials, work on airfields, and in confined spaces. As defined by paragraph 1-5 of UFC 3-600-01, Fire Protection Engineering for Facilities, this contract will require the services of a licensed fire protection engineer or sub-consultant. All engineering and design services shall comply with the most current edition of FC 1-300-09N Navy & Marine Corps Design Procedures, and other requirements as indicated on the Whole Building Design Guide Web Site (www.wbdg.org). Selected A-E firm is required to have online access to web-based support programs and email via the internet for routine exchange of correspondence/information. A-E firm is required to submit and maintain an A-E Accident Prevention Plan (APP) in accordance with USACE EM 385-1-1 for each project on this contract and Activity Hazard Analysis (AHA) for each in-field action. Key personnel, including sub-consultants, MUST be U.S. CITIZENS and able to obtain security clearances as required. All contractors are advised that a Unique Entity Identifier is required prior to award. Contract must complete the registration in System for Award Management (SAM) Database by selecting "Entity Information". 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) Entity Information section. The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. The prime firm 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. 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 published selection criteria. Failure to comply with instructions or provide complete information may affect the firm's evaluation or disqualify the firm from further consideration. The Selection of Architects and Engineers Statute and FAR Part 36.6 selection procedures apply. The A-E must demonstrate the team's qualifications with respect to the published evaluation criteria. Failure to provide complete submission information defined in the evaluation criteria below may affect a firm's qualification ratings. Evaluation Criteria (1) through (3) are considered most important and are equal among themselves; Criteria (4) and (5) are of slightly less importance and are equal among themselves; Criteria (6) is of the least importance and will be used only as a tiebreaker among technically equal firms. Specific evaluation criteria include: Specialized Experience Professional Qualifications Past Performance Quality Control Program Management, Capacity & Firm Location Volume of Work CRITERION 1 - SPECIALIZED EXPERIENCE (SF330, PART I, SECTION F): Firms will be evaluated based on the demonstration of specialized experience in the following areas: Preliminary site analysis to determine existing conditions which may include researching utility maps and as-built record drawings, assessing existing utility and identifying the potential for abandoned or unmapped utilities; Preparation of phasing plans for multi-phased construction projects; Performing facility planning studies, including the developing of requirements, preparing engineering evaluations, project scope, and unit guidance or parametric cost estimating. Project development including the development of alternatives and economic analysis, analysis of proposed site utilities access, constraints, and identification of environmental issues; Design of antiterrorism and security projects such as installation security fencing, entry control facilities, lighting, and other force protection measures; Incorporation of Navy and Marine Corps criteria into contract packages; and Providing post-construction-award-services (shop drawing review, record drawings preparation, construction inspection services, and OMSI. Firms may be considered more favorably by demonstrating the following: Firms submitting projects showing they have experience working on Department of Defense projects. Firms demonstrating greater depth of experience in the described areas. Firms submitting projects showing experience completing projects that include multi-disciplined efforts. Firms submitting projects showing they have recent experience completing relevant projects within the primary geographic area of this contract that demonstrate experience with codes, laws, and permitting in North and South Carolina. Firms demonstrating experience applying sustainability concepts through an integrated, cost-effective design approach. SUBMISSION REQUIREMENTS: Provide a minimum of four (4) up to a maximum of seven (7) projects that best demonstrate specialized experience of the proposed team in each the seven areas outlined above. To be considered, projects must have been completed within the seven (7) years immediately preceding the date of issuance of this Synopsis with the completion date clearly stated. Submitted relevant projects shall demonstrate the following characteristics in addition to meeting the other requirements set forth in this Criterion: Offerors shall have acted as the designer of record on submitted projects. Experience with both new construction (at least one (1) project) and renovation (at least (1) project). Experience with design-build request for proposal preparation (at least one (1) project). Offerors much clearly demonstrate experience in each of the seven areas identified above in projects meeting the required timeframe and meeting the requirements set forth in this Criterion or the Offeror will be considered to have not met this Criterion. If the firm was the Designer of Record on a design-build, the design portion of the project must be clearly stated as Design Completion Date and have been completed within the seven (7) years immediately preceding the date of issuance of this Synopsis to qualify as demonstrating design experience. The offeror must clearly state the project completion date or, if design-build, the Design Completion Date, or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted. Projects not meeting this requirement will be excluded from consideration in the evaluation. All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the Unique Entity Identifier number along with each firm name in the SF330 Part 1, Section F, block 25, "Firm Name" Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, final contract cost, and a summary of the work performed that demonstrates relevance to at least one of specialized experience as outlined above. The Government will consider projects for the offeror when performed as a subcontractor or if the offeror worked as a joint venture partner. For projects performed as a subcontractor or as a joint venture involving different partners, the offeror must specify the value of the work performed as a subcontractor or as a joint venture partner and identify the offeror's specific roles and responsibilities performed as a subcontractor or as a joint venture partner on the project rather than the work performed on the project as a whole. Additionally, the offeror must demonstrate how its work as a subcontractor or as a joint venture partner met the requirements set forth in this Criterion in order for the project to be considered. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, and the work performed by the offeror does not meet the requirements set forth in this Criterion, the project could be eliminated from consideration. NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects may be submitted for either joint venture partner, not to exceed a total of seven (7) projects. Greater consideration will be given to a joint venture that provides experience as a joint venture or, at least to a joint venture that provides experience meeting this Criterion's requirements for each member of the joint venture. Joint ventures that do not provide experience or experience meeting this Criterion's requirements for all members of the joint venture team may be rated lower. If a project was performed by a joint venture, and all joint venture partners are not on the team proposed for this contract, the offeror/team should specifically address the work performed by the joint venture partner offering/teaming on this contract and clearly demonstrate how that work meets this Criterion's requirements. Likewise, if the offeror/team member worked as a subcontractor on a project, the description should clearly describe the work actually performed by the offeror/team member and the roles and responsibilities of each on the project and how that work meets this Criterion's requirements, rather than the work performed on the project as a whole. If the project description does not clearly delineate the work performed by the entity/entities offering/teaming on this contract, the project will be eliminated from consideration. Projects shall be submitted on the SF330 at Part I, Section F and shall be completed projects as detailed above. Projects not completed as required will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, list relevant task orders or stand-alone contract awards that fit within the definition above. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated. All information for Criterion 1 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to or outside of Part 1, Section F, in evaluation of Criterion 1. CRITERION 2 - PROFESSIONAL QUALIFICATIONS (SF330, PART I, SECTIONS E & G): Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF330, Part 1, Section F. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are Program/Project Manager, Quality Control, Task Order Manager, Architects, Civil Engineers, Structural Engineers, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, Geotechnical Engineers, and Interior Designers. The following key personnel must also be licensed, registered, and/or certified: Geotechnical Engineers, Civil Engineers, Structural Engineers, Architects, Mechanical Engineers, Electrical Engineers, Fire Protection Engineers, and Interior Designers More favorable consideration may be given to firms that include key personnel that participated in the Criterion 1 projects meeting the project requirements outlined in Criterion 1. SUBMISSION REQUIREMENTS: SF330, Part I, Section E. - Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited to one (1) page each and must indicate professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent (within the past seven (7) years of the date of issuance of the Synopsis) project-specific experience in work relevant to the services required under this contract; and state proposed role in this contract. Resumes must state professional licensure and/or the ability to obtain environmental and other permits from the States of North Carolina and South Carolina. The offeror should state whether key personnel hold a security clearance. SF330, Part I, Section G. - State participation of key personnel in Criterion 1 projects. CRITERION 3 - PAST PERFORMANCE (SF330, PART I, SECTION H): Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluating past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or Contractor Performance Assessment Reporting System (CPARS) for Criterion 1 projects that demonstrate recent relevant specialized experience in areas as detailed in Criterion 1 above and may include customer inquiries, Government databases, and other information available to the Government including contacts with points of contact in other criteria. NOTE: Past performance information for recent and relevant projects submitted under Criterion 1 may be given greater weight. SUBMISSION REQUIREMENTS: IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED FOR EACH PROJECT INCLUDED UNDER CRITERION 1. The offeror shall include all completed CPARS evaluations (interim and final) for a project. If there is not a completed CPARS evaluation, the Past Performance Questionnaire (PPQ) (Attachment A) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1, Specialized Experience. OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ, which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, NAVFAC Mid-Atlantic, CON21, Attn: Brittany Cristelli via email at brittany.n.cristelli.civ@us.navy.mil, prior to the response date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. Firms are highly encouraged to provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1, Specialized Experience. Firms are also highly encouraged to address any adverse past performance issues. Information shall not exceed four (4) pages in total. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. CRITERION 4 - QUALITY CONTROL PROGRAM (SF330, PART I, SECTION H): Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract and means of ensuring quality services from their consultants/subcontractors. SUBMISSION REQUIREMENTS: Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall: Explain the quality control program and include an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously. Provide a quality control process chart showing the inter-relationship of the management and team components. Describe specific quality control processes and procedures proposed for this contract including technical accuracy of and assurance of overall coordination of plans and specifications, and engineering and design services. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities. Describe how the firm's quality control program extends to management of subcontractors. CRITERION 5 - PROGRAM MANAGEMENT, CAPACITY & LOCATION (SF330, PART I, SECTION H): Firms will be evaluated on the firm's ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and on the locations of their office(s) that will be performing the work under this contract and demonstrated knowledge of the primary geographic areas in which projects could be located. For purposes of evaluation, the primary geographic areas are defined as: NAVFAC Mid-Atlantic Marine Corps Area of Responsibility (AOR) which includes Marine Corps Air Station (MCAS) Cherry Point, MCAS New River, and Marine Corps Base (MCB) Camp Lejeune in North Carolina, and MCAS Beaufort and Marine Recruit Depot (MCRD) Parris Island, South Carolina. Maximum of five (5) pages for this Criterion. The Government will not consider information submitted beyond this page limit or in different sections of the SF330. SUBMISSION REQUIREMENTS: Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization. Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants. Discuss the history of working relationships with team members, including joint venture partners, where applicable. Describe the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period. Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily in the Marine Corps AOR in North and South Carolina as defined in this Criterion. Provide a narrative describing the team's knowledge of these primary geographic areas in which projects could be located. CRITERION 6 - VOLUME OF WORK (SF330, PART 1, SECTION H): 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-E firms including small, disadvantaged business firms, and firms that have not had prior DOD A-E contracts. SUBMISSION REQUIREMENTS: FIRMS DO NOT SUBMIT DATA FOR THIS FACTOR. SF-330 SUBMISSION REQUIREMENTS: Architect-Engineer firms desiring to be considered for this contract must submit a completed SF-330 package. The SF-330 shall be typed, at least 11-point Times New Roman or larger, including document searchable bookmarks. Part I shall not exceed 100 8.5 by 11-inch pages. The page limit does not include certificates, Past Performance Questionnaires (PPQs), CPARS, or licenses. In addition, the page limit does not include cover sheets, dividers, or other requested documentation (e.g., joint venture agreement, proof of A-E firm registration provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The organizational chart may be one page 11 by 17 foldout, using 11-point font or larger (font limitations do not apply to graphics, captions or tables). Please include your Unique Entity Identifier (UEI), Commercial and Government Entity (CAGE) numbers, and Taxpayer Identification Number (TIN) in Block 30 of the SF-330. **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 (e.g., state registration number, or a brief explanation of the firm's licensing in jurisdictions that do not register firms, etc.). 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 A-E firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require A-E 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. Except as noted otherwise, the Government will not consider information submitted beyond this page limit. Furthermore, the Government will consider information for each Criterion only in the section specified for that Criterion. * For example, the Government will consider only the information in the SF330, Part I, Section F for information on Criterion 1, Specialized Experience, and will not cross-reference or consider information in other sections that may be intended to apply or supplement Criterion 1. A-E firms that meet the requirements described in this announcement shall submit their electronic SF330 (.pdf format) through the Procurement Integrated Enterprise Environment (PIEE) website in the Solicitation Module. Only the PIEE Solicitation Module is authorized for the submission of electronic SF330s in response to this Synopsis. Electronic submissions should be no larger than 1.9 GB per file. Firms shall ensure that the Government has received the electronic proposal prior to the date and time specified. PIEE Solicitation Vendor Access Instructions are provided via Attachment B. Firms submitting shall allow adequate time to register and upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Firms are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this synopsis. Files that cannot be opened or are otherwise missing the required content are the responsibility of the firm. PIEE system will record the date and time of package submittal. The date and time of package submittal recorded in PIEE shall govern the timeliness of any proposal submission. Firms responding to this announcement by 16 September 2024, no later than 2:00 P.M. EDT will be considered. THIS IS NOT A REQUEST FOR PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The points of contact are either Brittany Cristelli, Contract Specialist, at brittany.n.cristelli.civ@us.navy.mil or John Bishop, Supervisory Contract Specialist, at john.p.bishop23.civ@us.navy.mil. 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). It is the sole responsibility of the submitting firm to obtain all associated attachments and files, along with any amendments from the Contract Opportunities (SAM.gov) website. Inquiries concerning this procurement shall be submitted via the Pre-Proposal Inquiry Form (Attachment C), and should include solicitation number and title in the subject line and be forwarded via email to brittany.n.cristelli.civ@us.navy.mil not later than 10 days prior to the due date listed above unless that date is changed via an Amendment. Inquiries submitted after this time period may not receive a response. The Method of Contractor Selection has not been determined at this Time The deadline receipt of PPIs from Offerors has been extended to Friday, 20 September 2024 NLT 2:00PM EDT. PPI's received after this time may not receive a response.

Conceptual

Military

Public - Federal

Service, Maintenance and Supply

Documents for this project are exclusively Specifications. If Plans become available, we will add them here.

5

Subscribe For Documents

3 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
57
Active Projects
30
Bidding Soon
580
All Active Projects
253
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better projects. Build better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

February 4, 2025

img_map_placeholder

Multiple Locations, Marine Corps Air Station Cherry Point, NC

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.