Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2025 SAM #8699
MODIFICATION

C -- Follow-On Indefinite-Delivery, Indefinite-Quantity (IDIQ) Multiple Award Contract (MAC) for Petroleum, Oil, and Lubricants (POL) Architect-Engineer (A-E) Services

Notice Date
9/18/2025 8:54:32 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
 
ZIP Code
93043-4301
 
Solicitation Number
N3943025R0024
 
Response Due
10/17/2025 5:00:00 PM
 
Archive Date
11/01/2025
 
Point of Contact
Anna Maria Sandry, Jake Blas
 
E-Mail Address
annamaria.l.sandry.civ@us.navy.mil, jake.o.blas.civ@us.navy.mil
(annamaria.l.sandry.civ@us.navy.mil, jake.o.blas.civ@us.navy.mil)
 
Description
N39430-25-R-0024 INDEFINITE DELIVERY/INDEFINITE QUANTITY MULTIPLE AWARD CONTRACT (MAC) FOR ARCHITECT- ENGINEERING (A-E) SERVICES FOR PETROLEUM, OIL AND LUBRICANTS (POL) SYSTEMS WORLDWIDE, FOR THE NAVAL FACILITIES ENGINEERING AND EXPEDITIONARY WARFARE CENTER 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 is for Indefinite Delivery/Indefinite Quantity Multiple Award Contract (IDIQ-MAC) for Architect-Engineer (A-E) services for design and engineering services for Petroleum, Oil and Lubricants (POL) systems, and supporting facilities at various locations, worldwide. The multi discipline design and engineering services will require expertise in mechanical, civil, structural, electrical, fire protection, architectural, waterfront, and environmental disciplines as the requirement pertains to Department of Defense (DoD) POL systems. 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 ordering period of sixty (60) months. The aggregate value of all Task Orders issued under the contracts resulting from this solicitation must not exceed $145,000,000 (not per awardee). The estimated award date is August 17, 2026. The minimum guarantee of $10,000 (per awardee) for the entire ordering period will be satisfied by the award of an initial Task Order per awardee. Multiple Task Orders may be awarded with similar delivery schedules requiring the selected firm(s) to provide services with overlapping work/delivery dates. Historically, the majority of the Individual Task Orders have ranged between $100,000 and $3,000,000. This proposed contract is being solicited on an unrestricted acquisition, with a reserve for small businesses. A minimum of three awards will be made to small business firms. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330 Engineering Services. The Government seeks the most highly qualified firms to perform the required services, based on the demonstrated competence and qualifications, in accordance with the selection criteria. The market research study ACQR#5976130 and Amendment 0001 conducted by Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) 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 solicit the A-E MAC to include a reserve for Small Business. The NAVFAC EXWC small business office and Small Business Administration (SBA) concurs with this decision. The A-E design and engineering services may support projects that involve, but are not limited to: new construction, repair, and renovation (modernization) of fuel storage and distribution systems; cathodic protection systems; emergency backup power systems; fire protection systems; control systems; shore-based and offshore issue and receiving facilities; spill containment systems; and all ancillary DoD POL support facilities and structures. POL systems include all components of Receipt, Storage, Transfer and Issue equipment. Support facilities include all utilities that supply POL systems and structures, building and associated equipment that directly support POL System operation. The required A-E services for POL systems and facilities are included but are not limited to the following: Integrity assessments that include American Petroleum Institute (API) and Steel Tank Institute (STI) inspection and/or testing of storage tanks, pipelines, pressure vessels, pumps, control systems, all associated fuel equipment and electrical systems supplying POL equipment and ancillary support facilities. Tanks may be aboveground, underground, or cut and cover tanks. Pipelines may be aboveground, buried underground, buried under water, or submerged. Preparation of Designs, Planning and Programming Documents: Design-Build (DB) Request for Proposals (RFP) Fully designed plans and specifications. Cost estimates, Life Cycle Cost Analysis, Economic Analysis, and Business Case Analysis. DD Form 1391 FY__ Military Construction Project Data or similar planning and programming documents. Preparation of Report, Evaluations, Inspections and Validation Studies or analyses on any or all components of a POL system and associated support facilities, and related site visits/investigations (e.g. corrosion/cathodic protection analyses, environmental studies in support of permit applications to federal, state and local agencies, project brochure development, topographic surveying, soil boring). Spill management that includes identification and abatement/removal of contaminated soil and other hazardous materials (e.g. spill plans, planning studies). Post Construction Award Services (PCAS) such as submittal reviews, construction inspection, Operations and Maintenance Support Information (OMSI) preparation, engineering consultations and Title II (on-site Quality Control (QC) / Government quality assurance (QA) oversight) services. Technical expertise and support to update various DoD POL construction and sustainment criteria and specifications Other POL related Support Services Interested firms must ensure System of Award Management (SAM) registration is current at time of offer submission and must remain valid through award. If SAM registration lapses during the solicitation and evaluation period, the offer will not be eligible for award. For instructions on registering with SAM, see 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. The prime firm for this contract will be required to perform throughout the contract term. A-E firms will be evaluated based on Selection Criteria. Interviews will be scheduled with firms rated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF 330 submittal. Elaborate presentations are not desired. Security Requirements: Work performed will be at the SENSITIVE BUT UNCLASSIFIED level. The Government does not anticipate the need for a security clearance, however, if clearances are subsequently required the contractor must comply with SECNAV M5510.30, SECNAV Instruction M-5239.2, and Department of Defense (DoD) 8570.01-M. The contractor must establish and maintain an access list of those employees working on the contract. 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. Selection criteria are listed in order of importance. Criteria 6 is of the least importance and will be used as a tie breaker among technically equal firms. Specific selection criteria include: Specialized Experience Professional Qualifications Program Management, Capacity, and Location Past Performance Commitment to Small Business Sustainable Design Requirement Criterion 1- Specialized Experience (SF 330, Part I, Section F): Firms will be evaluated on specialized experience in the performance of services anticipated under this contract. Specialized experience will be evaluated against the anticipated services in the contract; both the services expected more frequently and the full scope of expected POL services. Task order services that are anticipated more frequently include: Inspection and integrity assessments of DoD POL tanks Inspection and integrity assessments of DoD POL pipelines Inspection and integrity assessments and sustainment of DoD POL cathodic protection systems Inspection and integrity assessments of other DoD POL facilities DoD POL fuel system design and planning documents Post-construction award A-E services Submission requirements: Submit an SF 330 Section F that provides a description of similar, recent Department of Defense POL system projects. (Submit a minimum of four (4) and maximum of six (6)) for which team members provided a significant technical contribution. If more than six (6) projects are submitted, the Government will only evaluate the first six projects.) Projects must be submitted on the SF 330 at Part I, Section F. Projects must have been completed within the last five (5) years from the posting date of this synopsis. Projects not completed will be excluded from evaluation consideration. All projects provided in the SF 330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work, either as the prime contractor or subcontractor 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 (UEI) number along with each firm name in the SF 330 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, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to the specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically indicate the value of the work performed as a subcontractor or by those firms proposed for this contract. Identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project 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. 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 must be submitted for each joint venture partner to depict that particular experience pertinent to this solicitation, not to exceed a total of three (3) projects from each joint venture member. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. Proposals demonstrating specialized experience in the following areas may be evaluated more favorably: Experience with the services more frequently anticipated under this contract Highly specialized experience anticipated under this contract Inspections and integrity assessments of more complex fuel tanks, pipelines, and POL systems Developing extensive or complex designs for new or modified fuel storage and distribution systems Experience with aircraft hydrant fueling systems and control systems Experience with a wide range of facilities that support DoD POL operations Experience with POL projects on Navy and Marine Corps installations Experience working in OCONUS (Outside the Continental United States) locations or foreign countries listed in the synopsis 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. Criterion 2- Professional Qualifications (SF 330, Part I, Section E and G, Part II). Professional qualifications include experience, education, active professional registrations, technical certifications, and training relevant to accomplish the tasks anticipated under this contract. Proposed key personnel will be evaluated on professional qualifications, competence, and experience in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in SF 330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Some key role descriptions and requirements are listed below. No recognition will be given to honorary degrees. Anticipated task orders under this contract may include additional personnel requirements. Program Manager The Program Manager (PGM) is the offeror�s representative who will have full program oversight for the entire contract. The PGM is not expected to be involved in the day-to-day execution of each task order, but the PGM�s involvement will be requested to resolve problems which cannot be resolved via other core positions. The PGM will be responsible for the content of all proposals and compliance with the requirements of the basic contract as well as quality assurance for all task orders. The PGM organizes, plans, directs, supervises, and controls all technical and management programs, which include multidisciplinary tasks and requirements. The PGM must be a full-time employee of the prime contractor. Minimum of earned Bachelor�s of Science (BS) degree in Engineering, a Bachelor of Arts (BA) in Architecture, or an active Professional Engineer (PE) License. An active P.E. license and active API 653 and/or API 570 certifications are preferred. Provide current proof of PE registration as part of resume submittal package. At least five (5) years of experience in POL facilities engineering including two (2) years of experience in the management of engineering design, inspection, testing, operation, and/or construction of POL facilities. Discipline Leads (Design Leads) Discipline Leads are responsible for design development of the discipline areas that they are currently registered in as a Professional Engineer (P.E.). The Discipline Leads (Design Leads) are expected to check and approve technical issues developed by Project Engineer(s) prior to release to government. The Discipline Leads must have experience with DoD POL systems as identified in a task order. Their experience and current registered discipline areas must match the technical content of the task order. Discipline Leads do not have to be an employee of the prime contractor. The Discipline Lead must be a licensed P.E. The Discipline Lead must have a minimum of five years of experience in design and assessment of DoD POL storage and distribution systems. Project Manager The Project Manager (PM) will manage the overall execution progress and schedule and serve as the government�s primary contact for a task order. The project manager must have technical and practical background in the DoD POL systems as identified in a task order and must be familiar with the applicable standards and recommended practices that pertain to a task order. Project managers must be an employee of the prime contractor. Project managers must have a minimum of three years� experience with DoD POL storage and distribution systems. Project Engineer The Project Engineer is responsible for all technical content of the task order assigned to them. The Project Engineer is expected to engage when technical expertise is required beyond the skill of the project manager or site supervisor or at the request of the government for engineering evaluation of a technical issue. The project engineer�s specific experience must match the technical content of the task order. Project engineers do not have to be an employee of the prime contractor. Project engineers must have a minimum of three years� experience with DoD POL storage and distribution systems. For Joint Ventures, the proposed team must identify which members belong to the small business mentee or large business mentor. Firms may be considered more favorably if more proposed team members belong to the small business mentee. Submission Requirements: Submit an SF 330 Section E and G for key personnel identified to work under this contract. At a minimum, four personnel should be identified � a program manager, and at least one of each of the following: discipline lead, program manager, and project engineer. Firms may identify additional key roles or personnel. Key personnel may be identified for more than one key role. Section E is limited to one single sided page per individual and a SF 330 Part II for the prime and any subcontractors, that contains the following data about the member's assignment: team member's name, firm name, relevant degrees and discipline, Professional Engineer (P.E.) registration including state and license number, proposed role(s), number of years professional experience with POL projects, and number of years with current firm. Provide proof of the current P.E. licenses for all key personnel. In SF 330, Section E block 18, identify any American Welding Society (AWS), Association of Materials Protection and Performance (AMPP), American Society for Nondestructive Testing (ASNT), American Petroleum Institute (API), U.S. Army Corps of Engineers (USACE) EM 385-1-1 Safety and Occupational Health (SOH) requirements, and any other applicable certification of all team members as it relates to the scope of this contract. All information for Criterion 2 must be submitted in the SF 330, Part I, Sections E & G, and Part II. Professional Qualifications information included elsewhere in Part 1, Sections E & G, and Part II will not be considered. Criterion 3- Program Management, Capacity, and Location (SF 330, Part I, Section H): Firms will be evaluated on their program management and ability to manage and accomplish multiple projects under the contract. As part of program management, firms will be evaluated on the strength of their quality control and safety programs. Firms will be evaluated on their capacity to accomplish multiple task orders in diverse locations. The firm�s proposal will be evaluated in this section for clarity, simplicity and accuracy. NOTE: Capacity includes maintaining a schedule for report submission while simultaneously executing field operations. 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 subcontractors. Discuss the history of working relationships with team members, including joint venture partners where applicable. Describe the firm�s quality control program and the management approach to ensure quality control. Describe the firm�s safety program. Describe the firm�s availability of the project team (including subcontractors) for the specified contract performance period. Describe the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. In the SF 330 Section H, describe firm's location and demonstrate knowledge of the general geographical areas in which projects could be located. Indicate location of firm�s main offices and branch offices that will support the contract. Subcontractors� office locations may be indicated. Describe and illustrate the team's knowledge and availability to meet project requirements on a worldwide basis. The following attributes may be more favorably evaluated: Company structure and team members that demonstrate the capacity to execute multiple projects simultaneously Strong programs to promote safety and quality control among employees and subcontractors Demonstrated capability to perform work in OCONUS locations All information for Criterion 3 must be submitted in the SF 330, Part I, Section H. Program Management, Capacity, and Location information included elsewhere other than Part I, Section H will not be considered. Criterion 4- Past Performance (SF 330, Part I, Section H) Demonstrate acceptable past performance on contracts that the firm has completed for Government agencies and/or private industry with respect to quality of work and compliance with performance schedules. In section H of SF 330, provide CPARS information or complete Past Performance Questionnaires for the same projects listed in Criterion 1 (Specialized Experience). If a CPARS has been completed for a project, simply provide the correct contract number and if applicable, the task order number. Submit a completed Past Performance Questionnaire (Attachment A) only if a completed CPARS is not available. Provide a listing of performance ratings and letters of commendation from both private and DoD clients (designate your role: prime, subcontractor, or joint venture partner). Submitted CPARS and PPQs must represent projects completed within 5 years from date of this synopsis. The Government may utilize CPARS, or other sources of information, active assessments, or previously submitted PPQ information in the past performance evaluation. All information for Criterion 4 should be submitted in the SF 330, Part I, Section H. Past Performance information included elsewhere other than Part I, section H will not be considered. Criterion 5- Commitment to Small Business (SF 330, Part I, Section H) Firms will be evaluated in terms of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone SB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor. The Government will evaluate proposals based on: (A) Past performance in utilization of small business concerns, and (B) Participation of small business concerns for this requirement. In support of (A), all firms must provide historical data on utilization of SB, SDB, WOSB, HUBZone SB, VOSB, SDVOSB and HBCU/MI. Large Businesses must submit three �final� or �most recent� Individual Subcontracting Reports (ISRs) for similar contracts of relative size which show compliance with utilizing the various types of small business firms noted above. If ISRs are not FINAL or MOST RECENT they will not be considered. If subcontracting goals were not met, provide an explanation. If Individual Subcontracting Reports were not applicable to the similar contracts noted, large businesses must submit other documentation which shows their utilization of the various types of small business firms for the contracts. Small Businesses must also submit documentation which shows their utilization of the various types of small business firms for similar contracts of relative size. In support of (B), large businesses must submit a draft Small Business Subcontracting Plan, in which they will be evaluated on the extent to which they identify and commit to the published Small Business Subcontracting Program. The Secretary of the Navy has assigned the Naval Facilities Engineering Command goals for FY2025 in terms of percentages of total planned subcontracting dollars for utilization of small businesses. Demonstrate the plan to meet these goals: Program/ FY2025: Small Business (SB) / 40% Program / FY2025: HUBZone / 3% Program / FY2025: Service-Disabled Veteran-Owned (SDVOSB) / 5% Program / FY2025:Small Disadvantaged Business (SDB) / 5% Program / FY2025: Woman-Owned (WOSB) / 9% If a large business firm is selected for award, a Small Business Subcontracting Plan, in accordance with FAR 19.7 and DFAR 219.7, will be required and incorporated into the contract award. A draft Small Business Subcontracting Plan is not required from small businesses; however, small businesses must submit similar information on the extent to which they identify and commit to subcontracting to large business (LB), SB, SDB, WOSB, HUBZone SB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of this contract. The Small Business size standard classification is NAICS 541330, Engineering Services, size standard $25.5M. The attached Small Business Subcontracting Plan template (Attachment (B)) must be used by large businesses to complete the draft subcontracting plan. Firms must submit their �draft� Small Business Subcontracting Plans utilizing this template, and ONLY this template. All information for Criterion 5 should be submitted in the SF 330, Part I, Section H. Commitment to Small Business information included elsewhere other than Part I, section H will not be considered. Criterion 6- Sustainable Design Requirement (SF 330, Part I, Section H) Firms will be evaluated in terms of their 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. In the SF 330 Section H, identify examples indicating design team (including subcontractors) experience and concepts employed for sustainability of DoD POL Systems. Sustainable design elements as pertaining to DoD POL systems include: 1) Minimize or elimination of toxic and harmful substances in facilities and the surrounding environments; 2) Facility maintenance and operational practices that reduce or eliminate harmful effects on people and natural environment; and 3) Efficiency in resource, and selection of materials and products appropriate for the environment. All information for Criterion 6 should be submitted in the SF 330, Part I, Section H. Sustainable Design Requirement information included elsewhere other than Part I, section H will not be considered. SF 330 SUBMISSION REQUIREMENTS: Architect-Engineer firms to be considered for this contract must submit a completed SF 330 package. The SF 330 must be typed, one sided, at least 12-point Times New Roman or larger. Part I must not exceed 50 single-sided 8.5 by 11 inch pages (the page limit does not include ISRs, certificates, CPARS, PPQs, Attachment A and B, licenses, 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 must be numbered sequentially. The organizational chart may be one-page single sided 11 by 17 foldout, using 12-point font or larger (font limitations do not apply to graphics, captions or tables). Please include your Unique Entity Identifier (UEI) and CAGE numbers 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. 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. Architect-Engineer firms that meet the requirements described in this announcement are invited to submit a copy of the SF 330 via email to Anna Sandry at annamaria.l.sandry.civ@us.navy.mil and Jake Blas at jake.o.blas.civ@us.navy.mil. Pre-Proposal Inquiries: No assumptions or deviations are permitted in the contractor�s proposal. All inquiries concerning the technical aspects must be submitted in writing to the emails listed below no later than 25 September 2025 at 5:00 p.m. Pacific Time in order to provide adequate time to reply. Firms responding to this announcement by 17 October 2025 no later than 5:00 p.m. Pacific Time will be considered. THIS IS NOT A REQUEST FOR PRICE PROPOSAL. Late responses will be handled in accordance with FAR 52.215-1. The points of contact are either Anna Sandry Contract Specialist, at 564-226-5914, annamaria.l.sandry.civ@us.navy.mil, Jake Blas, at 564-226-5780, jake.o.blas.civ@us.navy.mil, Crystal S. Brooks, Contracting Officer, at 805-982-3993, crystal.s.brooks2.civ@us.navy.mil, and Olga Muna, Contracting Officer, at 805-651-9256. If an SF 254/SF 255 is submitted for this solicitation, this submittal 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). Facsimile SF 330's submissions are not authorized. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to annamaria.l.sandry.civ@us.navy.mil, jake.o.blas.civ@us.navy.mil crystal.s.brooks2.civ@us.navy.mil, and Olga Muna, Contracting Officer, at 805-651-9256. The following information is provided for information purposes and is not a representation or forecast of future work. Recent task orders have previously been performed in: California, Virginia, Florida, Washington, Texas, Georgia, Louisiana, Maryland, Nevada, North Carolina, South Carolina, Arizona, Hawaii, Australia, Bahamas, Guam, Japan, South Korea, Diego Garcia, Germany, Spain, Djibouti, and Guantanamo Bay, Cuba. Participants in the unrestricted MAC should anticipate having to comply with various Status of Forces Agreements that will be defined on each task order. Work pertaining to Cathodic Protection surveys, covering multiple installations, are issued at least annually. The current contract had five small business contracts for work performed in the United States and outlying territories, and four unrestricted contracts for work performed outside the United States and outlying territories. Interviews will be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF 330 submittal. Elaborate presentations are not desired. Inquiries concerning this procurement should include solicitation number and title and be forwarded via email to annamaria.l.sandry.civ@us.navy.mil, jake.o.blas.civ@us.navy.mil, crystal.s.brooks2.civ@us.navy.mil, and Olga Muna, Contracting Officer, at 805-651-9256.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bf94222162f24269867dafded340acc6/view)
 
Place of Performance
Address: Port Hueneme CBC Base, CA 93043, USA
Zip Code: 93043
Country: USA
 
Record
SN07595652-F 20250920/250918230047 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.