Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 17, 2021 SAM #7260
SOLICITATION NOTICE

C -- Architect and Engineering (A-E) Services Indefinite Delivery Contract (IDC) for Architect-Engineer (A-E) Services, Southwestern Division (SWD), Fort Worth District (SWF), Center of Standardization Program

Notice Date
10/15/2021 1:22:02 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
US ARMY ENGINEER DISTRICT FT WORTH FORT WORTH TX 76102-6124 USA
 
ZIP Code
76102-6124
 
Solicitation Number
W9126G20R0016
 
Response Due
11/1/2021 12:00:00 PM
 
Archive Date
11/16/2021
 
Point of Contact
Daina R. Black, Phone: 8178861031, Linda D Eadie, Phone: 8178861085
 
E-Mail Address
daina.r.black@usace.army.mil, linda.d.eadie@swf02.usace.army.mil
(daina.r.black@usace.army.mil, linda.d.eadie@swf02.usace.army.mil)
 
Description
AMENDMENT #01 C � Architect-Engineer Services General Information ��������� Document Type:��������������� Synopsis ��������� Solicitation Number:��������� W9126G-20-R-0016 ��������� Posted Date:�������������������� 1 Oct 21 ��������� Original Response Date:��� 1 Nov 21 ��������� Current Response Date:��� 1 Nov 21 Archive Date:������������������� N/A Classification Code:���������� C -- Architect and Engineering (A-E) Services Title:�������������������������������� Indefinite Delivery Contract (IDC) for Architect-Engineer ��������������������������������������� (A-E) Services, Southwestern Division (SWD), Fort Worth District (SWF), Center of Standardization Program Contracting Office Address U.S. Army Corps of Engineer District, Fort Worth; P.O. Box 17300; 819 Taylor Street; Room 2A17; Fort Worth, Texas 76102-0300. Description 1.� CONTRACT INFORMATION: a. General.� This announcement is for Unrestricted and Small Business. The procurement of this contract is in accordance with 40 USC Chapter 11 Selection of Architects and Engineers and Public Law (PL) 92-582, formally known as the Brooks Act, as implemented in the Federal Acquisition Regulation (FAR) Subpart 36.6. Firms must demonstrate competence and qualifications for the required work, stated in this synopsis, for selection for negotiation. The contracts are anticipated to be awarded from approximately July 2022 to July 2027.� This announcement is open to all firms regardless of size. Six firm-fixed-price contracts will be negotiated. If a large business is selected for this contract, it must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan on the work it intends to subcontract. The subcontracting plan is not required with this submittal but will be required with the fee proposal of the firm selected for negotiations. The North American Industrial Classification System (NAICS) code for this procurement is 541330 (Engineering Services), which has a small business size standard of $16,500,000. It is anticipated that six Indefinite Delivery Contracts (IDC) will be awarded from this announcement with an estimated total award of $48M in shared capacity for all contracts and will have a one-year base period and four one-year option periods for a total of five years maximum. Task orders will be awarded against this IDC. A minimum guarantee amounts of $2,000 will apply to the base ordering period only. In accordance with FAR 19.503, Reserves, this acquisition will be issued under one synopsis as an Unrestricted MATOC providing for a reserve. The Government will acquire a target of six (6) separate A-E IDCs to comprise of one (1) MATOC to support A-E Services with a total shared capacity of $48M. The SB reserve will award a target of one (1) SB IDC, one (1) 8(a) IDC, and one (1) SDVOSB IDC. These three (3) IDCs will be considered the SB reserve for purposes of task order selection. A minimum of three (3) and a maximum of six (6) IDCs will be awarded as an unrestricted action. b. Contract Award Procedure:� To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. �Register via the SAM Internet site at https://www.Sam.gov/.� NO STATE-LEVEL certifications shall be accepted.� �A firm-fixed price contract will be negotiated.� �Missing even one (1) required element will be grounds to determine the firm as non-responsive and be eliminated from further consideration. c. Nature of Work:�� The services necessary for each requirement will be negotiated and awarded as individual Task Orders. The A-E shall furnish all services, materials, supplies, and supervision required to fully complete each Task Order.� 2.� PROJECT INFORMATION:� The District's Standardization and Sustainability Branch (SSB) requires A-E services, to include planning, review of designs, request for proposal documentation (including scopes of work for Design-Build projects or complete designs for Design-Bid-Build projects), construction phase services, and other technical products and studies in support of the Army Standardization Program. The services necessary for each requirement will be negotiated and awarded as individual task orders. A-E Services are expected to be required for the U.S. Army Corps of Engineers Fort Worth District Center of Standardization's projects for assigned facility types and energy missions including Army Unaccompanied Personnel Housing, Advanced and Basic Training Complexes (Barracks/Company Operations Facilities, Battalion and Brigade Headquarters), Advanced Skills Training Barracks, Warriors in Transition Complexes (WT Barracks, Soldier Family Assistance Center, Company and Battalion Headquarters), General Purpose Warehouses, Central Issue Facilities and Supply-Storage Activity Warehouses.� Information on the facilities types is available on the following website: (https://mrsi.erdc.dren.mil/cos/swf/) Requirements include engineering, design, and related services to potentially include but not limited to any or all of the following: multi-disciplined design support and consultant services; design, drafting, and planning services for new construction and/or renovation; demolition and alterations of existing facilities; construction programming; construction cost estimating; and various engineering studies. Abatement design may also be required. Services also may potentially include, but are not limited to any or all of the following: research analysis; design for construction; alteration and repair of real property; feasibility and concept studies; space planning and programming; design and design concepts/standards; life-cycle costing; Energy Resilience and Conservation Investment Program support; Fundamental and Enhanced Commission; Retro-Commissioning; Sustainable Federal Building Audits; and post design-shop drawing review. Additional services include but are not limited to: investigations; test and evaluation modeling and simulation studies and analysis (including data collection and verification); consultation; construction inspection; preparation of record drawings; drawing reviews; preparation of operational maintenance manuals; National Historic Preservation Act analysis and documentation; design review; seismic analysis; design construction cost reconciliation; remediation design; state regulator or EPA compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead, and radon; designing security and communications systems; designing fire protection and life safety systems; and other technical services related to project requirements as specified in individual contract Task Orders. Other Studies and Related Services: The A-E may be required to undertake reviews, studies or investigations. Other services included such things as planning services, document processing, testing services, professional experts at hearings, and photographs. Design considerations may include architectural hardware, architectural evaluations, electronic and communications systems, force protection, electronic communications, environmental or EPA regulatory considerations including storm water pollution prevention plans and Section 404 Permit considerations. Project deliverables may include engineering studies, BIM Models, CADD produced plans and specifications prepared utilizing Specsintact software (government furnished software) using Unified Facilities Guide Specifications, construction cost estimates prepared utilizing MII (MII cost estimating software will be provided by the Government with data base information purchased by the A-E), and design analysis. The A-E must furnish all labor, management, investigations, studies, travel, facilities, supplies, equipment, and materials to perform the required services. During the execution of work, the A-E must provide adequate supervision and quality control to assure the accuracy, quality, timeliness, and completeness of the work.� The A-E must also provide Value Engineering (VE) Studies using the Value Methodology which will be prepared by a Certified Value Specialist. Projects may be anywhere in the Continental United States (CONUS), Alaska, Hawaii, or the United States Territories. All work will comply with all applicable codes and regulations current at the time of a task order award. The selected Small Business A-E firms will need to demonstrate capability to perform at least 50 percent of the contract work listed below in accordance with EP 715-1, Chapter 3-8c which can be found at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerPamph-1-7.pdf. In particular, in order to be awarded a small business contract the AE firm will perform at least 50 percent of the cost of the contract incurred from personnel with its own employees. 3.� SELECTION CRITERIA� The selection criteria are listed below in descending order of importance (first by major criterion and then by each sub-criterion). Criteria �a thru d are primary. Criteria e and f are secondary and will only be used to rank the contractors among the technically equal firms. Criteria a thru e are primary. Criteria f and g are secondary and will only be used to rank the contractors among the technically equal firms. In this synopsis the term �recent� means A-E tasks orders or contracts with the DESIGN DELIVERABLE completed within the last ten years for Army Military Construction projects and five years for all other facilities. For example, if construction documents have been completed and awarded for construction, but the Offeror is still under contract to provide Construction Phase Services, the completed design can be considered a valid project example. Older projects will not be considered. Task Orders or contracts where the design deliverable is still being performed will not be considered. The following items (a thru e) are the primary criteria: (a) Specialized Experience and Technical Competence: Ensure that all specialized experience requirements are reflected on appropriate personnel resumes in Section E and example projects in Section F, Part I of the SF 330. The Government suggests the A-E Highlights the areas that meet these requirements so the reviewers can easily determine that the requirements have been met. Show and highlight specific projects that meet these requirements. It is insufficient to say that the firm can meet these requirements. Firms must demonstrate how the requirements are met or exceeded.� For criteria listed below, recent experience of subcontractors may be submitted to demonstrate applicable experience and competence. The firm must demonstrate expertise in the following: ��������������������������������������������������������������������������������������������� In Section E, Part I, the relevant resumes for key personnel provided must show recent experience of the individual, not the firm�s, in developing the documents required for projects listed in paragraph 2 above.� Indefinite Delivery Contracts as a whole may not be used as specific project experience.� Individual projects must be used as examples for project experience.� Experience demonstrated as the engineer or architect of record will be given greater consideration than experience demonstrated as reviewing work.� In lieu of experience on projects listed in paragraph 2 above, Navy and Air Force barracks, U.S. Service Academy Dormitories, and other Army military construction projects of similar size and complexity may be used.� For example, hangers, tactical equipment maintenance facilities, company operations facilities and battalion headquarters.� In addition, University Dormitories and Commercial Warehouses and Administration Facilities may be used.� The most weight will be given to projects for the Army facility types designated in paragraph 2 above, designed within the past ten (10) years (2011 and later). Second in weight will be the military projects stated directly above (Navy and Air Force barracks, U.S. Service Academy Dormitories, hangers, tactical equipment maintenance facilities, company operations facilities and battalion headquarters), designed within the past five (5) years (2016 and later). The least amount of weight will be given to the University Dormitories and Commercial Warehouses and Administration Facilities, designed within the past five (5) years (2016 and later).� ��� In Section F, Part I provide project examples that best illustrate the proposed team�s experience for the development of the type of projects listed in Paragraph 3(a)(1) above. Weighting will be as stated in Paragraph 3(a)(1) above. The project examples must: Include the project name and location. Provide ten (10) relevant project examples. At least three (3) project examples must have a design fee of $1,000,000 or greater for unrestricted and $750,000 $600,000 or greater for Small Business. The remaining project examples must have design fees of not less than $300,000 for unrestricted and $250,000 for Small Business. Show design costs for all example projects. The total design-build fees stated must be the actual amount performed by the firm.� For example, if the firm performed $300,000 for design on a $2,000,000 design fee project, state the amount of the design services as $300,000 not $2,000,000. Clearly indicate on each project example if the services provided were as the Designer of Record or for the preparation of a scope of work and conceptual drawings.� Higher weight will be given to project examples where the firm was the Designer of Record.� Less weight will be given to project examples where the firm prepared a scope of work and conceptual drawings that supported the award of a Design-Build Construction Request for Proposal.� � In Section E and F, Part I demonstrate the team�s capability to design projects in accordance with the latest Unified Facility Criteria, Federal Energy and Sustainability requirements and industry codes and criteria. In Section E and F, Part I� (1) The selected team must� demonstrate recent� experience (within the past� 5 years) and significant experience in performing work on a wide variety of sites located within the United States, its territories and possessions in a manner that complies with Federal, State, and Local laws and regulations, and within the timeframe required. (2) Firms must demonstrate the capability to design projects incorporating the latest IBC and UFC requirements, and Federal Energy and Sustainability requirements.� (3) Document specialized experience in the design (mechanical, electrical, plumbing, architectural, structural, civil, interiors, sustainability, BIM, etc.) of projects listed above. (4) Firms must demonstrate the ability to prepare construction cost estimates using the government-furnished program MCACES II. (5) Firms must demonstrate prior experience in use of Government-furnished Specsintact software in preparing project specifications. (6) Firms must demonstrate the ability to submit design drawings and BIM designs in Bentley and Autodesk products utilizing current versions. (b) Professional Qualifications:� This Indefinite Delivery Contract (IDC) will require the A-E Contractor to demonstrate that all expertise requirements are reflected on key personnel resumes in section E, Part I of the SF330. �When a minimum number of years/experience is listed, it is within the past (10) years from the closing date of the synopsis (i.e. 2010-2020).� The following is a list of the key personnel, minimum requirements and the number of specific key personnel required for this contract.� These minimum requirements can be met utilizing in-house or consultants/subcontractors.� Do not list a subcontractor as your firm�s employee, as this will be cause for rejection of the SF330. Additional personnel beyond the required discipline and number will not be evaluated.� If one professional of a specific discipline is required, and two are provided, only the first will be evaluated. Unrestricted: One (1) Program Manager; Three (3) Project Managers; Three (3) Registered Architects; Three (3) Licensed Civil Engineers; One (1) Registered Landscape Architect; One (1) Registered Interior Designer Three (3) Licensed Structural Engineers; Three (3) Licensed Electrical Engineers; Three (3) Licensed Mechanical Engineers; One (1) Licensed Fire Protection Engineer (to qualify: the person must be a licensed professional engineer, with a minimum of five (5) years� experience dedicated to fire protection engineering, and have ONE of the following: (a) a degree in Fire Protection Engineering from an accredited university OR (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination); One (1) Certified Cost Consultant or Certified Cost Engineer with MII experience; One (1) Certified Value Specialist (CVS) One (1) Certified Energy Manager One (1) LEED Accredited Professional Small Business: One (1) Program Manager; Two (2) Project Managers; Three (3) Registered Architects; Two (2) Licensed Civil Engineers; One (1) Registered Landscape Architect; One (1) Registered Interior Designer Two (2) Licensed Structural Engineers; Two (2) Licensed Electrical Engineers; Two (2) Licensed Mechanical Engineers; One (1) Licensed Fire Protection Engineer (to qualify: the person must be a licensed professional engineer, with a minimum of five (5) years� experience dedicated to fire protection engineering, and have ONE of the following: (a) a degree in Fire Protection Engineering from an accredited university OR (b) have passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination); One (1) Certified Cost Consultant or Certified Cost Engineer with MII experience; One (1) Certified Value Specialist (CVS) One (1) Certified Energy Manager One (1) LEED Accredited Professional All work must be done by or under the direct supervision of licensed Engineers and/or Registered Architects. All personnel must show five (5) years� experience minimum, dedicated in their field of expertise within ten (10) years of the date of this synopsis issued and have a degree in the respective disciplines represented by them from an accredited university. Degrees in the respective disciplines for the fire protection engineer, certified energy manager, certified cost consultant/engineer, and certified value specialist are not required. To show this experience, provide relevant projects, in section E, that span five (5) years minimum.� Failure to meet this five (5) year requirement will cause the SF330 to be determined non-compliant.� Evaluation of each discipline will consider education (show school graduated from and year of graduation), registration (show type of registration, year first registered, state, and registration number), relevant project experience and longevity with the firm. Engineers and architects must be registered or licensed.� A degree from an accredited university engineering or architectural program is preferred but not required. (ABET, NAAB-show that the university meets one of these accreditations). The cost estimator does not have to be a PE or registered architect. The cost estimator must be certified by AACE, Tri- Services, or any of the nationally recognized cost estimating certification organizations. The Certified Value Specialist must have a current certification by SAVE International (show certification #). The Certified Energy Manager must have a current certification from AEE. The Project Manager is not required to have a PMP, a PE or AIA, but they are preferred, and greater weight will be given if they have these certifications/licenses.� Provide a separate employee for each stated requirement above to meet the number required. �NO DUAL ROLES WILL BE ACCEPTED EXCEPT FOR THE LEED AP REQUIREMENT. �If key personnel are presented in dual roles, this will be cause for rejection of the SF330. The title of the roles on the resumes and organizational chart must match the required discipline.� Do not submit additional personnel resumes or people on the organization chart in addition to those required. (c) Past Performance: The firms will be evaluated in terms of work quality, compliance to schedules, and cost controls, with emphasis on projects submitted under factor (a), as determined from the Contract Performance Assessment Reporting System (CPARS)/ Past Performance Information Retrieval System (PPIRS) and other sources. The Government will retrieve the past performance evaluation for the prime or Joint Venture firms involved from the past six years. If the firm is a Joint Venture (JV) and has no past performance evaluation, the past performance evaluation will be retrieved for each JV partner. Past performance may be retrieved for the proposed subcontractors. (d) Capacity to Accomplish the Work: In Section H, Part I, SF 330, firms must demonstrate the team�s capacity to accomplish the work required for the task.� To establish the IDC, the board will evaluate the firm�s ability to perform three $2M task orders concurrently requiring full-disciplined teams (Architecture, Civil, Mechanical, Structural, Electrical, Mechanical, Geotechnical and Survey).� Task Order Requirements Notifications will detail the specific work required and when directed by the Contracting Officer will address the firm�s ability to provide sufficient personnel in the applicable discipline to be assigned to the project, and the ability of the firm to meet the schedule of the overall project. (e) Knowledge of Locality: Knowledge of locality will not be used to establish the base contract. �Per the Task Order Requirements Notification (TORN) process, knowledge of locality may be used in the selection of the most highly qualified firm for the award of an individual task order when deemed appropriate by the Contracting Officer.� The TORN will document the specific requirements for knowledge of locality for any individual task order when it is applicable. The following items (f & g) are the secondary criteria: (f) Volume of DoD Contract Awards: In Section H, Part I, SF 330, provide the volume of DOD contact awards, date of awards, numbers of awards, stated in dollars, for each prime firm, Joint Venture and partners forming the Joint Venture for the past twelve (12) months (see details in subsequent paragraph 4(f)).� Provide the project name, Government Agency, contract number, dollar amount, and the month/year of the award. (g) Utilization of Small Business Firms. In Section H, Part I, SF 330, provide a description of the prime and any subcontractor�s affiliation as a small business. Per FAR 52.219-8 Utilization of Small Business Concerns (Oct 2014), it is the policy of the United States that small business concerns, veteran-owned small business concerns, service-disabled veteran-owned small business concerns, HUBZone small business concerns, small disadvantaged business concerns, and women-owned small business concerns must have the maximum practicable opportunity to participate in performing contracts let by any Federal agency.� Discuss the goals for subcontracting small and small disadvantaged businesses in sufficient detail to allow evaluators to determine the amount and whether the goals are realistic and justifiable. The extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI) will be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. 4.� SUBMITTAL REQUIREMENT:� In an effort to reduce paperwork and cost, submit ALL SF 330s electronically via the DOD SAFE website at:� https://safe.apps.mil/.� At the DOD SAFE website, select the link:� For users without a CAC OR if your computer is not configured to read your CAC. Using this option will allow you to access the SAFE site as a guest.� When completing the information for transmittal at the DOD SAFE website, submit the notification to:� CESWF-CT-PreawardProposal@usace.army.mil. PROPOSAL DUE DATE: 01 November 2021, TIME: 2:00 PM CENTRAL Interested firms (single firms or joint ventures) having the capabilities to perform this work must submit a SF 330 (8/2016 Edition), for the prime firm and all consultants/subcontractors to the site stated above not later than 2:00 P.M. (Central Time) on the response date indicated above. If the response date is a Saturday, Sunday or Federal Holiday, the deadline is 2:00 P.M. the next business day.� Late proposal rules found in FAR 15.208 will be followed for late submittals.� Submission by telephonic facsimile or in paper will NOT be accepted. Personal visits to discuss this announcement will not be allowed. Submit a compiled SF 330, Part I, completed in accordance with the SF 330 instructions and additional instructions herein. �It must contain information in sufficient detail to identify the team (prime, other offices of the prime firm, and subcontractors) proposed for this contract. Do not include company literature with the SF 330. Use no smaller than 11 font type using Standard English.� If font type requirements in the PDF are not met, this will be cause for rejection of the SF330.� Pages in excess of the maximums listed will not be used in evaluation of the selection criteria.� Number the paragraphs of the SF 330 to correspond to the paragraph numbers in this synopsis.� Submit the SF 330�s in searchable PDF format. SF330, Part I, ADDITIONAL INSTRUCTIONS: In Section C, identify the discipline/service supplied by each firm. With the firm name provide whether the firm is small business and what type. In Section D, include a Team Project Organization Chart to indicate how each firm on the proposed team (prime and each subcontractor is identified in Section C) integrates into the composite team. Job titles and organization chart must match the required discipline titles. Organizational charts should be one page. In Section E, provide brief resumes of the in-house or subcontractor employees the Offeror intend to use to perform the work. Resumes must be submitted for each employee required to meet the minimums stated above in paragraph 3(b).� Use no more than one (1) page per individual resume. In Section F, provide ten (10) projects for consideration. Specify on each project the value of the A-E Service performed. Use no more than two (2) pages per project. In Section G, Block 26, list the names of all individuals included in the resumes in Section E, along with their firm name, firm location and their roles, even if example project experience in Block G-28 is not applicable. In Section H, provide a narrative to address each of the requirements, including subparagraphs, of items listed in paragraph 3, Selection Criteria, of this synopsis. When addressing team capabilities, clarify planned capability, existing capability and prior experiences, if applicable. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in paragraph 3 herein. To describe paragraph 3.(f), provide an itemized summary of DoD contract awards to include Agency, Contract Number/Task Order No., Project Title and amount. (Note: award of Indefinite Delivery Contracts will not be counted as award amounts, only actual task orders). Generally, provide a brief presentation of internal controls and procedures that demonstrate the firm�s overall Design Quality Management Plan (DQMP,) which provides sufficient information about this plan and clearly explains the ability of the firm to control costs, schedule and quality of work to be submitted to the Government. A project-specific detailed quality control plan must be prepared and approved by the Government as a condition of contract award but is not required with this submission. Indicate the estimated percentage involvement of each firm on the proposed team. Do not exceed 20 pages for Section H. SF330, PART II, ADDITIONAL INSTRUCTIONS: Responding firms must submit a copy of a current and accurate SF 330, Part II for the specific prime, as well as for other offices of the prime and subcontractor offices proposed to perform the work, even if one is already on file. All Part IIs MUST be signed (signed within the past 12 months from the closing date of the synopsis) and dated either by an original handwritten signature or a cut and pasted facsimile of an original signature. Indicate in Block 5b of each Part II, if the firm is a Small Disadvantaged Business, Small Business, HUBZone, Service Disabled Veteran-Owned Small Business, or Woman-Owned Small Business. To be classified as a small business, a firm�s average annual receipts or sales for the preceding three (3) fiscal years must not exceed $16,500,000. In Block No. 4, Part II, provide the Data Universal Numbering system (DUNS) number issued by Dun and Bradstreet Information System (1-866-705-5711).� The DUNS number must be for the firm or joint venture performing the work and all subcontractors. No additional project information will be given to firms during this announcement period. Facsimile transmissions will not be accepted.� Points of Contact: Contracting � Daina Black, Daina.R.Black@usace.army.mil, and Technical � Matthew Milliorn, Matthew.Milliorn@usace.army.mil. �All questions must be submitted through the ProjNet System. OFFERORS QUESTIONS AND COMMENTS: Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self- register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click to continue. From this page you may view all bidder inquiries or add an inquiry. Only one question will be allowed per inquiry. If multiple questions are included in a single inquiry, only the first question will be answered. �All others will remain unanswered until entered in as single inquiries. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: �W9126G-20-R-0016 The Bidder Inquiry Key is:� �RE2GVC-QV7JE9 The Bidder Inquiry System will be closed to new inquiries seven (7) calendar days prior to proposal submission in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. If the System is not closed in a timely manner, an inquiry posted within seven (7) calendar days of the scheduled receipt of proposals date will still be regarded as untimely and will not be afforded a substantive response. Offerors are requested to review the specification in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The bidder call center Help Line operates weekdays from 8am to 5pm U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 1-800-428-HELP (1-800-428-4357). Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals. Phone calls to discuss the solicitation are discouraged unless absolutely necessary. Personal visits for the purpose of discussing this solicitation are not allowed. To verify your proposal has been delivered you may e-mail:� CESWF-CT-PreawardProposal@usace.army.mil. THIS IS NOT A...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa3760f0d2aa4033a34d34475ed3e330/view)
 
Place of Performance
Address: Fort Worth, TX 76102, USA
Zip Code: 76102
Country: USA
 
Record
SN06158396-F 20211017/211015230119 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.