Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

C -- A/E Services for the Risk Management Center which includes projects within the United States and its territories for dam and levee safety and other work as assigned to USACE

Notice Date
5/22/2020 1:29:32 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT LOUISVILL LOUISVILLE KY 40202-2230 USA
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR20R0034
 
Response Due
6/1/2020 7:00:00 AM
 
Archive Date
06/16/2020
 
Point of Contact
John Butts, Phone: 5025136591, Aaron L. Sanford
 
E-Mail Address
john.c.butts@usace.army.mil, aaron.l.sanford@usace.army.mil
(john.c.butts@usace.army.mil, aaron.l.sanford@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***************Amendment 0001***************** This amendment is issued to revise section ""SUBMISSION REQUIREMENTS, ""Offerers must submit all document through DoD SAFE (see below for instructions"". Offerers will not be required to submit hard copies/CD-ROM for this project. ***************Amendment 0001***************** ***************Amendment 0002***************** Amendment 0002 is to revise and replace section d. Past Performance in its entirety. **************Amendment 0002****************** **************Amendment 0003****************** Amendment 0003 is issued to correct the numbering/alphebetized format in the description. Amendment 0003 is issued to correct the Level 3 credentials wording from ""twenty"" to ""fifteen"". *************Amendment 0003******************* ************Amendment 0004******************* Amendment 0004 is issued make �ALL submissions/responses�shall be submitted by 10:00AM Eastern Time on 01 June 2020. ************Amendment 0004****************** 1.) SYNOPSIS: This announcement is open to all small businesses. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for Architect/Engineer services to support the Unites States Army Corps of Engineers (USACE) Risk Management Center (RMC), Head Quarters (HQ) USACE, Dam Safety Modification Mandatory Center of Expertise (DSMMCX), and Levee Safety Center (LSC), which will include projects within the United States and its territories for dam and levee safety and other work as assigned to the USACE national centers. The contracting officer shall be able to provide capacity to other Districts and Divisions to execute Dam and Levee Safety Missions and other Divisions and Districts in support of Disasters and Disaster Recovery efforts. �Projects outside the primary mission area of responsibility may be added at the Government�s discretion upon agreement of the A-E firm. Awards will be made as Firm-Fixed Price Task Orders during the period of performance. The total combined contract capacity under the umbrella contract is valued at $15,000,000 over a five year period. This is a five year contract, with no option years. The required A-E Services to be provided under these contracts will be multidisciplinary (see Specialized Experience and Technical Competence) in nature to support the mission of the USACE missions relating to dam and levee safety engineering. �There is no limit on the value of individual task orders. �Work will be issued by negotiated firm-fixed-price task orders. �Firm(s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. The period of performance for task orders issued under these contracts may extend beyond the five year ordering period. Three firms will be selected to be a part of the umbrella contract. If the Contracting Officer determines during the selection process that more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. �Once selected, the following factors will be used in deciding which selected firm will be utilized for task orders: (1) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in dam and levee safety engineering and design, risk analysis, technical reviews and support; (2) Professional qualifications necessary for satisfactory performance of required services; �(3) Capacity to accomplish the work in the required time; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Quality Management Systems in place to provide high quality products and other selection criteria as listed. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates. Estimated start date is August 2020. In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for Architect-Engineer Services. 2.) CHARACTER OF SERVICES: a. �DAM AND LEVEE SAFETY ENGINEERING AND DESIGN SERVICES. These services shall include but not be limited to geotechnical engineering, hydraulic engineering, hydrology, geology, geomorphology, geophysics, seismology, mechanical engineering, electrical engineering, structural engineering, civil/site engineering, economics, consequence estimation, environmental, geographic information systems, computer aided design and drafting, construction cost estimating, construction cost and schedule risk analysis, construction engineering and surveying will be required to support the program. These services may be in support of site characterization studies, engineering evaluations and analyses in support of hydrologic (e.g. Inflow Design Flood) and seismic loading, consequence studies, dam or levee inspections, levee screenings, levee inventory and review activities, feasibility studies, preliminary designs, value engineering, constructability reviews, policy or guidance development, training development or support, emergency response and recovery, or other analyses or studies related to the dam and levee safety programs. These services shall include evaluation of bridges, gates, spillways, pumping stations and other appurtenant structures attached to dams, locks, and levees as necessary to characterize the project as a whole. b. �RISK ANALYSIS SERVICES. These are services involving expert elicitation, risk methodology and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies, existing condition risk assessments, dam safety modification studies, periodic assessments, consequences estimation, determination of total and incremental risk reduction benefits that can be realized from corrective actions, risk facilitation, risk software operations, report preparation and other risk related studies and evaluations under the dam and levee safety programs. c. �TECHNICAL REVIEW SERVICES. For dam and levee safety engineering products including safety assurance reviews, agency technical reviews and subject matter expert reviews of reports, studies, risk analyses, risk assessments, design documents, construction drawings and specifications, construction cost estimates, constructability reviews, and physical construction. i. �SAFETY ASSURANCE REVIEWS (SAR) OR TYPE II INDEPENDENT EXTERNAL PEER REVIEWS (IEPR) will include a review of the design and construction activities prior to the initiation of physical construction and periodically thereafter until construction activities are completed on a regular schedule sufficient to inform the Chief of Engineers on the adequacy, appropriateness, and acceptability of the design and construction activities for the purpose of assuring public health, safety, and welfare. ii. �AGENCY TECHNICAL REVIEWS (ATR) will include review of decision and implementation documents �to ensure the quality and credibility of the government�s scientific information� for policy documents, studies and reports, design and construction documents, and other documents as needed. Other technical reviews by subject matter experts (SME) could include review of dam or levee safety program products or processes involving pre-construction, engineering design, or construction. �Note that ATR by government personnel is not a substitute for the A-E�s quality control processes. d. �TECHNICAL SUPPORT ACTIVITIES for dam and levee safety programs including expertise in program and project management, project controls (cost and schedule), technical editing and report graphics, meeting and technical facilitation and collaboration, administrative (non-personal services) support, foreign language engineering and scientific translation, consensus building, conflict resolution, collaborative decision making and risk communication support. e. �PROJECT-SPECIFIC REQUIREMENTS will be described in each individual task order�s Statement of Work. �The government will specify for each task order which disciplines and level of reviewer is required for each scope of work. The contractor will submit for approval a proposed team, including resumes of key individuals, which meets the minimum requirements of the task order scope. Multiple task orders may be awarded with similar completion schedule and overlapping delivery dates for projects within the USACE civil works mission boundaries. Work shall be accomplished in full compliance with established USACE manuals, policies, standards and practices and other professional practices and standards as necessitated by project conditions or job requirements. 3.) SELECTION CRITERIA: Criteria A through E are primary and listed in descending order of importance. Criteria F through G will only be used as a tie-breaker among firms that are otherwise technically equal. a. �Specialized Experience and Technical Competence: Firms will submit projects that demonstrate their Specialized Experience and Technical Competence. Firms will indicate the approximate percentages of involvement by each firm on the proposed team or describe the type of work performed and explain the roles of the prime and subcontractors for each project submitted. Project descriptions shall clearly state the extent of the scope of work completed by the submitting firm. All submitted projects must have been completed within the last 10 years. Firms must demonstrate experience allowing objective evaluation and ranking of A-E capabilities on the following criteria, which are listed in descending order of importance: 1.�� �Dam and Levee Safety Engineering Services. Demonstrate experience in dam and levee safety engineering for large, high-hazard potential dam projects with dams exceeding 75 feet in height or levee projects with levees exceeding 20 feet in height and 10 miles in length. The firm should submit examples of large, high-hazard potential dam and levee projects involving site characterization studies, engineering evaluations, and analyses in support of hydrologic (Inflow Design Flood) and seismic loading, consequence studies, periodic inspections, levee screenings, feasibility studies, preliminary designs, value engineering, constructability reviews, or other analyses or studies related to the dam and levee safety program. 2.�� �Quantitative Risk Analyses. Demonstrate experience in quantitative risk analyses for large, high-hazard potential dam projects with dams exceeding 75 feet in height or levee projects with levees exceeding 20 feet in height and 10 miles in length using the quantitative risk analysis approach and methodologies utilized by USACE or similar expert elicitation. The firm should submit examples of large, high-hazard potential dam and levee projects that demonstrate experience with risk methodology and policy development, quantitative and screening-level risk analyses for dams and levees, issue evaluation studies, existing condition risk assessments, dam safety modification studies, periodic assessments, determination of total and incremental risk reduction benefits that can be realized from corrective actions, risk facilitation, risk software operations, report preparation and other risk related studies and evaluations under the dam and levee safety programs. 3.�� �Technical Reviews. Demonstrate experience in technical reviews of dam and levee safety engineering products involving safety assurance reviews, agency technical reviews and subject matter expert reviews of reports, studies, risk analyses, risk assessments, design documents, construction drawings and specifications, construction cost estimates, constructability reviews and physical construction. Other technical reviews by subject matter experts could include review of dam or levee safety program products or processes involving pre-construction, engineering design, or construction. 4.�� �Supporting Roles. Demonstrate experience in support roles for dam and levee safety program activities including expertise in program and project management, project controls (cost and schedule), technical editing and report graphics, meeting and technical facilitation and collaboration, administrative support, foreign language engineering and scientific translation, consensus building, conflict resolution, collaborative decision making and risk communication support. 5.�� �Other Engineering, Architectural, and Planning Services (each of equal importance) may include: a.� Hydrologic and Hydraulic Studies b.� Structural Analysis and Design c.� �Geotechnical and Engineering d.� �Geology Analysis and Design e.� �Electrical/Mechanical Design and Analysis f.� Planning/Feasibility Studies g.� Cost development of designs The DQMP included in Section H will also be considered when evaluating Specialized Experience and Technical Competency of the offeror. b.� Professional Qualifications: Firms will be evaluated by submitting resumes of qualified personnel in the key disciplines listed below with significant professional experience in dam and levee safety engineering and quantitative risk analysis of dams and levees. Experience applying USACE methods and procedures, or similar, in using risk informed decision-making processes is highly preferred. Additional resumes of qualified personnel in key disciplines may be submitted to demonstrate depth available to the firm. The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, and organizational certificates. The firm should indicate professional registrations/licenses, advanced degrees or training, certifications from commercial organizations, professional recognition, professional associations, and specific work experience of key personnel. For risk personnel, certifications, training, or education in area of life safety risk will be given additional consideration. All levels of disciplines described below shall be registered professional engineers or geologists in the United States unless otherwise stated. Experience levels are described below for qualified dam and levee safety experience and qualified risk analysis experience. 1.�� �Level 1 personnel must demonstrate a minimum of five (5) years of engineering experience in dam or levee safety planning, engineering, design, and/or construction. 2.�� �Level 2 personnel must demonstrate more than ten (10) years of engineering experience in dam or levee safety planning, engineering, design, and/or construction. 3.�� �Level 2R (Risk) personnel must demonstrate more than ten (10) years of engineering experience in dam or levee safety planning, engineering, design, and/or construction, AND a minimum of three (3) years of quantitative risk analysis experience on large, high-hazard potential dams (greater than 75 feet high) or levee systems (greater than 20 feet high and 10 miles long). Experience must meet the requirements of the Level 2, plus participation on risk analysis teams for dam and levee systems, including estimation of conditional probabilities of failure for static, hydrologic, and seismic failure modes, and consequence estimation estimating loss of life and economic consequences. NOTE: Level 2R personnel may also be designated as Level 2 or 3 if they meet the requirements for a Level 2 or a level 3 personnel. 4.�� �Level 3 personnel must demonstrate more than fifteen (15) years of engineering experience in dam or levee safety planning, engineering, design, and/or construction. 5.�� �Level 3R (Risk) personnel must demonstrate more than fifteen (15) years of engineering experience in dam or levee safety planning, engineering, design, and/or construction, AND a minimum of five (5) years of quantitative risk analysis experience on large, high-hazard potential dams ( greater than 75 feet high) or levee systems (greater than 20 feet high and 10 miles long). Experience must meet the requirements for a Level 2R, plus leading risk analysis teams, conducting team elicitation, and constructing event trees or using risk-based models to estimate risks for dam and levee projects. Experience conducting external peer review, quality control review, and consistency of decision and action review of risk analysis reports and corrective action studies for dam and levee modifications is required. NOTE: Level 3R personnel may also be designated as Level 3 if they meet the requirements for a Level 3 personnel. Team Members. The basis of the evaluation will be the qualifications of personnel in the key disciplines that meet the minimum required number of personnel in the identified key disciplines. The personnel being submitted to meet the required minimums shall be clearly identified in the proposal. Firms may submit additional personnel to demonstrate team depth beyond the required minimum number of personnel. Any additional personnel submitted beyond the required minimums to demonstrate team depth may be evaluated and could receive additional consideration. Additional personnel will not be considered when evaluating the quality of the team members that meet the required minimums. The qualified personnel submitted and identified to meet the required minimums will be ranked in order of the quality of qualified registered professional personnel in the following key disciplines: 1.�� �Level 2 engineering disciplines: provide two (2) resumes for Geotechnical Engineer, two (2) resumes for Engineering Geologist, two (2) resumes for Hydraulic Engineer, two (2) resumes for Hydrologist and two (2) resumes for Structural Engineer; provide one (1) resume for Seismologist, one (1) resume for construction specialist, and one (1) resume for cost specialist. 2.�� �Level 3 engineering disciplines: provide two (2) resumes for Geotechnical Engineer, two (2) resumes for Engineering Geologist, two (2) resumes for Hydraulic Engineer, two (2) resumes for Hydrologist, two (2) resumes for Construction Specialist, and two (2) resumes for Structural Engineer; provide one (1) resume for Seismologist. 3.�� �Level 2R risk specialists: provide two (2) resumes for Geotechnical Engineer, two (2) resumes for Engineering Geologist, two (2) resumes for either a Hydrology Engineer or a Hydraulics Engineer or one (1) of each and two (2) resumes for Structural Engineer and two (2) resumes for either an Event Tree/Risk Analysis Software Operator or LifeSim operator (professional registration not required for the software operator but any certifications, training, or education in the area of life safety risk will be given additional consideration) or one (1) resume for each. Level 2R personnel may also be designated as Level 2 or 3 if they meet the requirements for a Level 2 or a level 3 personnel. 4.�� �Level 3R risk specialists: provide two (2) resumes for Geotechnical Engineer, two (2) resumes for Engineering Geologist, two (2) resumes for either a Hydrology Engineer or a Hydraulics Engineer or one (1) of each and two (2) resumes for a Structural Engineer, two (2) resumes for a Consequence Specialist (engineer, economist, or social scientist) with experience in estimating economic and life loss damages, or preparing and communicating public emergency notices, public warning, or planning public evacuations (professional registration not required for these personnel, but any certifications, training, or education in the area of life safety risk will be given additional consideration). Level 3R personnel may also be designated as Level 3 personnel if they meet the requirements for level 3 personnel. 5.�� �In addition to key disciplines listed above, firms may submit for consideration additional resumes for each of the following dam or levee safety engineering support disciplines: Materials Engineer, Instrumentation Engineer, Electrical Engineer, Mechanical Engineer, or Cost Engineer, or other disciplines the firm feels is relevant to dam or levee safety engineering. 6.�� �In addition to key disciplines listed above, firms may submit for consideration additional resumes for each of the following dam or levee safety technical support disciplines: program and project management, project controls (cost and schedule), technical editing and report graphics, collaboration facilitator, or risk communication specialist. Organizational Chart. Firms shall submit a proposed organization chart and a narrative describing how the organization will function. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key point of contact). Any key personnel that will be assigned to this contract should be identified in the organizational chart. c.� � � Capacity: Demonstrate capacity of the firm to perform approximately $5,000,000.00 in work in a one-year period and accomplish the anticipated work in an efficient manner by providing a capacity narrative and associated tables, figures, etc. in SF330 Section H. The evaluation will consider the availability of an adequate number of qualified personnel in key disciplines. The firm should have one point of contact for this contract and demonstrate past/projected-working relationships with subcontractors. Subcontracting with firms with specialized experienced areas is recommended but will not result in additional consideration. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive complex technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; and ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. d.� Past Performance: ****************Amendment 0002********************* Past Performance during the past ten (10) years from the date that the synopsis posted to beta.SAM.gov on similar contracts with respect to cost control, quality of work, ability to work independently, and compliance with performance schedules as determined from the Contractor Performance Assessment Reporting System (CPARS) and other sources. CPARS is the primary source of information on past performance. However, any credible, documented evaluations may be considered, but the Government is not required to seek other information on the past performance of a firm if none is available from PPIRS. Firms must demonstrate ability to design projects within constrained design and construction schedules and funding limitations. **************Amendment 0002******************* e.� � � Quality Management System: Firms must describe their quality control and quality assurance procedures with any subcontracts and procedures for continual improvement and ensuring customer satisfaction. State any experience with the International Standards Organization (ISO) 9001 standard and the DrChecks automated comment and response system. Firms with quality control and quality assurance procedures that are specific to the requirements of this contract may receive additional consideration. f.�� �Small Business Participation: Demonstrate the extent of participation of small businesses (including women-owned, HUBZone, small disadvantaged and service disabled veteran owned businesses) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor, or joint venture partner. g.�� �Equitable Distribution of DoD Contracts: Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including Small Business and Small Disadvantaged Business. *******************Amendment 0001***************** 4.) SUBMISSION REQUIREMENTS: Offerors must submit all documentation through DoD SAFE (see below instructions) to include, SF 330, Part l, and one copy of the SF330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Offerors must submit a current and accurate SF 330, Part II, for each proposed sub-consultant. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the Dun & Bradstreet number of the office(s) performing the work in Block 5 of the SF 330, Part I. Dun & Bradstreet numbers may be obtained by contacting (866) 705-5711, or via the internet at http://fedgov.dnb.com/webform. *************Amendment 0001************************* The proposal shall be submitted as one file using Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). The SF 330 will be no longer than 150 pages in length (excluding the SF 330, Part IIs). Resumes in Section E can be no more than two pages in length, and individual projects in Section F can be no more than 4 pages in length. Section H shall be 20 pages or less in length and may only include information specifically required by this pre-solicitation to be in Section H. All government evaluation of proposals associated with the selection criteria in Paragraph 3(a) through 3(e) will be performed using Section D, Section E, Section F, Section G and Section H as indicated in Paragraph 3. Any additional information included in the proposal not specifically required may not be evaluated or considered. Each printed side of a page will count as one page. The data on the CD shall not substitute for the hard copy submission. Dividers, bindings and cover sheets do not count against the total page count of the response to the RFP Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive. Additional instructions and clarifications for SF330:� SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Offerors can submit a folded 11�x 17� organizational chart as part of their submission. This will be considered only one page of their submission. SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be �dual-hatted�. �Offerors shall provide individual resumes in SF330 Section E for each of the individuals requested in Section 3(b). �Individuals included in SF330 Section E must possess the certifications and registrations required and must have performed in their respective role (i.e. project manager, geotechnical, etc.) on projects similar to those listed in Paragraph �of this solicitation for the amount of time stated in the professional qualifications section. �Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence included in Paragraph 3(a) will be evaluated more favorably. SF330 Section F: Offerors may submit up to 10 example projects to demonstrate specialized experience. �Projects included in SF330 Section F will be considered more relevant if the scope of the project is considered similar to the tasks described in Section 2 Character of Services. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage by dollar value of the overall work was self-performed by the team being submitted as a part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, even if the work was performed as a part of a joint-venture or a team of A-E contractors. �Example projects must also identify a professional reference for the project that includes a name, e-mail address and phone number where that reference can be reached. SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. �If a performance evaluation is not available, the government reserves the right to contact any references listed for the example projects to make a determination on the past performance of the project. �The government is not obligated to contact these references. Evaluations will not be counted against the 20 page limit of SF330 Section H or the 150 page limit for the entire SF330. In SF330 Section H, each offeror shall produce a detailed Design Quality Management Plan including the following items: ��� �An explanation of the firm's management approach ��� �Management of sub-consultants (if applicable) ��� �Procedures for dealing with design features unique to localities nation-wide (like soil conditions Seismic requirements, climate factors, etc.) ��� �Risk management and mitigation processes, procedures to insure that internal resources are not over committed ��� �A narrative explaining of the chain of command to include individuals that will serve as the single point of contact for the contract and other senior leaders which are responsible to ensure successful execution of task orders Section H shall also include a Capacity Narrative and associated tables, figures, etc. showing the offeror�s ability to complete the work with available resources and available ramp-up capacity with numerous high-quality design teams. In SF330 Section H, the offerors may receive additional consideration for the successful execution of IDIQ contracts. �For each IDIQ included, the offeror shall provide the contract and task order number (if applicable), the total contract capacity and capacity used, number of task orders, performance evaluation ratings for task orders (ratings only, not entire evaluation), team members noted in Section E that were legal designers of record or checkers for task orders and team members that were responsible for the overall management of the IDIQ. Release of firm status will occur within 10 days after approval of any selection. �All responses on SF 330 to this announcement must be received no later than 10:00 A.M.�Eastern Time on 01 June 2020. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. To be eligible for award, a firm must be registered in the System for Award Management (SAM) database, via the SAM Internet site at https://www.sam.gov. ALL SUBMISSIONS TO THIS PROPOSAL ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY THROUGH DOD SAFE. �No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army�s Electronic File Sharing Service, DOD SAFE (https://safe.apps.mil). �The DOD SAFE Application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for SAFE. Authentication is handled via email. Anyone has access to DOD SAFE, and the application is available for use by anyone. The SAFE �Getting Started Guide� has information on how to utilize the system (https://safe.apps.mil/about.php). �Instructions for uploading are as follows: 1.�� �Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. Thi...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/61099fe7d20f48abad4ce5f2c0373d79/view)
 
Place of Performance
Address: Louisville, KY 40202, USA
Zip Code: 40202
Country: USA
 
Record
SN05668840-F 20200524/200522230156 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.