N62470-24-R-0066 Revenue Requirement
ID: N62470-24-R-0066Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Offices of Certified Public Accountants (541211)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, is seeking qualified small businesses to provide professional services related to revenue requirements for utility rates studies under solicitation number N62470-24-R-0066. The objective of this procurement is to obtain expert assistance in analyzing utility rate applications, preparing testimony for regulatory hearings, and navigating complex regulatory proceedings, which are critical due to the Department's substantial annual utility expenditures exceeding $1 billion. This contract, valued at up to $500,000 over a potential three-year term, will be awarded through Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts, with work performed via task orders. Interested contractors should contact Stephanie Wray at stephanie.l.wray2.civ@us.navy.mil or Linda Stein at linda.c.stein.civ@us.navy.mil for further details, and are encouraged to review the solicitation documents for specific requirements and deadlines.

    Files
    Title
    Posted
    Amendment 0001 to RFP N62470-24-R-0066 was issued to address pre-proposal inquiries regarding a follow-on contract for similar services previously provided by Larkin & Associates PLLC under contract N6247021D0010, awarded on June 19, 2021. The previous contract had a Not-to-Exceed (NTE) value of $399,250, covering a base year and two optional years. Additionally, the amendment indicates that the budget for the current project is available in the solicitation, inviting interested parties to refer to this document for the estimated contract amount. This RFP amendment aims to clarify bidding information for potential contractors, ensuring transparency and facilitating the bidding process for government contracts.
    The Department of the Navy's Commander, Naval Facilities Engineering Systems Command (COMNAVFACENGSYSCOM) intends to procure expert contractor services to analyze utility rate applications, ensuring just and reasonable rates. Given COMNAVFACENGSYSCOM's substantial annual utility expenditures exceeding $1 billion, the Utility Rates and Studies Office often seeks professional assistance to navigate complex regulatory proceedings affected by evolving utility industry conditions. Contractors will be responsible for tasks including reviewing utility applications, preparing testimony for regulatory hearings, cross-examination preparation, discovering information, and analyzing regulatory orders for their fiscal implications on the Navy and Federal Executive Agencies (FEA). Contractors must adhere to strict time constraints, provide all necessary materials, and present proposed cross-examination and testimony drafts to the Contracting Officer’s Technical Representative (COTR) for approval. The selection of key personnel, including an expert witness, rate analyst, and certified public accountant, is critical, with specific qualifications outlined for each role. This RFP establishes clear operational tasks and expectations for contractors, aiming to protect Navy interests in regulatory affairs and ensure cost-effective utility service delivery.
    The Pricing Exhibit outlines the requirements for contractors submitting fully burdened rates for specific labor categories under a federal contract, covering a base year and two option years. The labor categories listed include Expert Witness, Rate Consultant, Technical Analyst, and Administrative Assistant. It explicitly states that Other Direct Costs (ODCs) and travel expenses will be negotiated at the task order level, with the prohibition of overhead, profit, and handling fees on ODCs or travel. Travel reimbursements must adhere to the Joint Travel Regulations. This document serves as a critical component in government RFPs, guiding contractors on pricing expectations and contractual obligations concerning labor rates and costs associated with service delivery. By standardizing cost considerations, it ensures budgetary compliance and transparency in government contracting practices.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed to evaluate contractors' performance on federal projects. The form includes sections for contractors to provide essential information about their firm, the nature of their involvement (e.g., prime contractor, subcontractor), and detailed contract specifics like contract type, location, and timelines. A client completes a companion section that assesses performance across several criteria, including quality, schedule adherence, customer satisfaction, management effectiveness, cost management, safety measures, and overall compliance with contractual terms. Ratings range from Exceptional (E) to Unsatisfactory (U), thereby enabling a comprehensive assessment of contractors' capability and reliability. The completion and submission of this questionnaire foster transparency in contractor performance evaluations, necessary for future federal contract considerations. The document urges clients to submit their evaluations directly to the offerors or NAVFAC, maintaining the government's right to verify the provided information. This systematic performance evaluation tool enhances the procurement process by ensuring informed decisions in government contracting.
    The document is a combined synopsis/solicitation from the Naval Facilities Engineering Systems Command (NAVFAC) Atlantic, requesting quotes for professional services related to revenue requirements in utility rates studies. The solicitation number is N62470-24-R-0066, and it uses Simplified Acquisition Procedures. This request is exclusively set aside for small businesses under NAICS code 541211, with a contract value capped at $500,000 over a potential three-year term—composed of a base year and two option years. Work will be conducted via Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts and paid through task orders, with labor and travel costs defined and negotiated accordingly. The selected contractor must adhere to numerous Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions. The document emphasizes compliance with various labor and business ethics requirements and outlines limitations on subcontracting to ensure small business participation. Overall, the solicitation aims to enhance the utility rates study processes through qualified contractor engagement while ensuring adherence to federal contracting regulations and small business support.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Professional Services to support the Navy’s Public Works Business Line for work predominantly within the NAVFAC Atlantic Area of Responsibility (AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Systems Command (NAVFAC), is soliciting proposals for professional services to support the Navy’s Public Works Directorate, primarily within the NAVFAC Atlantic Area of Responsibility. The contract, identified as N6247023R9002, encompasses a range of services including operational support, logistics management, facility condition assessments, and energy efficiency surveys, with a total contract value of up to $60 million over a maximum term of five years. This procurement is critical for enhancing the efficiency and effectiveness of public works services, ensuring compliance with regulations, and promoting small business participation through subcontracting commitments. Proposals are due by 2:00 PM on October 2, 2024, and interested parties can contact Weston Polen at weston.c.polen.civ@us.navy.mil or Amber Forehand-Hughes at amber.l.forehand-hughes.civ@us.navy.mil for further information.
    Professional Services to support Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific (CONUS and OCONUS, worldwide) Area of Responsibility to assist in the management of the Navy’s electric, civil, and mechanical utility systems.
    Active
    Dept Of Defense
    Sources Sought notice from the DEPT OF DEFENSE, DEPT OF THE NAVY, and NAVFACSYSCOM ATLANTIC is seeking professional services to support Naval Facilities Engineering Systems Command's (NAVFAC) Atlantic and Pacific Area of Responsibility (AOR). The services will assist in the management of the Navy's electric, civil, and mechanical utility systems. The notice is for N62470-24-R-0053 and is open for interested parties to respond.
    INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) ARCHITECT AND ENGINEERING (AE) SERVICES CONTRACT FOR MECHANICAL AND ELECTRICAL DESIGN AND ENGINEERING SERVICES WITHIN NAVFAC MID-ATLANTIC REGION PRIMARILY FOR HAMPTON ROADS AREA OF RESPONSIBILITY (HR AOR)
    Active
    Dept Of Defense
    The Department of Defense, through the NAVFAC Mid-Atlantic office, is seeking qualified small businesses to provide Indefinite Delivery/Indefinite Quantity (IDIQ) Architect and Engineering (AE) services for mechanical and electrical design projects primarily within the Hampton Roads area of Virginia. The contract, valued at up to $40 million over five years, aims to support various federal construction projects, including new constructions and renovations, emphasizing the need for specialized design and engineering services. Interested firms must demonstrate relevant experience and qualifications, with proposals due electronically via the PIEE system by September 19, 2024. For further inquiries, potential bidders can contact Kristy Gerrek at kristy.gerrek@navy.mil or Amanda Bricker at amanda.bricker@navy.mil.
    Facility Investment Services for NAVSTA Newport Complex Area, facilities, and installed equipment and systems at Naval Station Newport, Newport Rhode Island.
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Facilities Engineering Command, is soliciting proposals for Facility Investment Services at the Naval Station Newport Complex in Rhode Island. The procurement is a Total Small Business Set-Aside under NAICS code 561210, focusing on the management and maintenance of facilities, installed equipment, and systems within the complex. This contract, structured as a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity, includes a base year and four optional years, emphasizing compliance with federal regulations and quality control measures. Proposals are due by October 8, 2024, and interested parties should direct inquiries to Brittany Swan at brittany.t.swan.civ@us.navy.mil or Melinda Robinson at melinda.l.robinson@navy.mil.
    R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT).
    Active
    Dept Of Defense
    The U.S. Navy is seeking proposals for a federal contract, R408 - Business Management Support Services (BMSS) for Navy Personnel, Manpower, and Training (PMT). This opportunity falls under the administrative and general management consulting services category. The primary purpose of this contract is to support the Navy's PMT office by providing business management services, including program management, administrative support, and technical assistance. The successful awardee will assist in managing and executing various PMT programs, enhancing the efficiency and effectiveness of Navy operations. The scope of work involves multiple key tasks. The awardee will be responsible for providing program management support, budget and financial management, personnel support, and training coordination. This includes assisting in developing and implementing procedures for these areas, as well as delivering comprehensive reports and presentations. The contract will require regular interaction and collaboration with Navy staff, ensuring seamless integration of services. To be eligible for this contract, applicants should possess a strong track record in administrative management, with specific experience in government or military environments being highly desirable. The Navy seeks a partner with a deep understanding of the unique demands and protocols of the public sector. Demonstrated ability in program management, strong communication skills, and data analysis expertise are also crucial. The contract is expected to be funded at around $7 million, with a potential period of performance of five years. The Navy anticipates awarding a fixed-price contract, with the option to extend based on performance and operational needs. Interested parties should submit their proposals before the stated deadline. It is anticipated that the evaluation process will focus on the applicant's technical approach, past performance, and cost-related factors. The Navy encourages applicants to include a detailed description of their qualifications, experience, and proposed solution. For clarification or questions, interested individuals and organizations should contact Alexis Montelone at alexis.montelone@navy.mil. This opportunity offers a chance to play a vital role in supporting the Navy's PMT office, and the successful applicant will contribute significantly to enhancing the Navy's operational capabilities.
    Hull, Mechanical, and Electrical Repair/Maintenance IDIQ for the Mid­-Atlantic Regional Maintenance Center
    Active
    Dept Of Defense
    The Department of Defense, through the Mid-Atlantic Regional Maintenance Center (MARMC), is soliciting proposals for an Indefinite Delivery Indefinite Quantity Multiple Award Contract (IDIQ-MAC) focused on hull, mechanical, and electrical (HM&E) repair and maintenance for various U.S. Navy vessels. The contract aims to fulfill repair, maintenance, modernization, and sustainment requirements primarily within a 50-mile radius of Naval Station Norfolk, Virginia, with potential tasks extending across the continental United States. This procurement is critical for maintaining the operational readiness of the Navy's fleet and is set aside exclusively for small businesses, with a total contract value projected at approximately $10 million over five years. Interested contractors must submit their proposals through the Procurement Integrated Enterprise Environment (PIEE) by the specified deadlines, and inquiries can be directed to Jake Grady or Donald Bowers via their provided email addresses.
    R--Risk Assessment and Development
    Active
    Dept Of Defense
    Sources Sought: DEPT OF DEFENSE - DEPT OF THE NAVY is seeking qualified and experienced sources for an anticipated Firm Fixed Price contract under NAICS code 541330, Engineering Services. The contract is for signals analysis lab support services. The Fleet Logistics Center Norfolk (FLCN) in Norfolk, Virginia is looking for information on qualified sources to derive a contract vehicle for financial improvement audit readiness document retention. The contract period is from August 1, 2018, to July 31, 2019. Interested parties should submit their responses by April 19, 2018, to heather.coleman@navy.mil. This is not a request for a proposal, and respondents will not be notified of the results.
    Z--DESIGN-BUILD RM09-2414 RENOVATION OF FLEET TRAINING BUILDING N25A (PHASE II) AT NAVAL STATION NORFOLK, VA
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking a contractor for the renovation of Fleet Training Building N25A (Phase II) at Naval Station Norfolk, VA. This project involves a complete interior and exterior renovation of the building. The estimated contract value is between $10,000,000 and $25,000,000, with an anticipated award date of September 2017. The project falls under the NAICS Code 236220 for Commercial and Institutional Building Construction, with a small business size standard of $36.5 million.
    Private Sector Workload Forecast Material for Public Website
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSEA HQ, is seeking to provide private sector workload forecasts for surface ship maintenance from Fiscal Year 2023 to Fiscal Year 2026. The objective is to communicate aggregate ship maintenance demand to industry partners, facilitating planning and resource allocation without constituting a request for proposals or contract commitments. This information is crucial for contractors to align their capabilities with the U.S. Navy's operational needs, as it reflects the dynamic nature of maintenance schedules influenced by ongoing budget negotiations and operational commitments. Interested parties can reach out to LT Kyle Watson at kyle.a.watson15.mil@us.navy.mil or Jamillah Powell at jamillah.l.powell.civ@us.navy.mil for further inquiries, with updates on future workload projections expected to be posted on SAM.gov.
    R--N62470-17-R-4010 Professional Services to support NAVFAC Public Works Business Line in NAVFAC AOR
    Active
    Dept Of Defense
    Presolicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Professional Services to support NAVFAC Public Works Business Line in NAVFAC AOR with a concentration of work within the Continental United States, the Caribbean, Europe, Africa. The service is typically used to provide support for the NAVFAC Public Works Business Line in various locations. Please see attached Pre-Solicitation Notice for more information.