|
|
R -- Engineering and Logistics Support (ELS) SOL N39430-26-RFI-ELS DUE 03/09/2026 at 03:00PM -07:00 POC Marian Basa, marian.c.basa.civ@us.navy.mil, tel:8059823150 Krystal Lopez, krystal.l.lopez3.civ@us.navy.mil, tel:+1(858)978-5352
*** REFER TO ATTACHMENT AMENDMENT 01 FOR LATEST DESCRIPTION. ***
THIS IS A SOURCES SOUGHT SYNOPSIS. There is no solicitation available at this time. This Sources Sought Synopsis is published for information, planning and Market Research purposes only for the specified North American Industry Classification (NAICS) code of 541330, Engineering Services, assuming SBA assigned size standard of $25.5M. The Government will neither award a contract solely on the basis of this Sources Sought Notice nor will the Government reimburse the respondents for any costs associated with preparing or submitting a response to this Sources Sought Notice.
The Naval Facilities Engineering and Expeditionary Warfare Center Acquisitions (NAVFAC EXWC) is seeking qualified business sources to acquire services for engineering, integrated product support, and technical services to meet mission requirements. This planned procurement is intended to provide routine and surge capabilities with expertise necessary for all activities with the development, production, fielding, sustainment, and disposal of shore, expeditionary, and ocean systems across the lifecycle for Navy, US Marine Corp (USMC), Department of Defense (DoD), and other expeditionary customers at various locations worldwide (continental U.S., CONUS, and outside continental U.S., OCONUS). This announcement’s purpose is to obtain qualification statements from interested small businesses for performing the work described in the Sources Sought Notice.
This is a follow-on requirement for NAVFAC EXWC, the predecessor contract is Contract No. N39430-21-D-2206, which was awarded to Aktarius LLC, on 12 May 2021. NAVFAC EXWC contemplates awarding a single award, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract for the services listed below. The work includes, but is not limited to the following:
The Performance Work Statement (PWS) will provide more detail on the requirements for each of the aforementioned scope. The required services are to be accomplished under a blended cost-reimbursable and firm-fixed-price basis. The Governement has established an 8(a) set-aside.
The duration of the contract will be limited to 60-month ordering period plus an option to extend for six months from the date of an initial contract award. The aggregate value of the contract award resulting from the synopsis shall result in approximate total value of $75M. A minimum guarantee of $10,000 for the entire contract term will be satisfied by the award of an initial Task Order. Multiple Task Orders may be awarded with similar delivery schedules requiring the firm to provide services with overlapping work/delivery dates.
Individual Task Orders are expected to range, on average, between $50,000 and $1,000,000.
The purpose of this sources sought synopsis is to obtain additional information from interested/qualified sources. The applicable North American Industry Classification (NAICS) Code is 541330 Engineering Services (size standard $25.5M). Offerors shall have no less than five (5) years’ experience in providing these types of services. At a minimum, provide the following information in your submittal:
All interested sources are requested to complete the attached Sources Sought Information Sheet. The specific information NAVFAC EXWC seeks at this time are as follows:
1. Name, brief description of company, and company’s technical capability. The capability statement shall succinctly describe the company’s ability to fulfill the requirements described.
2. Provide a minimum of two (2) projects describing the company’s relevant experience. Information on relevant experience shall not exceed two (2) pages. Discuss the company’s experience including the type of services described, whether as a prime or subcontractor, and include the contracting agency and brief description of the contract scope of work.
3. Current security clearance level held or company’s eligibility status for obtaining a security clearance.
4. Name and address of company and contact information/point of contact.
5. CAGE code and Unique Entity ID (UEI).
6. Statement as to small business program size status relative to the above NAICS Code and identification of any existing contract vehicles currently in place which may be used and fit the proposed contract scope. Indicate all small business designations for which your company is currently certified.
7. Possible teaming arrangements: If you are responding as a prime contractor, provide anticipated subcontractors and their business size under the identified NAICS code. If you are responding as any other business or teaming entity, please identify the entity and the business size under the NAICS code, if known (eg: Partnership, Joint Venture, LLC).
8. Confirm your company intends to submit a formal response to the Government’s solicitation within 30 calendar days of RFP release.
9. Confirm your company maintains a Defense Contract Audit Agency (DCAA) approved accounting system and describe your experience in executing cost-reimbursable contracts.
It is anticipated that the primary North American Industry Classification Systems (NAICS) Code for this requirement is 541330 – Engineering Services, with a size standard of 25.5 million. All interested sources shall specify their business size standard. In addition, small business concerns shall also specify their small business socio-economic category/categories.
This sources sought synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), and is not to be considered as a commitment by the Government for any purpose other than market research, nor does this issuance restrict the Governments acquisition approach. Respondents will not be notified of the results of the evaluation.
The Government recognizes that proprietary data may be a part of your submittal. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. All submittals received will be reviewed for informational purposes. The Government reserves the right to independently verify all information submitted. Submit required information electronically to the following Government personnel:
Pre-submission inquiries must be submitted no later than 1500 PT, Friday 20 February 2026.
Contract Specialist – Marian Basa
Email – marian.c.basa.civ@us.navy.mil
Alternate Contract Specialist – Krystal Lopez
Email – krystal.l.lopez3.civ@us.navy.mil
Contracting Officer – Crystal Brooks
Email – crystal.s.brooks2.civ@us.navy.mil
Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/0acab401323e40f79772a129e416d8a9/view OutreachSystems Article Number: 20260203/PROCURE/0137