United States - Architech & Engineering DesignServices

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 December 2019
Opportunity publication date
27 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Oct 26, 2019 12:42 pm

  Indefinite Quantity - Indefinite Delivery Contract for Architect and Engineering Design Services at Various Activities under the Cognizance of the Naval Facilities Engineering Command (NAVFAC) Northwest Area of Responsibility
Solicitation Number: N44255-19-R-6107
Agency: Department of the Navy
Office: Naval Facilities Engineering Command
Location: NAVFAC NORTHWEST
________________________________________
General Information
Document Type: Synopsis/Pre-Solicitation
Solicitation Number: N44255-19-R-6107
Pre-Solicitation Post Date: 26 SEP 2019
Planned Posting Date: 28 OCT 2019
Offerors' Questions Closing Date: 15 NOV 2019
Response Date: 04 DEC 2019
Archiving Policy: 90 Days
Set Aside: 100% Small Business
Classification Code: C219 - Architect and Engineering Services
NAICS Code: 541310 Scientific, & Technical Services /- Architectural
Services
Description:
ALL INFORMATION NEEDED FOR INTERESTED PARTIES TO SUBMIT A STANDARD FORM (SF) 330, ARCHITECT-ENGINEER QUALIFICATIONS, ARE CONTAINED HEREIN. THERE IS NO SEPARATE REQUEST FOR PROPOSAL (RFP) / SOLICITATION PACKAGE TO DOWNLOAD.

This request for Architect - Engineer (A-E) Qualifications will result in one Firm-Fixed-Price (FFP) Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract primarily for architectural services at various locations serviced by Naval Facilities Engineering Command Northwest (NAVFAC NW) area of responsibility (AOR) to include Washington, Oregon, Idaho, Alaska, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Iowa and Minnesota and may also include other areas of the United States, and worldwide. The preponderance of the work is expected to be performed in the state of Washington. The exact location of the requirements will be designated on individual Task Orders.
These services will be procured in accordance with 40 USC Chapter 11, Selection of Architects and Engineers, as implemented by FAR Subpart 36.6. The IDIQ contract will be for a base period of one year and four one-year option periods (if exercised). The total fee for the contract term shall not exceed $50 million. Options for post construction award services may be negotiated on individual task orders for unilateral exercise. The guaranteed minimum for the contract term (including option years) is $1,000. Firm-fixed price task orders will be negotiated for this contract. The dollar limit per task order is $1,000 to $5 million and no dollar limit per year. Task orders may be awarded above this range on a limited basis. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. The Government makes no representation as to the number of task orders or the actual amount of work to be ordered and the contract awardee is not guaranteed work in excess of the minimum guarantee. Estimated start date for this contract is June 2020.
This procurement is solicited as a Small Business Set-Aside in accordance with FAR 52.219-6 NOTICE OF SMALL BUSINESS SETASIDE (JAN 2019) (DEVIATION 2019-O0003) dated 12/3/2018. The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541310 Engineering Services and the annual small business size standard is $8 Million. In addition, FAR 52.219-14 LIMITATION OF SUBCONTRACTING (JAN 2019) (DEVIATION 2019-O0003) dated 12/3/2018 is applicable to the awarded contract, which states that Offeror will not pay more than 50% of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities.
The required A-E services are primarily architectural in nature, but a strong multi-discipline team is required. For this contract the lead discipline shall be a registered / licensed Architect. Services shall be accomplished in the firm's office with the exception of field/subsurface investigations and surveys as required by the specific task order.
The Government seeks the most highly qualified firm to perform the required services, based on demonstrated competence and qualifications, in accordance with the selection criteria. The A-E Firm is expected to provide an interdisciplinary team to furnish architectural, design and engineering services for projects at various locations predominantly serviced by the Naval Facilities Engineering Command Northwest (NAVFAC NW). The type of architectural services expected to be performed under this contract include, but are not limited to, preparation of design-build Request for Proposals (RFPs) and fully designed drawings and specifications (i.e., drawings, specifications, basis of design, design analysis, engineering calculations, cost estimate, etc.), studies for renovation or construction of new facilities, facility and infrastructure planning, and preliminary project scoping studies for the development of budget estimates. The work may also include other engineering services including cultural, natural and historical preservation requirements of the State Historical Preservation Office (SHPO) as well as customer activity Base Exterior Architecture Plans (BEAPs). Projects may include, but are not limited to, major and minor renovation facility construction; infrastructure and utility repair or replacement projects; energy conservation projects; planning studies; and consultation on technical issues. Task orders planned for this IDIQ would have architectural services as the preponderance of the scope. Typical projects would include the following:
1. New designs, evaluations, and/or studies for maintenance, construction, equipment installation, repair and replacement of a wide range of facilities, but with an emphasis on administrative, commercial, industrial, training, recreation, commissaries, exchanges, lodges, housing/bachelor quarters, reserve centers, fire stations, public works operations, maintenance/repair facilities, light industrial/public works-type facilities, ordnance storage, aviation facilities, warehouses, medical, and high security facilities.
2. Integrating new designs with existing facilities and systems
3. Preparation of DD1391 and/or preliminary design deliverables in accordance with NAVFAC ECB 2016-01 Preliminary Design Deliverables for Department of Navy Military Construction Projects
Design and engineering services may also include facilities planning documents and studies, universal design and/or accessibility (ABA/UFAS) renovations, interior design, landscape design, FACD charrettes, code and life-safety studies, geotechnical evaluation, technical review of contract documents prepared by Government employees, analysis of existing structures using current DoD seismic criteria, seismic evaluation, field investigation, biological assessments, utility studies/mapping, GIS mapping, design using Navy antiterrorism force protection criteria, cost estimating, LEED and/or GBI documentation, economic analysis, preliminary hazard analysis, engineering studies, industrial engineering studies including process flow, Basic Facility Requirement (BFR) development, topographic surveys, sub-surface investigations, Post-Construction Award Services (PCAS) / construction support consultation, demolition, fire protection, repainting, reroofing, adaptive re-use of renovated facilities, cathodic protection, and identifying environmental concerns. During the performance of this contract, hazardous materials/waste assessments or surveys may be required. Firms must be able to accept work that involves asbestos, lead paint, PCBs, and other hazardous materials. Recovered and recycled materials may be involved in all projects and shall be treated as specified in FAR 36.601-3 (a).
Cost estimates shall be prepared by a professional cost estimator using R.S. Means, historical data, Tri-Services Unit Price Book databases, or MCACES Second Generation (MII) all which shall comply with NAVFAC's Cost Engineering Policy and Procedures Interim Guidance 2017 - 2019 or latest version (available on the Whole Building Design Guide (WBDG) website https://www.wbdg.org/).
Computer drawing data shall be provided on electronic media compatible with AutoCAD 2016 or as otherwise indicated in the individual Task Order. Specifications shall be prepared using SPECSINTACT software and also be provided in .pdf format for posting to Government websites during solicitation. Design using Système Internationale (SI) Metric Units may be required.
All firms are advised that registration in System for Award Management (SAM) Database and a current VETS 4212 report submission (if a federal contractor) in the Department of Labor Web site are required prior to award of a contract. Failure to register in the SAM Database or maintain current reporting in the VETS 4212 Database may render your firm ineligible for award. For more information, check the SAM Web site: https://www.sam.gov/SAM/ and Department of Labor Web Site: https://www.dol.gov/agencies/vets/programs/fcp/federal_contractor_program_fs.
NOTE: The awarded contract will be subject to specific provisions addressing the avoidance of organizational conflicts of interest. This may affect participation as a Construction Team Member on design-build contracts including Multiple Award Construction Contracts (MACC) if your firm was responsible for preparing or estimating any element of a project that may be solicited on a MACC including the initial MACC "seed project."
The Prime or Joint Venture for this contract will be required to perform throughout the contract term. Dissolution of a Joint Venture may result in Options not exercised.
Interviews may be scheduled with firms slated as the most highly qualified. Firms slated for interviews may be asked to clarify information contained in the SF330 submittal. Elaborate presentations are not desired.
SELECTION CRITERIA:
Firms responding to this synopsis will be evaluated to determine the most highly qualified firms to perform the required services in accordance with the published selection criteria. Failure to comply with instructions, or provide complete information may affect the firm's evaluation or disqualify the firm from further consideration. Criteria 1 and 2 are most important and equally weighted. Criteria 3 through Criteria 7 are listed in descending order of importance:
1. Specialized Experience
2. Professional Qualifications
3. Past Performance
4. Quality Control
5. Program Management, Capacity, and Location
6. Volume of Work
Firms may be considered more favorably by demonstrating designer of record experience in the in the following elements:
a) Projects involving a sustainable design approach which achieve LEED Silver ratings or higher;
b) Projects that are complex/difficult due to location, discipline mix, or inclusion of specialized trades.
Criterion 1-Specialized Experience (SF330, Part I, Section F):
Firms will be evaluated on specialized experience in performance of services similar to those anticipated under this contract through evaluation of experience in each of the following areas:
1. Code or life safety investigation study
2. Preliminary planning study that includes preparing materials used to create a DD1391 Military Construction Project Data form for a proposed project.
3. Design-bid-build construction package (including cost estimating) for new construction or substantial renovation of an occupied facility (not an interior remodel or tenant improvement).
4. Design-bid Request for Proposal package (including cost estimating) for new construction or substantial renovation of an occupied facility (not an interior remodel or tenant improvement).
Firms may be considered more favorably by demonstrating designer of record experience in the following:
1. Preliminary planning study in accordance with NAVFAC ECB 2016-01 Preliminary Design Deliverables for Department of Navy Military Construction Projects.
2. Demonstrating a diversity of architectural experience with respect to the list of typical projects above.
3. Demonstrating experience providing specialty design consultation experience such as acoustical analysis and testing or completion of a Best Value Determination and Comprehensive Interior Design package for Department of Navy Military Construction Projects.
Criteria Submission requirements:
Provide a maximum of ten projects completed (design [for items #1 and 2 above] and construction [for item #3]) within the past seven years (as of the due date of the SF 330) that best demonstrate specialized experience of the proposed team in the areas outlined above. Sufficient information to determine the date of completion of the project must be included in the project description or the project will not be considered. If more than the maximum number of projects are submitted, the Government will only evaluate projects up to the maximum number authorized in the order submitted.
All projects provided in the SF330 must be completed by the actual office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from consideration in the evaluation. To enable verification, firms should include the DUNS number along with each firm name in the SF330 Part 1, Section F, block 25, "Firm Name" Include a contract number or project identification number in block 21. Include an e-mail address and phone number for the point of contact in block 23(c). In block 24, include in the project description the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined above. For projects performed as a subcontractor or a joint venture involving different partners, specifically identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project as a whole and list the prime contractor. If the project description does not clearly delineate the work performed by the entity/entities participating on this contract, the project shall be eliminated from consideration.
NOTE: If the firm is a joint venture, projects performed by the joint venture should be submitted; however, if there are no projects performed by the joint venture, projects shall be submitted for each joint venture partner. Firms failing to provide projects from all joint venture partners will be considered to have not met the requirements of the criterion. The project limit for joint ventures remains at ten.
Projects shall be submitted on the SF-330 at Part I, Section F and shall be completed projects. Projects not completed will be excluded from evaluation consideration. For submittal purposes, a task order on an IDIQ contract is considered a project, as is a stand-alone contract award. Do not submit an IDIQ contract as an example project. Instead, submit relevant task orders or stand-alone contract awards that fit within the definition above as individual projects. The Government will not evaluate information provided for an IDIQ contract. Examples of project work submitted that do not conform to this requirement will not be evaluated.
All information for Criterion 1 should be submitted in the SF330, Part I, Section F. The Government WILL NOT consider information submitted in addition to Part 1, Section F in evaluation of Criterion 1. Section F is limited to 2 pages per project.
*Note 1: Criteria 1 projects, block 24 shall contain the same offeror information as the CPARS or PPQ, if one exists
Criterion 2-Professional Qualifications (SF330, Part I, Sections E & G):
Firms will be evaluated on professional qualifications, competence, and experience of the proposed key personnel in providing services to accomplish the tasks required under this contract, including participation in example projects as outlined in the SF330, Part 1, Section G. Key personnel are individuals who will have major contract or project management responsibilities and/or will provide unusual or unique expertise. Specific disciplines that must be included in key personnel are:
1. Contract Project Manager (Overall)
2. Lead Architect of Record (minimum of 2, maximum of 4)
3. Lead Civil Engineer/Designer of Record (minimum of 1, maximum of 2)
4. Lead Structural Engineer/Designer of Record (min. of 1, max. of 2)
5. Lead Mechanical Engineer/Designer of Record (min. of 1, max. of 2)
6. Lead Electrical Engineer/Designer of Record (min. of 1, max. of 2)
7. Lead Design Quality Control Manager (min. of 2, max. of 4)
*Note: Resumes shall not total more than 14 pages in total for Key Personnel.
Criteria Submission Requirements:
SF330, Part I, Section E. Provide resumes for all proposed key personnel that illustrate experience in the work proposed under this contract. Resumes are limited according to discipline (see above) and should indicate: professional registration, certification, licensure and/or accreditation in appropriate disciplines; cite recent project-specific experience and role in work relevant to the services required under this contract; and indicate proposed role in this contract. Recent experience is defined as within seven years of the due date of the SF330 and is for completed designs or studies for Designer of Record "roles". All Project Managers and discipline designers of record must be professionally registered or licensed in their discipline. Provide license number in addition to state of registration and discipline in Block 17 of the resume. Indicate participation of key personnel in example projects in the SF330, Part 1, Section G.
Criterion 3-Past Performance (SF330, Part I, Section H):
Firms will be evaluated on past performance with Government agencies and private industry in terms of work quality, compliance with schedules, cost control, and stakeholder/customer satisfaction. Evaluation of past performance and experience will include information provided in Past Performance Questionnaires (PPQs) or CPARS for Criterion 1 projects and may include customer inquiries, information from Government databases, and other information available to the Government including contacting points of contact in other criteria.
Submission Requirements:
SUBMIT A COMPLETED CPARS EVALUATION FOR EACH PROJECT UNDER CRITERION 1. IF A COMPLETED CPARS EVALUATION IS NOT AVAILABLE, the Past Performance Questionnaire (PPQ) (Attachment (A)) included in this notice is provided for the firm or its team members to submit to the client for each project included under Criterion 1,
Specialized Experience. DO NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE.
IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your SF330. If the firm is unable to obtain a completed PPQ from a client for a project(s) before the response date set forth in this notice, firms should complete and submit with their responses the first page of the PPQ (Attachment (A)), which will provide contract and client information for the respective project(s). Firms may submit a PPQ previously submitted under a different Notice/RFP (legible copies are acceptable) as long as it is on the same form as posted with this Synopsis. Firms should follow up with clients/references to ensure timely submittal of questionnaires. If requested by the client, questionnaires may be submitted directly to the Government's point of contact, Naval Facilities Engineering Command NW, Attn: Mr. Declan Jarry via email at declan.jarry@navy.mil, prior to the submission due date. Firms shall not incorporate by reference into their response PPQs or CPARS previously submitted in response to other A-E services procurements. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.
Firms may provide any information on problems encountered and the corrective actions taken on projects submitted under Criterion 1 Specialized Experience. Firms may address any adverse past performance issues. Information shall not exceed two double-sided pages (or four single-sided pages) in total.
Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation.
*Note: The CPARS or PPQ should match the Firm name and DUNS under Section F, block 24 of the SF330. If it does not match, please explain the nexus/relationship between the offeror and the firm on the CPARS and block 24 of Section F.
Criterion 4- Quality Control Program (SF330, Part I, Section H):
Firms will be evaluated on the strength of the quality control program proposed by the firm to ensure quality products and services under this contract, and means of ensuring quality services from their consultants/subcontractors.
Submission Requirements:
Describe the quality control program that will be utilized for all deliverables of this contract and the management approach for quality control processes and procedures. The description shall:
1. Explain the quality control program including an example of how the plan has worked for one of the projects submitted as part of SF330, Section F or how the plan will work if it has not been used previously.
2. Describe specific quality control processes and procedures proposed for this contract including the inter-relationship of the management and team components.
3. Identify the quality control manager and any other key personnel responsible for the quality control program and a description of their roles and responsibilities and their reporting requirements.
4. Describe how the firm's quality control program extends to management of subcontractors.
Criterion 5- Program Management, Capacity, and Location (SF330, Part I, Section H):
Firms will be evaluated on the firm's ability to plan for and manage work under the contract, the capacity to accomplish the work in the required time, and on the locations of their office(s) that will be performing the work under this contract and their demonstrated knowledge of the primary geographic areas in which projects could be located.

Submission Requirements:
Program Management:
a) Provide an organizational chart for the team and discuss the management plan for this contract and personnel roles in the organization.
b) Describe the ability of the firm to manage, coordinate and work effectively with team members, both internal staff and consultants.
c). Discuss the history of working relationships with team members, including joint venture partners where applicable.
Capacity:
a) Describe the firm's present workload and the availability of the project team (including consultants) for the specified contract performance period.
b) Describe the workload/availability of the key personnel during the anticipated contract performance period and the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably.
Location:
a) Provide the location of the office(s) that will be performing the work, including main offices, branch offices, and offices of team members. Evaluation of firms will include consideration of their location within the primary geographic area of the anticipated projects, primarily NAVFAC Northwest AOR, specifically the Puget Sound region.
b) Provide a narrative describing the team's knowledge of the primary areas in which projects could be located.
Criterion 6-Commitment to Small Business (SF330, Part I, Section H):
Firms will be evaluated in terms of the extent to which they have identified and committed to Small Business (SB), Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone Small Business (HUBZone SB), Veteran-Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), and if applicable, Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) in performance of this contract, whether as a joint venture, teaming arrangement, or subcontractor.
The Small Business size standard classification is North American Industrial Classification System (NAICS) Code 541330 Engineering Services, and the annual small business size standard is $15 Million. Firms shall submit a draft Small Business Participation Plan that will be evaluated on the extent they identify and commit to small business subcontracting to SB, SDB, WOSB, HUBZone SB, VOSB, SDVOSB, and HBCU/MI if applicable in the performance of the contract.
Submission Requirements:
Completion of the attached Small Business Participation Plan (Attachment (B)).
Criterion 7-Volume of Work (SF330, Part 1, Section H)
Firms will be evaluated in accordance with DOD Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance and Information (PGI) 236.602-1, from data extracted from the Federal Procurement Data System (FPDS). Firms will be evaluated in terms of work previously awarded to the firm by DOD within the past twelve months with the objective of effecting an equitable distribution of contracts among qualified A&E firms including small, disadvantaged business firms, and firms that have not had prior DOD A&E contracts.
Submission Requirements: Firms do not submit data for this factor.
SF-330 SUBMISSION REQUIREMENTS:
Architectural firms desiring to be considered for this contract must submit a completed SF-330 package including a Cover Sheet, which includes two points of contact with email and telephone numbers and Prime / Joint Venture's (including all Partners stated in the Joint Venture Agreement) DUNs, Cage Code and Taxpayer ID Number (TIN). If the Joint Venture does not yet have its own DUNs, Cage Code and/or Taxpayer ID Number finalized, state so.
The SF-330 shall be typed, one sided, at least 10 point Times New Roman or larger. Part I shall not exceed 75 single-sided 8.5 by 11 inch pages (the page limit does not include cover sheet, ISRs, certificates, PPQs, licenses, draft subcontracting plan required from Large Businesses, Small Business Participation and Commitment Strategy form required from Small Businesses, dividers, or other requested documentation (e.g., joint venture agreement, proof of A-E firm registration) provided that these do not contain any substantive information submitted in response to the synopsis or intended to demonstrate the qualifications of the firm). Part I pages shall be numbered sequentially. The Section D, Organizational Chart of Proposed Team, maximum size is one page single-sided 11 by 17 foldout, using 10 point font or larger (font limitations do not apply to graphics, captions or tables). Include your DUNS and CAGE numbers on each page of Section H, Additional Information, Block 30, of the SF-330. SF330 Part II is limited to one page per firm and will be used to verify business size and status. Part II is not included in the page count limitations.
**In accordance with the FAR 36.601-4(b) contracts for architect-engineer services may only be awarded to firms permitted by law to practice the professions of architecture or engineering. Firms must submit proof that they are permitted by law as required by FAR 36.601-4(b). If a firm is in a jurisdiction that requires A-E firm registration, the firm must provide proof of registration. If a firm is in a jurisdiction that does not require A-E firm registration, the firm must provide proof eligibility to practice (e.g., a summary explaining eligibility under the laws of that jurisdiction). Failure to submit the required proof could result in a firm's elimination from consideration.
**Firms who are offering as a joint venture should include with their submission a copy of the joint venture agreement. Failure to include the joint venture agreement may result in the firm's elimination from further evaluation.
Architect-Engineer firms that meet the requirements described in this announcement are invited to submit one original and two hard copies of the SF-330 and one CD. Firms responding to this announcement by 10 October 2019 at 2:00 PM local time will be considered. In the event of discrepancies between the original submission, additional hardcopies, and/or CD copy, the original submission shall take precedence.
THIS IS NOT A REQUEST FOR PROPOSAL.
Late responses will be handled in accordance with FAR 52.215-1. The primary point of contact is Mr. Declan David Jarry,III, Contract Specialist, NAVFAC NW CORE CON AE Team. Secondary point of contact is Ms. Stephanie Avery Guillory, Contracting Officer, NAVFAC NW Arche541310541313CORE CON AE TEAM.
If an SF 254/SF 255 is submitted for this request for A - E qualifications, it will not be considered.
Offerors shall affix their names and return addresses to the upper left corner of the submission. Each package shall include the solicitation number and must be sealed. Submit packages to:
"N44255-19-R-6107-SF330 -- (Insert Company Name)"
Naval Facilities Engineering Command, Northwest
Attn: Mr. Declan Jarry, NAVFAC NW CORE CON A-E Team
1101 Tautog Circle, Suite 316
Silverdale, WA 98315-1101
Initial submissions or modifications of submissions by email or facsimile are not allowed. Each copy of the SF 330 submission shall be securely fastened/ bound. Tab and label as appropriate. Firms not providing the required information may be negatively evaluated.
All firms are advised that Government responses to pre-submission questions will be provided to all firms via FedBizOps (FBO https://fbo.gov ) and may result in an amendment to the original synopsis. It is incumbent upon the firms to review the FBO synopsis for Government responses to questions and amendments to the synopsis and to submit qualifications utilizing the most current synopsis for this Request for A - E Qualifications.
All submissions shall be sent via U.S. mail or commercial courier. Hand Delivered submissions will not be accepted at the installation. Please ensure that your firm has included sufficient delivery time for timely receipt of your submission.
Electronic (E-mail, facsimile, etc.) submissions are not authorized. Hand delivered submissions are not authorized.
Inquiries concerning this Request for A-E Qualifications are to include solicitation number and title and submitted via email to Mr. Declan Jarry on Attachment (C), Pre-Proposal Inquiry (PPI) form.
Synopsis Attachments:
A. Past Performance Questionnaire (PPQ).
B. Small Business Participation Plan.
C. Pre-Proposal Inquiry form (PPI).
D. Small Business Subcontracting Plan.

Opportunity closing date
04 December 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVFAC Northwest United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?