*** CLARIFICATIONS - it was discovered that some clarification was due, following the Amendment 0001 posting for record. No changes to the requirements, deadlines, or performance-work statement have occured, but in the interest of transparancy the correspondence is being shared publically hereunder. There are no new administrative requirements, beyond Amendment 0001 (SF 30).
RFI A46 and RFI A53 guidance was identified to be ambiguous. To clarify, as stated in RFI A46, Volume II narratives are allowable, say for clarification or organizing purposes. However, as stated in RFI A53, pages or information beyond the standardized CPARS format or mandatory PPQ format will not be reviewed or evaluated, and so any Volume II narratives beyond CPARS / PPQ will not impact ratings of proposals per the Basis of Award at 52.212(2)(ii).
Regarding clarifications on some of the events and deliverables of the PWS, I got some guidance from our program representative: per RFI A33, the TPM meeting under Task 2.1 may be understood to be informal in nature, and the contractor would only be responsible for their own travel and accommodation. PWS Task 2.1.2 is specifying what will occur during the 2-day TPM. The TPM under Task 2.1 is where most of the planning will occur; there is no “pre-TPM” meetings or events to account for, although some coordination is anticipated as routine program management duties. This is in contrast to the formal PWS 2.2 IPR event, where all applicable costs should be included in the proposal, per various RFI answers (e.g. A2) provided about those requirements including securing the venue.
The PWS is clear as to refreshments, because it is not a contractor responsibility; NAVFAC’s LMR program usually arranges for refreshments, and any food that is arranged will have attendees pay for and reimburse for food costs, what the Government calls "per diem" costs of individuals on travel. This aligns with some of our Federal ethical guidelines regarding gifts and gratuities. Also, the PWS does not specify specific seasons for TPM or IPR events, for the Government’s administrative convenience, but routine would have the TPM held in Summer and IPR occurring Fall/Winter; the historical IPR dates are found in the LMR newsletters under LMR News tab at the Link listed below for "Navy's Living Marine Resources (LMR) Program". ***
AMENDED: this solicitation has been amended, and the SF 30 (N3943026Q1001-0001) has been posted on the evening of 13 Jan 2026, and each offeror should fill-in and return to the contracting office a signed copy of the SF 30 as acknowledgement of the updated terms and conditions. Also newly posted to the record are a full record of questions and responses from RFI period, as a separate document marked Attachment JL-1 for tracking.
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 N6247020D0016-N6247025F4013 (CORRECTED) 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. Note: copies of NAVFAC Past Performance Questionnaire (PPQ) forms have been newly posted in the attachments as of December 29, 2025; in accordance with Federal regulations, the Government's preferred source of past performance are records at CPARS.gov (see FAR Subpart 42.15), but these PPQ forms may be used for state, municipal, and/or private sector projects that are appropriate as past performance.
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 held a pre-proposal Request for Information (RFI) event, which has now closed; both questions and responses are posted and provided as a downloadable attachment. 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.