Tender Details
Title

Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK) Solicitation DEPT OF DEFENSE

Country
Language
English
Organization
Published Date
25.10.2024
Deadline Date
25.11.2024
Overview
Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK) Solicitation These Architect-Engineer (A-E) Services for Hydrologic and Hydraulic Engineering, as well as Water Control Manual Development will be procured in accordance with (IAW) the Selection of Architects and Engineers Statute (Public Law PL 582) and implemen W9123825R0009 America/Denver DEPT OF DEFENSE Indefinite Delivery Contract (IDC), Multiple Award Task Order Contract (MATOC) for Architect-Engineering (A-E) Services for Hydrologic and Hydraulic Engineering ($49M), supporting Civil Works Projects, Sacramento District (SPK) America/Denver eMail : seth.k.teasdale@usace.army.mil Seth Teasdale W9123825R0009 These Architect-Engineer (A-E) Services for Hydrologic and Hydraulic Engineering, as well as Water Control Manual Development will be procured in accordance with (IAW) the Selection of Architects and Engineers Statute (Public Law PL 582) and implemented following Federal Acquisition Regulation (FAR) Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and professional qualifications for the required work.This is an Unrestricted acquisition that will result in the establishment of a Multiple Award Task Order Contract (MATOC) with a shared capacity of $49,990,000.00. The Government anticipates awarding approximately four (4) Indefinite Delivery Indefinite Quantity (IDIQ) Contracts. If the Contracting Officer determines during the selection process that fewer or 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. The IDIQs will be in support of Hydrology and Hydraulics projects for Sacramento District (SPK) and other districts within the South Pacific Division (SPD) boundaries.Each Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded with an individual contract number, using a single solicitation number, a minimum task order limit of $2,500.00 and a maximum task order limit of $6,000,00, and the not-to-exceed total MATOC shared capacity of $49,990,000. The government estimates the majority of requirements competed under this MATOC will be in the range of $150,000.00 to $6,000,000.00. The initial contracts are anticipated to be awarded on or about July 2025. Indefinite Delivery Contracts (IDCs) will have a sixty (60) month period of performance consisting of five (5) one (1) year ordering periods. Each IDIQ will have a guaranteed minimum amount of $2,500.00 for the first ordering period only.North American Industrial Classification System (NAICS) code for this acquisition is 541330, Engineering Services, and corresponds to Standard Industrial Code (SIC) Code 8711. The Product and Service Code (PSC) is C219Architect and Engineering.This announcement is unrestricted and open to all interested parties regardless of business size. Large businesses selected for this contract must comply with FAR 52.219-9 (DEVIATION 2016-0009) regarding the requirement for a subcontracting plan. The following subcontracting goals represent the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work: a. 8.14% of the subcontracted dollars to go to Small Business, b. 3.8% to Small Disadvantaged Business, c. 1.4% to Woman Owned Business, d. 1.4% to HUB- Zone Business; ande. .28% to Service-Disabled Veteran Owned Businessa. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all personnel, services, materials, supplies, office space, quality control and supervision required to fully complete each task order. The majority of task orders issued against the contract awarded under this announcement will be used by SPK in its Civil Works program boundaries encompassing parts of California (CA), Arizona (AZ), Nevada (NV), Utah (UT), Colorado (CO), Oregon (OR), Idaho (ID), and Wyoming (WY). b. Contract Award Procedures: Professional Labor Rates will only be increased once every twelve (12) months. Any task order issued at any time within the twelve (12) month period must use the rates of the period in which the task order is executed by the Contracting Officer and will be in effect for the entire length of the task order. New rates go into effect only at the end of the twelve (12) month period. The proposed services will be obtained by a negotiated Firm Fixed Price (FFP) task order. To be eligible for contract award, the offeror must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://sam.gov/content/home. No State-Level certifications shall be accepted. If a specific task order requires the use of labor categories covered by the Service Contract Labor Standards (FAR 22.10), then the appropriate labor standards will be applied to that specific task order acquisition for those labor categories.c. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements: E-Verify (employment) will be required for all military or critical infrastructure projects. For other tasks, determination will be made per individual task order and by the Contracting Officer. ENG FORM 6055, June 2015 can be obtained at the following link; chrome-extension://efaidnbmnnnibpcajpcglclefindmkaj/https://www.publications.usace.army.mil/Portals/76/Users/182/86/2486/Eng_Form_6055_2022May31.pdf2. PROJECT INFORMATION:The A-E services required include all hydrologic and hydraulic (HH) engineering and associated technical and professional services necessary to study, design, construct and operate water resources projects, and support USACE Hydrology and Hydraulics mission execution and program activities within SPD, following USACE policy and engineering practices and standards, using USACE preferred and accepted modeling tools, and producing deliverables as required by and described in USACE Engineering Regulations and other guidance documents. Specific services, products and personnel required will be determined and defined through individual Task Orders awarded under this contract.Engineering services needed under this contract will primarily be in SPK and those necessary to develop, evaluate and incorporate Forecast Informed Reservoir Operations (FIRO) concepts and methods into USACE Water Control Manual (WCM) updates.The HH engineering services required in this contract include but are not limited to the following:a. Development and evaluation of Water Control (i.e., Reservoir Regulation) Plans (WCP) for single and systems of reservoirs applying USACE risk and uncertainty analysis in varying hydrometeorological settings. b. Reservoir modeling for flood regulation, supply/conservation, environmental and other operational purposes, featuring flood and extreme hydrologic loading conditions.c. Statistical analysis of hydrometeorological and forecast datae.g., National Weather Service (NWS) Ensemble Forecast Products, and development of statistically representative stochastic and synthetic forecast and hydrologic boundary condition inputs for reservoir modelinge.g., scaled hydrographs and historical or qualitatively significant runoff scenarios.d. Risk and uncertainty analysis of Flood Risk Management systems and projects to estimate flooding probabilities and project performancee.g., using Hydrologic Engineering Center Flood Damage Reduction Analysis (HEC-FDA) and Hydrologic Engineering Center Watershed Analysis Tool (HEC-WAT).e. Modeling of reservoir system operations and alternatives including use of Hydrologic Engineering Center Corps Water Management System (HEC-CWMS) software. f. Identification of critical duration of runoff volumes based on watershed and reservoir routing characteristics. g. Flow-frequency analysis following Water Resources Council Bulletin 17C guidelines, including regional analysis and separation of snowmelt, cloudburst, and general rainstorm floods. h. Rainfall-runoff modeling to develop hypothetical floods (e.g., Probable Maximum Floods (PMF)) and reproduce observed events.i. Development of Probable Maximum Precipitation (PMP) and Probable Maximum Floods (PMF) for dam spillway design. j. Development of unregulated flow from gaged flow data, inflow and diversion records, and stream-flow routings, and regulated frequency curves from regulation criteria, reservoir routings, and gaged flow data. k. Other hydrologic engineering analyses such as flow-duration, seasonal, environmental, interior drainage, and development of evaporation, seasonal precipitation, and seasonal runoff volumes. l. Assessment of fluvial geomorphological conditions, sedimentation trends, sediment and debris yields, channel stability and scour potential in watersheds, streams, and drainage systems.m. Hydraulic analysis and multi-dimensional numerical computer and physical modeling of natural, design and constructed conditions including channels, levees, weirs, bypasses, floodplains, and complex systems.n. Design of hydraulic features such as dams, levees, gates, detention basin, valves, spillways, conduits, diversions, weirs, bypasses, culverts, streambank erosion countermeasures and aquatic and riparian habitats. Computational fluid dynamics modeling of complex flow conditions, preferably using FLOW-3D software.Additionally, supplemental engineering, environmental, technical, quality assurance, planning, and management services may be required in order to meet USACE program and project delivery requirements associated with needed engineering deliverables. These include but are not limited to data collection; economic and consequence analysis; groundwater modeling and aquifer recharge analysis; civil/structural/mechanical/geotechnical analysis and design; cost engineering; dam/levee safety risk assessment; environmental effects analysis; NEPA compliance; stakeholder outreach and management; meeting planning, facilitation and management; and preparation of a variety of USACE management, planning and technical documentse.g. Project Management Plans, Review Plans, Hydrologic Engineering Management Plans, Data Management Plans, etc.A variety of HH and USACE standard engineering documents are required such as WCMs, Design Documentation Reports, Engineering Documentation Reports, Plans and Specifications, Operation and Maintenance Manuals, Review Plans, and Engineering Appendices for planning study reports. Each task order will have its own scope describing required services and schedule based on the complexity of the applicable project. The most highly qualified firm will be selected for each task order using the TORN process. A Request for Proposal will be issued to the firm found most highly qualified for each task order. Typically, Request for Proposals issued for individual task orders will include a Statement of Work, Performance Work Statement, or Statement of Objectives that describe the location(s), character and extent of services required, any technical requirements in addition to the requirement contained within Section C of the IDIQ contract, and a schedule. Individual task orders will principally include construction phase services in support of IIS, Civil Works, and Military construction and maintenance and repair projects. 3. SELECTION CRITERIA:This acquisition is for A-E services, and is procured in accordance with the Brooks A-E Act as implemented in Subpart 36.6 of the FAR. A-E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Following an evaluation of the qualifications and performance data submitted, up to four (4) firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. The selection criteria are listed below. Criteria A through E are primary selection criteria and are listed in descending order of importance (Criteria A is more heavily weighted than Criteria B, Criteria B is more heavily weighted than Criteria C, etc.). Criteria F, G and H are secondary, listed in descending order of importance and will only be used as tiebreakers among technically equally highly qualified firms.Criteria ASpecialized Experience and Technical CompetenceCriteria BProfessional QualificationsCriteria CCapacity to Complete the WorkCriteria DPast PerformanceCriteria EKnowledge of LocalityCriteria FUtilization of Small Business FirmsCriteria GGeographic Proximity Criteria HEquitable Distribution of Department of Defense (DOD) ContractsDepending on the number of SF330 submissions received, the government may establish a Preselection Board to determine the highly qualified firms. If used, a Preselection Board will only use Criteria A and B to determine the highly qualified firms. Highly qualified firms SF330 submissions will then be fully evaluated by the Selection Board to determine the most highly qualified firms.Each criterion shall be assigned a rating from Exceptional to Unsatisfactory based on the risk to the Government that the offeror will successfully perform under the Criteria being evaluated. An overall rating will also be applied to the proposal submission using rating of each criterion and the same scale. After rankings, the firms will be identified as Most Highly Qualified , Highly Qualified and Not Qualified IAW EP 715-1-7 Architect-Engineer Contracting in USACE.CRITERIA A - Specialized experience and technical competence (SF330, Part I, Section F):a. Specialized Experience and Technical Competence (SF 330, Part I, Sections F and G): provide examples of not more than five (5) projects completed within the last ten (10) years that best demonstrate specialized and technical competence in performing HH engineering like that described above. Project examples submitted should reflect completed projects. All projects cited must identify start/complete dates as well as the project size (cost and scope).. Substantially completed is defined as completed to the point that the design can function as designed and be used for its intended purpose or with only minor work remaining to complete the contract. Projects that included professional design A-E Services, and Hydraulic and Hydrologic reports, manual development and modeling will be accepted. For submittal purposes, an example project can consist of either a single task order on an IDIQ contract, or a stand-alone contract. An IDIQ contract SHALL NOT be submitted as an example project. The Government will only evaluate information provided for specific tasks on completed or substantially completed Task Orders under an IDIQ contract or stand-alone contracts. Projects where the prime contractor or JV partner performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation.The submitted projects must demonstrate the following:1) All projects must be at least $150,000.00 in value at completion. At least two (2) of the five (5) projects shall be valued at least $1,000,000.00 at completion. Projects that are larger than $2,000,000.00 may be viewed as more favorably by the government.2) At least three (3) projects shall demonstrate successful project completion of projects within the SPD Area of Responsibility (AOR). At least two (2) of those projects shall have been completed in the SPK AOR. Additional projects within the SPD or SPK AOR may be viewed as favorable.3) A minimum of two (2) projects that demonstrate the development and evaluation of WCPs. Additional projects that demonstrate this experience may be viewed as favorable. 4) A minimum of one (1) project demonstrating statistical analysis and processing of NWS Ensemble Forecast Products. Additional projects that demonstrate this experience may be viewed as favorable.The Contractor shall demonstrate work experience within SPD boundaries consisting of: Sacramento District (SPK), San Francisco District (SPN), Los Angeles District (SPL), and Albuquerque District (SPA). The states within the SPD boundaries are California, Arizona, Utah, New Mexico and portions of Nevada, Colorado, Oregon, Idaho, Wyoming, and Texas.CRITERIA B - Professional qualifications (SF330, Part I, Section E):Professional qualifications of personnel will be evaluated based upon experience with professional services of hydrologic and hydraulic engineering for multipurpose analyses for development, design and operation of water resource projects featuring flood risk management, water conservation, and aquatic ecosystem and habitat effects. The following list of key personnel shall have the appropriate licensure or certifications listed below, and a minimum of five (5) years of applicable experience in Hydrologic and Hydraulic engineering projects. Key Personnel:? Hydraulic Engineer? Hydrologist? Water Resource Engineer? Meteorologist? Civil EngineerGIS Specialist? Technical WriterProfessional qualifications will be evaluated based on the firms Work Management Plan including staffing, execution, and quality management plans. The Work Management Plan shall be presented in Section H and may reference Sections C and D. The plan shall include the following:1) Information about the offerors actual or proposed Work Management Plan that describes in detail the approach to completing task orders will be evaluated. The evaluation will consider how personnel are assigned and sub-consultants are integrated into the team, internal quality management processes, and internal/external communication protocols. Plans that clearly demonstrate sound internal quality management processes (e.g., quality management of team products, sub-consultant products, version control, comment tracking, independent reviews) and effective internal communication protocols will be considered more favorably in determining the most highly qualified firm.2) An organizational chart for the team with a discussion of the Work Management Plan for this contract and personnel roles in the organization (either Section D or H). Identify on the submitted organization chart the relationships and lines of authority of the proposed team members, including key subcontractors. Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower-level engineering positions. Include key personnel names, titles, years of experience, and professional certifications to include the states they are certified in.3) A narrative describing (1) the firms partnering philosophy to develop and sustain relationships between the A-E and the Government/project stakeholders, (2) the firms approach to provide exceptional delivery measured by expedited delivery, lower construction costs, and quality assurance,(3) design quality management procedures that optimize quality, limit re-submittals of incomplete work, and increase efficiency of delivery, (4) previous experience between team members as structured in the offerors current proposed teaming arrangement, and (5) procedures for financial management and task order management. If submitting as a JV, describe procedures that will limit the need for reviews across multiple firms while maintaining a quality product and for administering multiple task orders across the JV arrangement, and how modification of task order management would ensure efficiency within the JV. SF 330 Requirements: Using SF 330 Section E, Resumes of Key Personnel Proposed for this Contract, Resumes are required for each key personnel member. In addition to key personnel listed above, submit resumes of key management and technical personnel. All submitted resumes shall include overall relevant experience and longevity with the firm (longevity with the firm will be weighted higher). Prepare a separate Section E for each person. Indicate whether the key personnel are employed by the prime contractor or subcontractor.The government will consider the education and current registration, licensure/certification(s), years of experience, as applicable, of each person named in Block 12. It will also consider the persons relevant project experience provided in Block 19. More weight shall be given to experience with full-design type projects, that are of comparable scope magnitude and complexity to that described above in the paragraph titled Project Information. Key Personnel disciplines requested in this synopsis will be a higher-weighted within criteria B during the evaluation process.CRITERIA C - Capacity to Accomplish Work (Section H) (SF330, Part I, Section H):A firms capacity plan must demonstrate the ability to accomplish multiple task orders in multiple locations simultaneously, with the demonstrated ability to accomplish at least five (5) $150,000.00 individual task orders simultaneously. For any one (1) task order, the plan must demonstrate ability and capacity to provide the adequate number of personnel required to execute the task order award, with at least half being key personnel of the type listed above and maintain that level of personnel commitment over a one (1) year period. The plan shall also describe the firms present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period; describe the strategies to meet surges in unexpected workload demand; ability to mobilize; and describe 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.CRITERIA D - Past Performance (SF330, Part I, Section H):Offerors shall demonstrate a history of customer satisfaction with respect to (1) cost control, (2) quality of work and (3) compliance with performance schedule. Past performance can be substantiated by presentation of CPARS or PPQ ratings, or customer ratings from other project evaluation systems. A narrative may describe the overall approach for maintaining success with customer satisfaction with the Offerors quality of work, cost control and scheduling. This criterion may be assessed with more weight given to successful performance ratings in these three areas on Department of Defense and other U.S. Government contracts. Projects where the prime contractor or JV partner performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation.CRITERIA E - Knowledge of Locality (SF330, Part I, Section H):Submittals shall demonstrate knowledge of hydrologic and climatic conditions, and hydraulic features that are unusual or unique within SPD.The following items (F thru H) are the secondary criteria: If there is a tie for primary factors, the selection board will first go to F. If this breaks the tie, evaluation will stop. If not, the selection board will go to G. If it still does not break the tie, the selection board will go to H.CRITERIA F - Small Business and Small Disadvantaged Business Participation (SF330, Part I, Section H): Utilization of Small Business Firms. In Section H, Part I, SF 330, provide a description of the prime and any subcontractors affiliation as a small business. The Small Business Participation Plan will apply to the base contract to establish dollars and percentages based on the MATOC capacity. The established dollars are to be identified in the Small Business Subcontracting Plan. Other than U.S. Small Businesses may achieve their proposed Small Business participation commitments through subcontracting to Small Businesses. Small Businesses may achieve their proposed Small Business participation commitments through their own performance/participation as a prime or through a JV teaming arrangement and subcontracting to other Small Businesses. All Offerors (both small and other than U.S. Small Businesses) will submit a Small Business Participation Plan for overall MATOC capacity to identify the extent to which U.S. Small Businesses will participate in the performance of the proposed acquisition relative to the Governments Small Business objectives. Based on market research, the percentages for each socio-economic category has been established as follows: Small Business: {8.14%} based on total contract value (capacity); Small Disadvantaged Business (SDB): {3.8%} based on total contract value (capacity); Women-Owned Small Business: {1.4%} of the total contract value (capacity); HUBZone: {1.4%} of the total contract value (capacity); and SDVOSB: {.28%} of the total contract value (capacity). CRITERIA GGeographic Proximity (Section H, Part I, SF 330): In Section H, Part I, SF 330, provide the physical location of a firm in relation to the location of potential projects. The geographic location for this Contract is within the SPD boundaries consisting of: SPK, SPN, SPL, and SPA. The states within the SPD boundaries are CA, AZ, NV, UT, New Mexico (NM) and portions of CO, OR, ID, and WY. CRITERIA HEquitable Distribution of DOD Contracts Volume of DoD Contract Awards of A-E contracts received in the last twelve (12) months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms Defense Federal Acquisition Regulation Supplement (DFARS) Procedures, Guidance, and Information (PGI) 236.602-1(a)(6)(A).4. SUBMISSION REQUIREMENTS:Interested A-E firms or JVs with the capabilities to perform this work are invited to submit one (1) complete PDF of their SF330 (Architect-Engineer Qualifications) proposal. Offerors must submit the electronic proposal package to the USACE via Procurement Integrated Enterprise Environment (PIEE) website at https://piee.eb.mil/. This is the ONLY acceptable way to submit your SF330. Submittals will not be accepted if sent by other methods such as email, shipping/mail or hand carried. Submittals sent through proprietary or third-party File Transfer Protocol (FTP) sites or DoD SAFE will not be accepted. Unaccepted submittals will NOT be evaluated. You must register first at PIEE Registration.Note: The user must be a Contractor Administrator (CAM) in PIEE. In the PIEE Solicitation Module, there are two vendor roles (Proposal Manager and Proposal View Only).The Proposal Manager role is required to submit a SF330 to a synopsis. Please be advised when using the PIEE Solicitation Module, the users email address in PIEE MUST MATCH the email address on file in the System for Award Management (SAM) https://www.sam.gov/SAM.In the unlikely event the PIEE system and/or Solicitation Module is not operational, and the user is unable to access or use the system, the user shall immediately notify BOTH the Contracting Officer and Contract Specialist(s). Notification must occur PRIOR to the submission deadline of your SF330. Emailed submissions of SF330 are not permitted and will not be accepted under any circumstances. The Government must receive your SF330 no later than the time and date as specified in this synopsis. The PIEE website must show the SF330 was received prior to the specified time. The current edition of the SF330 must be used and may be obtained from the Government Printing Office or from the following web site: http://www.gsa.gov/forms. PDFs shall be compatible with Adobe Acrobat XI or an earlier version. All submittals must be searchable text format. Proposals submitted in a format other than as described above will not be accepted. All Offerors, to include JVs, submitting SF330 shall obtain a Unique Entity Identifier (UEI) (formerly known as the Data Universal Numbering System (DUNS)) number. Include the UEI number in Part I, Section B, Block 5 next to the name of the firm. Additionally, all Offerors, to include JVs, must be registered in SAM. For instructions on registering with SAM, go to https://www.sam.gov/SAM. JVs are to include a fully executed JV Agreement with their SF330 at Part II. All Offerors responding to this synopsis MUST identify in the SF330 whether they are submitting as a Large Business or Small Business, if submitting as Small Business identify Small Business category/categories applicable to your company. Proposals not identifying which category they are submitting will be considered UNRESTRICTED for evaluation purposes. All fonts shall be at least ten (10) or larger in Arial (not Arial Narrow) to include text, tables, and figures. Fonts for the purposes of captions to images and other graphics do not have a prescribed format and may be formatted at the discretion of the Offeror. Pages shall be 8-1/2 inches by 11 inches. The Organizational Chart required in Part I, Section D and the Matrix required by Part I, Section G may be presented on a sheet up to 11 inches by 17 inches, each counting as one page respectively. Do not use multi-column formatting. The SF330 is to be organized as indicated below. Part I of the SF330 shall not exceed 50 pages, including cover sheets, cover letters, separators, and blank sheets, and shall be organized as follows: SF330, Part I, Sections A, B, C and D. SF330, Part I, Section E. SF330, Part I, Section F. SF330, Part I, Section G. SF330, Part I, Sections H and I. (Past Performance Questionnaires (PPQs), if any, are excluded from the page count) Part II of the SF330 shall not exceed 30 pages, including cover sheets, cover letters, separators, and blank sheets. A Part II is required for each branch office of the Offeror and any subconsultant that will perform a key role under the contract. Part II shall be organized as follows: SF330, Part II SF330, Part II, Offeror, Subconsultant Information and JV Agreement (as applicable) (The JV Agreement does not count against the page limitation for Part II). OFFERS MUST BE RECEIVED AT THE ADDRESS INDICATED ABOVE NO LATER THAN 2:00 PM MOUNTAIN DAYLIGHT TIME (MDT) ON 25 November 2024. The Agency will not accept any offers received after this time and date.5. OFFERORS QUESTIONS AND COMMENTS:ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET at http://www.projnet.org/projnet. No other means of communication (e-mail, fax, or telephone) will be accepted. Questions should be submitted no later than (NLT) 20 September 2024, 2:00 pm MDT to allow time for the Governments response. On this date and time, the portal will be closed. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select USACE, enter the Bidder Inquiry Key for this synopsis as listed below, and your e-mail address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this synopsis or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team.The Synopsis Number (BID Review) is: W9123825R0009The Bidder Inquiry Key is: BT87PA-Z94G5E Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. CAUTION: Any inquiry submitted and answered within this system will be accessible to view by ALL FIRMS interested in this synopsis. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428-HELP. NAICS Code : 541330 PSC Code : C219 Phone : 7193661456
NAICS
Power Business All Other Professional Navigational Professional Justice Electric Power Transmission Regulation Other Foundation Other Foundation Religious Securities Justice Other Professional Automotive Body Construction Architectural Scenic and Sightseeing Transportation Other Justice Regulation Commercial Measuring Agriculture Search Navigational Foundation Research and Development in the Physical Other Similar Organizations (except Business Environment All Other Professional Management Other Justice Other Similar Organizations (except Business Agencies Engineering Services Research and Development in the Physical Water Construction Professional Process
CPVS
Tools Parts of structures Earthmoving and excavating machinery, and associated parts Repair, maintenance and associated services related to aircraft and other equipment Tanks, reservoirs, containers and pressure vessels Collection, transport and disposal of hospital waste System, storage and content management software package Ties Command and control system, printing, graphics, office automation and information-processing equipmen... Control, safety, signalling and light equipment Screens Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Engineering, auxiliary, average, loss, actuarial and salvage insurance services Boards Control, safety or signalling equipment for inland waterways Repair, maintenance and associated services related to marine and other equipment Culverts Conduit Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work Valve parts Parts of computers Office, school and office equipment cleaning services Records Safes Ensembles Reservoirs Feasibility study, advisory service, analysis Research, testing and scientific technical simulator Safety cases Permits Control, safety or signalling equipment for parking facilities Construction work Blocks Command, control, communication systems Supports Structures and parts Control, safety or signalling equipment for port installations Command, control, communication and computer systems Modules System, storage and content management software development services Forms Transfers Sheets Repair, maintenance and associated services related to roads and other equipment Pressure-reducing, control, check or safety valves Sheeting work Gates Other services Tables Repair and maintenance services for pumps, valves, taps and metal containers and machinery Drainage works Seats, chairs and related products, and associated parts Keys Curves Control, safety or signalling equipment for roads Goods used in construction Furnishing Repair, maintenance and associated services of vehicles and related equipment Scales Architectural, construction, engineering and inspection services Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Security, fire-fighting, police and defence equipment Matches Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Tool parts Manuals Repair, maintenance and associated services related to railways and other equipment Control, safety or signalling equipment for airports Tables, cupboards, desk and bookcases Plates, sheets, strip and foil related to construction materials Dates Tools, locks, keys, hinges, fasteners, chain and springs Repair and maintenance services of pumps, valves, taps and metal containers
UNSPSC
Reservoirs Channels Blocks Valves Separators Computers Software Curves Scales Boards Awards Water Business cases Ecosystems Project management Market research Distribution Well engineering Quality control Printing Employment Matches Tables Dam Gates Single room Case making services IP phones Side table Financial Instruments, Products, Contracts and Agreements Securities Table saw Power Supply, Computer Water, sanitation and hygiene kits Tent, for multipurpose use Water, sanitation and hygiene kit Tent, for office use Water, sanitation and hygiene kits Airport Maps, Networks (GIS), Studies Suction pump, manual Clinical laboratory and toxicology testing systems, components, and supplies Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries North America Northern America
Sectors
Chemicals Civil Works Healthcare and Medicine Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Minerals and Mining Architecture Bridges and Tunnels Engineering Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Environmental Work Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Agriculture-Food and Beverages Consultancy Energy-Power and Electrical Computer Hardwares and Consumables Industry Laboratory Equipment and Services Aviation Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert