SOURCES SOUGHT
R -- Professional Support Services in the Atlantic Area of Responsibility
- Notice Date
- 12/8/2025 8:52:25 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NAVFACSYSCOM ATLANTIC NORFOLK VA 23508-1278 USA
- ZIP Code
- 23508-1278
- Solicitation Number
- N6247026R0013
- Response Due
- 12/22/2025 11:00:00 AM
- Archive Date
- 01/06/2026
- Point of Contact
- SHANNON PRICE, Phone: 7573228180
- E-Mail Address
-
shannon.e.price3.civ@us.navy.mil
(shannon.e.price3.civ@us.navy.mil)
- Small Business Set-Aside
- 8A 8a Competed
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT, AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE. THIS NOTICE IS A MARKET RESEARCH TOOL USED TO OBTAIN INFORMATION ONLY AND TO IDENTIFY CONTRACTORS WHO POSSESS THE CAPABILITIES, EXPERIENCE, AND INTEREST TO PROVIDE SERVICES AS SPECIFIED BELOW. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION. This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, implied or otherwise, to issue a solicitation or ultimately award a contract. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only, and to identify contractors who possess the capabilities to provide the services as specified below. NAVFAC Atlantic is performing this market research to aid in the development of its acquisition approach. 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. Respondents will not be notified of the results of the evaluation. The intent of this sources sought synopsis is to identify ALL companies with the capacity, experience, and interest in competing for an Indefinite Delivery Indefinite Quantity type, performance-based contract to provide Professional Support Services in the NAVFAC Atlantic Area of Responsibility (AOR) for shipyard infrastructure optimization program (SIOP) and other projects. Should a solicitation develop upon completion of market research, a Firm Fixed- Price, Indefinite Delivery/ Indefinite Quantity (FFP/IDIQ) type contract is anticipated. The intended contract term will be for a 12-month base period with a potential of four (4), one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated aggregate total of work to be issued over the life of the contract via task order shall not exceed the estimated maximum amount of $100 million. The anticipated North American Industry Classification Standard (NAICS) code to be used for this procurement is NAICS 541990, All Other Professional, Scientific, and Technical Services with a small business size standard classification of $19.5M. Note that although the selected NAICS is 541990, the planned solicitation will NOT result in award of an Architect-Engineer type contract using procedures in FAR Part 36, but may consist of Architect-Engineer services. Potential vendors believing that the products/services identified under a different NAICS code to meet or exceed the salient characteristics identified within this sources sought notice are encouraged to respond with the applicable NAICS code and provide justification/reasoning for selection of that code. The planned solicitation is anticipated to utilize source selection procedures as outlined in FAR Part 15. 1) General Contract Requirements The Contractor shall provide professional support services to the Government within the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic Area of Responsibility (AOR). The primary work sites will be in Portsmouth, VA and Kittery, ME, though work may also be performed remotely or at other locations as directed. The Contractor shall be directly responsible for ensuring the accuracy, timeliness and completion of all tasks under this effort. The Contractor shall be responsible for providing technically qualified personnel to perform the work specified in this PWS. The Contractor shall provide oversight, management, and administration of all Contractor staff, and as such, shall direct the efforts of all contracted employees in response to the contract and task order, work requirements and administrative support needs of the respective components given. This includes addressing all Community Management, Human Resource needs, planning and coordinating leave, and conducting employee reviews and appraisals. The Government reserves the right to review resumes and portfolios of work, employee reviews and appraisals of proposed Contractor personnel. The work history of each Contractor employee must contain experience directly related to the task and function he/she is intended to perform under this contract. The Government reserves the right, during the life of this contract, to request the work history of a Contractor employee for the purpose of verifying compliance with the requirements of the contract. This contract is for professional support services to NAVFAC Atlantic in the form of advisory and assistance services. Such services will not include tasks that would be subject to FAR Part 36 or the Selection of Architects and Engineers Statute (formerly The Brooks Act). Labor Standards: The work under the contract shall be performed in accordance with the Performance Work Statement (PWS), with the majority of the positions considered �professional employees,� which are exempted from the labor standards prescribed by the Department of Labor (DOL) under the Service Contract Labor Standards (SCLS), referenced herein as the Service Contract Act (SCA), as indicated on the DOL website. This contract will incorporate the SCA Wage Determinations for non-exempted labor categories, based on the planned locations for contractor employee positions to be based. Other locations may be added later through a modification. With the award of each option period, new SCA wage determinations will be incorporated into the contract. The Contractor will have thirty (30) calendar days to request compensation for any wage adjustment increase. 2) Scope of Work This contract will NOT be a personal services contract as defined in FAR 37.101. It will not create employment rights with the U.S. Government, whether actual, inherent, or implied. By agreeing to perform the services described in these specifications, the contractor acknowledges that he/she is not an employee of the U.S. Government and shall not be presented as such. The Contractor and/or the Contractor's employees: (1) shall perform the tasks and services specified as independent contractors, not as employees of the Government; (2) shall be responsible for their own management and administration of the work required and bear sole responsibility for complying with any and all technical, schedule, or financial requirements or constraints attendant to the performance of this contract; (3) shall be free from supervision or control by any government employee with respect to the manner or method of performance of the services specified; but (4) shall, pursuant to the government's right and obligation to inspect, accept or reject the work, comply with such general direction of the Contracting Officer Representative (COR), or designated Installation Representative as is necessary to ensure accomplishment of the contract objectives and has the right of refusal of deliverables at the installation level. This will be a Performance-Based Firm Fixed-Price Contract. The contract is to provide on-site and potentially off-site personnel support services in support of all Navy and Marine Corps installations located within the NAVFAC enterprise to include OCONUS locations and supported commands. Contractor personnel will support multiple design and/or construction projects between award and the subsequent sixty (60) months, subject to the exercise of the option periods. Contractor personnel are required in order to execute the planning, design, and construction requirements. Projects are located throughout the NAVFAC enterprise to include CONUS and OCONUS locations. Type of Work: Positions can support multiple design and/or construction projects ranging typically with an estimated construction cost of $5 - $500 million. Positions can be assigned to projects in different phases of project execution. Taskings will range from concept development, plan review and recommendations, facility or utility design, construction support management, and inspection services. Contractor will staff projects with or without NAVFAC designers; however, ultimate design decisions will be made by the NAVFAC Project Manager and/or Design Manager. Contracted positions may be tasked to review and provide input on conceptual designs (<15% design), charrettes, designs at 35%, 50%, Pre-Final and Final, submittals, shop drawings and documents prepared by NAVFAC personnel, NAVFAC contracted A&E design firms, or development of design. Location of Desk Work: The primary work sites will be in Portsmouth, VA and Kittery, ME; though work may also be performed remotely or at other locations as directed. The breakdown of required positions and locations shall be detailed in individual task orders. Contractor personnel may be co-located with NAVFAC design professionals for the execution of Projects. Other desk locations may be identified during the term of this contract. NAVFAC Atlantic shall provide all work space requirements associated with the positions that are not designated to be remote. Location of Desk Work is subject to change in the event the Government issues a change via contract modification and task orders. Onboarding & Duration of Positions: All positions required via task order shall be onboarded within 30 days. However, the Contractor shall work with the Government to onboard all Contractor employees as soon as possible, upon completion of the CAC and onboarding process for each Contractor employee. Renewal of each position will be subject to issuance of task orders by the Government. Services provided under this contract must meet the following performance qualifications and requirements for each position. The contractor shall be responsible for ensuring that contractor employees are fully trained and competent to perform in the requested positions at the required level specified. All staff will be responsible for executing project schedules safely, within budgets, and in conformance with project and customer requirements. This includes coordination with other team members to assure schedules, cost estimates and strategies are accurate and executable. Contractor staff will assist in the preparation of project and contract modification cost estimates, working with available cost estimation tools as well as independent research and utilizing professional experience. The contractor shall also perform evaluations of technical proposals and provide recommendations. All staff shall have working level knowledge of the Microsoft Office Software Suite. Positions shall have a strong understanding utilizing and applying discipline specific criteria and tools such as DoD Unified Facilities Criteria (UFC), Building Code Analysis, AutoCAD, Revit, SpecsIntact, and cost estimating software for the construction of facilities from design documentation. Contractor staff will assist in the preparation of project and contract modification cost estimates, working with available cost estimation tools as well as independent research and utilizing professional experience. Contractor staff shall have experience coordinating with all engineering/design disciplines, programming, scheduling, planning, design and construction related matters from ""cradle to grave,"" and required actions to coordinate delivery of individual projects, packages and complexes. Contractor staff shall have experience coordinating with customers and sponsor commands, integrating requirements into the overall project execution, and reporting project status to NAVFAC Atlantic. All staff will be responsible for executing project schedules within budgets. Contractor staff shall review plans, specifications, cost estimates, project documents and reports submitted by A&E firms for technical adequacy, completeness, functional design, sound engineering practice, compliance with NAVFAC and DOD criteria and all applicable codes. Supports the Government as the final authority on scope compliance and directs the A&E firm to correct deficiencies unless challenged by the contract A&E of record. Contractor staff shall ensure that the final submittals are complete and satisfactory. Contractor staff shall initiate field trips to project site during scoping, design and construction. Interfaces with customer and other interested parties providing expert consultation and gathering pertinent information required to complete project. Contractor staff shall inspect existing conditions of a site and of a facility to gather information. Reviews for Government approval contractor�s materials, submittals, shop drawings, and schedules to ensure they conform to the requirements of the contract documents and when necessary, visits construction sites to provide advice to the Government on problems arising during construction. SUBMITTAL REQUIREMENTS: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm�s qualifications to perform the defined work. Please note that your submittal shall not exceed fifteen (15) single-sided pages. PAGES IN EXCESS OF THE FIFTEEN (15) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 2:00 P.M. local Norfolk, Virginia time on 22 December 2025 to the Contract Specialist, Shannon Price, via email to shannon.e.price3.civ@us.navy.mil. Identify in the subject line of your response: ""N62470-26-R-0013: Professional Support Services Sources Sought.� The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following: A. COMPANY PROFILE to include: (1) Company�s full name and address; (2) Year the firm was established and number of employees; (3) names of two principals to contact (including title, telephone and email addresses); (4) copy of any certifications (if 8(a) or HUBZone certified, provide the SBA Business Opportunity Specialist name and phone number assigned); identify the size status of your firm and identify any sub-categories of small business for which you qualify (i.e., WOSB, EDWOSB, SDB, VOSB, SDVOSB); and (5) indicate if the firm is registered in the System for Award Management (SAM) database (https://www.sam.gov/), including Unique Entity ID (UEI) and CAGE Code; and, if a small business, provide a narrative of how your firm will comply with the limitations on subcontracting clause (FAR Clause 52.219-14) required to be included in any small business program set-aside. B. RELEVANT EXPERIENCE. Include information on recent past projects that best illustrate your qualifications to perform the various services listed above. List up to three (3) projects performed within the last five years that best illustrate your qualifications to perform the various services listed above. Provide the following information for each project listed: Contract Number and Project Title; Name of Contracting Activity; Administrative Contract Officer�s Name, current telephone number and email address; d. Contracting Officer�s Technical Representative or Primary Point of Contact, current telephone and email address; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f. Contract Period of Performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work; (1) Provide information and experience of key personnel demonstrating the ability to provide the types services listed in the primary tasks above; (2) Provide a brief written statement as to your ability to perform and manage a minimum of 5 large defined task orders simultaneously at various locations, both CONUS and OCONUS such as would be required in an IDIQ type contract. (3) Subcontract management: provide information on any proposed joint ventures or teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513); and, The Relevant Experience (B) must be complete and sufficiently detailed to allow for a determination of the firm's qualifications to perform the defined work. The Relevant Experience must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and limited to 15 single sided pages. The Government reserves the right to request additional information as needed, from any and all respondents. Note: If using corporate experience of teaming partners or affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the response to sources sought) to demonstrate corporate experience, clearly explain how the teaming partner or the affiliates/ subsidiaries / parent/LLC/LTD member companies will have meaningful involvement in the performance of this contract. C. Potential contractors believing that services identified under a different NAICS code can be provided that will meet or exceed the requirements identified within this sources sought notice are encouraged to respond. Please provide the applicable NAICS code and provide justification/reasoning for selection of that code. D. Capability statement displaying the contractor�s ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years Please also include in past performance information the contract numbers, dollar value, period of performance and POC information for each contract referenced in response to this sources sought. E. If a small business respondent; please provide a narrative description detailing how your firm would comply with FAR Clause 52.219-14 Limitations on Subcontracting, Services, if the project was ultimately set-aside for small business concerns. F. Additional Information. If any, that the responders believe is relevant. Answers to questions about this sources sought announcement will be made available to all responders. Questions or comments regarding this notice may be addressed in writing to Shannon Price via e-mail to shannon.e.price3.civ@us.navy.mil. RESPONSES ARE DUE NLT DAY, 22 DECEMBER 2025 NO later than 2:00 P.M. Norfolk, Virginia local TIME. LATE RESPONSES WILL NOT BE ACCEPTED. NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFEROR�S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION. We appreciate your interest and thank you in advance for responding to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a55f20bcd1124c73b8bb42da6992e382/view)
- Place of Performance
- Address: Kittery, ME, USA
- Country: USA
- Country: USA
- Record
- SN07660135-F 20251210/251208230037 (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 |