MODIFICATION
A -- RDTE Program Technical Services
- Notice Date
- 12/17/2025 3:32:25 PM
- Notice Type
- Solicitation
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- NAVFAC SYSTEMS AND EXP WARFARE CTR PORT HUENEME CA 93043-4301 USA
- ZIP Code
- 93043-4301
- Solicitation Number
- N3943026Q1001
- Response Due
- 1/16/2026 2:30:00 PM
- Archive Date
- 01/31/2026
- Point of Contact
- Nicole MENDES, Phone: 8059823993, Ryan J. Kenniff, Phone: 6197054260
- E-Mail Address
-
nicole.mendes@navy.mil, ryan.j.kenniff.civ@us.navy.mil
(nicole.mendes@navy.mil, ryan.j.kenniff.civ@us.navy.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business
- Description
- The Contractor will be expected to provide technical services to an applied Research, Development, Testing, and Evaluation (RDT&E) program. The RDT&E program focuses on Navy driven research needs related to at-sea compliance and permitting to ensure the Navy�s ability to conduct uninterrupted at-sea training and testing. Relevant laws and regulations include the National Environmental Policy Act (NEPA), Marine Mammal Protection Act, Endangered Species Act (ESA), and other federal, state, and local mandates. This will be a new procurement. It does not directly replace an existing contract. No prior contract information exists. Examples of historical documentation and events can be found at the linked website below. Previously, performance of the program�s requirements herein advertised were received under Task Order N3247020D0016-N3247025F4013 with vendor HDR Environmental, Operations and Construction, Inc., of Englewood, CO. Attachment RFQ_N3943025Q1001 (SF 1449) contain pre-award evaluation procedures, proposal requirements for responsiveness and responsibility determinations, and a full set of objectives and standards for future contract performance. All responsible sources may submit pricing quotes and technical capability statements for consideration. This attachment contains pre-award evaluation procedures for responsiveness and responsibility determinations, and a full set of objectives and standards for future ordering and performance. The solicitation utilizes source selection procedures which require offerors to submit a technical proposal, past performance and experience information, and pricing quotes for evaluation by the Government; details of submittal and evaluation are listed at provisions 52.212-1 and 52.212-2, respectively. A commercial service contract is intended, specified within the attached Performance Work Statement (PWS), for the key tasks of: (1) Generating Communication Products, and (2) Meeting Planning, Facilitation, and Documentation. For reference, a Commercial Service Determination (CID301201336822325000) has been associated and recorded for these requirements, and use of provisions and clauses at FAR 12.301(b)(1-4) is intended. This opportunity is 100 percent women-owned small business (WOSB) set-aside. The Government will only accept offers from WOSB concerns, but all vendors must still meet the requirements of the evaluation criteria and specifications for consideration. Competition between eligible vendors will be conducted to ensure best value selection, under Simplified Acquisition Procedures (FAR Part 13). Note: if sufficient, qualified participation is not received from WOSB concerns, the solicitation may be amended to a wider Small Business set-aside to ensure the requirements are fulfilled. Please be advised that Product Service Code citation has been updated upon the Synopsis record, by Contracting Officer direction, and as approved by a DoW OSBP representative. This Performance Work Statement is associated with Service Code AH52, and aligned with RDT&E appropriated services for the Navy, with extensive program details available at the website linked below. The contract term will be for a base period of one year, starting in 2026, plus four option years; only the base period of the contract will offer a minimum guarantee. Additionally, if the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. Please ensure to quote pricing in the increments designated by the Item numbers (CLIN) associated with the Service and Quantity, to facilitate these terms and conditions. In order to facilitate successful proposals, the Government will facilitate a pre-proposal Request for Information (RFI) period. RFI from offerors must be received by No Later Than 1430 hours PDT, January 6th, 2026, for consideration and answer. The due date for formal proposals and quotes is listed at the SAM.gov record of this solicitation N3943026Q1001, is subject to change, and changes will also be posted dutifully to the SAM.gov record for public distribution.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/d00496bd2d5d48e383227b733367cae8/view)
- Place of Performance
- Address: Port Hueneme CBC Base, CA 93043, USA
- Zip Code: 93043
- Country: USA
- Zip Code: 93043
- Record
- SN07668532-F 20251219/251217230033 (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 |