Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2016 FBO #5363
SOLICITATION NOTICE

C -- IDIQ for A-E Services for Fuel Leak Detection

Notice Date
7/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Omaha, Attn: CENWO- CT, 1616 Capitol Ave, Omaha, Nebraska, 68102-4901, United States
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-16-R-0001
 
Archive Date
9/13/2016
 
Point of Contact
Tyler P. Hegge, , Jessica R. Jackson,
 
E-Mail Address
tyler.hegge@usace.army.mil, jessica.r.jackson@usace.army.mil
(tyler.hegge@usace.army.mil, jessica.r.jackson@usace.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
INDEFINITE DELIVERY CONTRACT FOR ARCHITECT-ENGINEER SERVICES FOR OMAHA DISTRICT, U.S. ARMY CORPS OF ENGINEERS Reference number: W9128F-16-R-0001 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in FAR Subpart 36.6 and EP 715-1-7 Architect-Engineer Contracting in USACE. This acquisition will be used to procure highly specialized services required to provide A-E services in support of USACE in executing the Defense Logistics Agency-Energy (DLA-E) Fuels Leak Detection Program at locations worldwide [i.e., both within and outside the Continental United States (CONUS and OCONUS)] and any other agency's or organization's fuels mission. This announcement may award up to one (1) $60M Unrestricted Indefinite Delivery, Indefinite Quantity (IDIQ) Single Award Task Order Contract (SATOC), one (1) $20M Small Business (SB) IDIQ SATOC, and (1) $10M Service-Disabled Veteran Small Business (SDVOSB) IDIQ SATOC. The Government will compete the $60M Unrestricted SATOC for Fuels System Leak Detection services at all locations under the responsibility of the Defense Logistics Agency (DLA) to include both CONUS and OCONUS work. The Government will compete the $20M SB and $10M SDVOSB SATOCs for Fuels System Leak Detection services at CONUS-only locations under the responsibility of the DLA. The Government may award less than three (3) SATOCs depending on the source selection decision regarding how many contractors are considered most highly qualified in accordance with Brooks Act procedures. The total capacity of all awards will be $90,000,000. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED, SMALL BUSINESS, or SDVOSB after the solicitation number in PART I, A Block 3 of the Standard Form (SF) 330. A separate SF 330 MUST be submitted for each category the firm wants consideration. Selection of A-E firms is not based upon competitive bidding procedures, but rather upon the professional qualifications necessary for the performance of the required services. The Government will only enter into negotiations with the firm(s) considered most highly qualified. The contracts will be awarded for a term not to exceed a total of five (5) years. Work under a SATOC will be subject to satisfactory negotiation of individual task orders, with the total IDIQ contract values not to exceed $90,000,000 over the five-year life of the contract(s). In the event that there are no highly qualified firms in either small business category, the government will award that capacity to the most highly qualified firm(s) in the unrestricted category. No one firm will receive more than one (1) award. Labor and Overhead rates will be negotiated for each 12-month period of the contract. The small business size standard is a maximum of $15 million of average annual receipts for its preceding three (3) fiscal years. All interested Unrestricted A-E firms are reminded that, in accordance with the provisions of PL 95-507, they will be expected to place subcontracts to the maximum practicable extent consistent with the efficient performance of the contract with small and small disadvantaged firms. Large businesses selected for this contract must comply with FAR 52.219-9 regarding the requirement for a subcontracting plan for that part of the work it intends to subcontract. Large businesses selected for this contract will be required to submit a detailed subcontracting plan during contract negotiation. The North American Industry Classification System (NAICS) Code for this action is 541330. To be eligible for contract award, the submitting A-E firm must be registered in the System for Award Management (SAM), have an approved cost accounting standards (CAS) system, and have the professional qualifications necessary for satisfactory performance of the required services. Work will be issued by negotiated firm-fixed-price task orders. When two (2) or more indefinite delivery contracts (IDCs) available to the procuring agency contain the same or overlapping scopes of work so that a particular task order might be issued under more than one IDC, the contracting officer will have available for consideration the following factors in deciding which contractor will be selected to negotiate an order: • Performance and quality of deliverables under the current contract; • Current capacity to accomplish the order in the required time; • Professional qualifications necessary for satisfactory performance of required services; • Uniquely specialized experience and technical competence in the type of work required; and • Equitable distribution of work among the contractors If the experience of key subcontractors is offered for any experience requirements, then a Letter of Commitment between the A-E firm or joint venture partnership and the subcontractor is required. The Letter of Commitment must be signed by both parties to be considered. If the Letter of Commitment is not signed by both parties, the Experience of the subcontractor will not be considered. 2. PROJECT INFORMATION: The A-E services will support USACE in executing the DLA-E fuels infrastructure mission at locations worldwide and any other agency's or organization's fuels related mission. Architect-Engineering services will cover the full range of activities associated with development and implementation of a program of environmental and engineering leak detection associated tests and evaluations at multiple DLA-E Petroleum, Oil, and Lubricants (POL) facilities and fuel systems. Such tests and evaluations will meet DLA-E and Federal/state/local and host nation requirements. Services for specific facilities or projects will be assigned by Task Orders on the IDIQ contract(s) established as a result of this solicitation. Each task order to be issued will fully describe the project to be accomplished and will identify all work to be accomplished. The firm(s) selected would be required to have sufficient staff, flexibility, and capability to be available on an as-needed basis. Services to be performed include, but are not limited to the following: • Fuel facilities leak detection testing of off-loading facilities, storage tanks, loading facilities, hydrant fueling systems, pipelines and vehicle service stations and other associated fuels infrastructure and facilities. This will require contracting with appropriate Environmental Protection Agency (EPA) third party certified tightness testing and leak detection firms and perform the testing including annual and five year tests. The prime contractor is responsible for the coordination between the third party certified testing firms and the facility being tested with such critical issues as ensuring certification and calibration of equipment, dig permits, site access, temporary system modifications, or other logistics; • Expert leak detection consulting and engineering support to assist the day-to-day execution of the program including strategy development in response to support DLA Energy correspondence and meetings with EPA and other regulatory agencies, technical briefing support, technical discussions with Service Points and Sustainment Restoration & Maintenance (SRM) programs, definition/review and development of policy and best management plans, review of leak detection methodology and situational application; • Analysis of available release detection methods and required detection thresholds to determine the most applicable release detection method for each specific system component and apply the applicable leak detection method(s); • Support unscheduled or unplanned test actions at new or identified sites worldwide; • Leak detection related rapid responses to fuel leaks; • Leak location with related activities necessary to properly locate the leak; • Annual pressure tests; • 5-year Unified Facilities Criteria (UFC) 3-460-03 tests; • Environmental compliance-related consulting and engineering services for DLA-E fuel facilities, including but not limited to leak detection testing, spill bucket testing, pressure testing, hydrocarbon sensor evaluations, audits and optimization studies, MILCON Project Leak Detection evaluations, leak strategy evaluations, and fuel system evaluations and equipment certifications; • Permanent leak detection systems certification and operational related testing and support services actions will be required; • Provide appropriate oversight, such as supervision of fieldwork or unannounced audits of the field, in an effort to provide Quality Control (QC) of the testing processes and provide the QC of the testing companies report relative to data collected, systems testing, results, evaluations and conclusions; • Firm is required to provide analysis of the data, conclusions, and recommendations and certification of the results via a professional engineer stamp and signature for each testing report; • Program Management, to include development, implementation, and maintenance of project schedules, events, status of resources, report(s), and progress toward accomplishing project objectives and technical support to facilitate the on-going management of the leak detection program; • Additional consulting and engineering services including, but is not limited to: leak detection strategy evaluations; regulatory meeting with federal, state, and local regulators; Spill Prevention, Control and Countermeasure (SPCC)updates; developing/updating Tank Management Plans; compliance audits; SRM and MILCON Project Leak Detection evaluations; miscellaneous compliance requests; Underground Storage Tank (UST) Operator Training and hydrocarbon sensor evaluations. 3. SELECTION CRITERIA: The selection criteria for this solicitation are listed below in descending order of importance. Criteria "a" through "e" are primary. Criteria "f" through "h" are secondary and will only be used as "tie-breakers" among firms that are essentially technically equal. Firms providing information that further exceeds the requirements listed in this section will receive higher ratings. a. Specialized Experience and Technical Competence. The A-E Team (including Prime and Key Subcontractors) shall provide examples of at least three (3) but no more than ten (10) projects that demonstrate recent and relevant experience for the following sub-criteria (1-4). All projects cited shall identify start/complete dates as well as the project size (cost and scope), see Section 4. SUBMISSION REQUIREMENTS for additional project requirements. (SF 330, Part I, Section F) Recent experience is experience performing the services identified above in paragraph 2, PROJECT INFORMATION within five (5) years from the date of release of this solicitation. Relevant experience is experience similar in size ($5M - $10M annually for OTSB and $1M - $2M annually for SB and SDVOSB), complexity, and scope of this requirement. Example projects shall clearly state what specific role the firm and/or key subcontractors (i.e., any subcontract which equals 10% or more of the prime contract) had including the names of the key personnel. The prime firm and key subcontractors should have experience working together. The A-E teams' experience should demonstrate recent and relevant experience in each of the following sub criterion: 1. Specialized Experience and Technical Competence as it relates to the successful management and execution of a world-wide leak detection services program. Program activities include: a. Concurrent management of testing events and compliance actions worldwide, to include development, implementation, and maintenance of project schedules, events, status of resources, report(s), and progress toward accomplishing project objectives regarding technical support to facilitate the on-going management of the leak detection program; b. Meeting with EPA and other regulatory agencies; c. Technical briefing support; d. Definition/review and development of policy and best management plans; e. Review of leak detection methodology and situational application; f. Coordination and management of EPA third party certified leak detection testing firms 2. Specialized Experience and Technical Competence in fuel facility leak detection testing of off-loading facilities, storage tanks, loading facilities hydrant fueling systems, pipelines and vehicle service stations; which includes the analysis of available release detection methods, required detection thresholds and determine most applicable release detection method for each specific system component; supporting unscheduled or unplanned test actions which may include leak detection related rapid responses to fuel leaks, leak location and incidental repair; retests, annual pressure tests, and 5-year UFC testing; Quality Control of the pipeline and tank integrity testing companies report relative to data collected, systems testing, results, evaluations and conclusions, to include certification with professional engineer stamp and signature for each testing report; 3. Specialized Experience and Technical Competence providing Environmental compliance-related consulting and engineering services for DLA-E fuel facilities, including but not limited to: leak detection testing, spill bucket testing, pressure testing, hydrocarbon sensor evaluations, audits and optimization studies, SRM and MILCON Project Leak Detection evaluations, leak strategy evaluations, developing/updating Tank Management Plans, and fuel system evaluations and equipment certifications. 4. Offerors shall demonstrate Specialized Experience and Regulatory knowledge of the locality as it pertains to local, state, host nation requirements in addition to UFC/EPA requirements. The projects provided shall demonstrate successful performance of the services identified above in paragraph 2. PROJECT INFORMATION worldwide. Evaluation Methodology: Evaluation will be based on a subjective assessment by the board of a firm's ability to effectively address the specialized experience and technical competencies as described above. A firm that more effectively addresses the required specialized experience and technical competencies will be considered more highly qualified than one that is not able to. A firm that is able to demonstrate more recent and relevant experience as described above will be considered more highly qualified than one that does not. A firm that is better able to address all four (4) items across the 3-10 allotted projects and narrative in Section H, will be considered more highly qualified than one that does not. b. Professional Qualifications. Submittals shall demonstrate professional personnel qualifications and specialized experience in fuel facility leak detection testing and related compliance services as described in paragraph 2, PROJECT INFORMATION. The education, training, registrations, certifications, overall and relevant experience, and longevity with the firm of the key management and technical personnel will be evaluated. This criterion is primarily concerned with the qualifications of the key personnel and not the number of personnel, which is addressed under the capacity criterion. Any past fuel facility leak detection experience on DLA military projects should be identified. (SF 330, Part I, Sections E & G). All personnel must meet the minimum qualification of possessing a bachelor's degree from an accredited school in a field related to leak detection, or a minimum of 10 years recent experience performing the position which they are being evaluated. Recent experience is experience performing the services identified above in paragraph 2, PROJECT INFORMATION within ten (10) years from the date of release of this solicitation. In addition to the minimum qualifications above: Provide resume for one (1) Senior Program Manager. The Senior Program Manager shall have, as a minimum, the following qualifications: A minimum of 10 years Program Management experience, with a minimum of 5 years of experience in Leak Detection program management. Provide resume for one (1) Program Manager. The Program Manager shall have, as a minimum, the following qualifications: a. A minimum of 10 years Program Management experience, with a minimum of 5 years of recent experience in environmental program management. b. Working knowledge of applicable federal, state, and local laws, regulations, and guidance, with 5 years of experience as it relates to paragraph 2, PROJECT INFORMATION. Provide resumes for a minimum of two (2) Project Managers (Team Leaders) for task orders. Each Project Manager (Team Leader) shall have, as a minimum, the following qualifications: a) A minimum of 5 years Project Management experience managing projects and activities of the same scope as the description in paragraph 2, PROJECT INFORMATION. Provide resumes for a minimum of two (2) professionally registered engineers in any of the following fields: civil, mechanical, environmental engineering. Engineers must have a minimum of 5 years' experience performing activities described in paragraph 2, PROJECT INFORMATION. Provide resumes for a minimum of two (2) Environmental Scientists, and/or Geologists each with at least 5 years of experience in performing activities described in paragraph 2, PROJECT INFORMATION. Evaluation Methodology: Evaluation of each discipline will consider education, registration, relevant experience, and longevity with the firm. Evaluation will be based on a subjective assessment by the board of the firm's ability to effectively address the professional qualifications as described above. A firm that provides resumes for key personnel with greater levels of education, relevant experience, and longevity with that firm will be considered more highly qualified than one that provides less qualified personnel, with less education, less relevant experience and a shorter duration with that firm. A firm that is able to address all disciplines via submission of resumes in Section E will be considered more highly qualified than one that does not. c. Capacity to Accomplish the Work. Capacity is the ability to complete task orders within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish up to eight task orders annually with an aggregate value of $8,000,000. This is in addition to the existing workload being performed under other contracts executing Leak Detection Services. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror's project execution strategy. The evaluation will consider the key personnel identified in Sections D, E, and G of the SF 330, as well as other available staff and information provided in Section H and Part II (SF 330, Part I, Section H, Item 1). A Proposed Management Plan shall be presented that articulates how efforts under this contract will be executed (to include an organizational chart) (reference SF 330, Part I, Section D) and addresses team organization (reference SF 330, Part I, Section C), any anticipated subcontractors or entities to supplement the project team, quality control procedures, program optimization as it relates to the utilization of specific testing methodologies to reduce the cost to the government, coordination of in-house disciplines and consultants required to meet work capacity and schedule. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 2). Evaluation Methodology: Evaluation will be based on the board's subjective assessment of the firm's ability to effectively address the Capacity to Accomplish Work as described above. A firm that more effectively addresses all of the Capacity requirements will be considered more highly qualified than one that is not able to. A firm that is able to effectively address all the aspects of this criteria will be considered more highly qualified than one that does not. A firm with a longer relationship with key sub-consultants may be considered more highly qualified than one with a shorter relationship with key sub-consultants. d. Past Performance. Past performance on DoD and other contracts performing work similar in size and scope as described in paragraph 2, PROJECT INFORMATION, with respect to the quality of work, compliance with performance schedules, and overall performance rating as determined by CPARS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm's past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.) Evaluation Methodology: Past performance will be evaluated in terms of cost control, quality of work, and compliance with performance schedules. Evaluation will be based on a subjective assessment by the board of the relevance and ratings of the past performance evaluations submitted. Evaluating past performance may also include information provided by the firm, customer inquiries, Government databases, and publicly available sources. An offeror without a record of relevant past performance or for whom information on past performance is not available may not be evaluated favorably or unfavorably on past performance. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. e. Knowledge of Locality. Submittals shall demonstrate knowledge of multiple locations working at various military installations, CONUS and OCONUS, if applicable. The localized knowledge includes demonstration of working with multiple regulatory agencies and other stakeholders to accomplish the requirements. Evaluation Methodology: Evaluation will be based on a subjective assessment by the board of the firm's ability to work with various stakeholders in accomplishment of the requirements. In the case of CONUS work, it will be the installation personnel, state regulators and other stakeholders. In the case of OCONUS work, it will be the installation personnel, Government regulatory agencies, and other stakeholders. A firm that more effectively demonstrates the ability to address key stakeholders in its knowledge of locality requirements will be considered more highly qualified than one that is not able to. (SF 330, Part I, Section H, Item 3). Secondary Criteria: f. Geographic Proximity: Submittals should address offerors' geographic locations and their capability to address rapid responses to fuel leaks throughout the various CONUS and OCONUS DLA-E locations (SF 330, Part I, Section H, Item 4). g. SB Participation. Both Small Business and OTSB Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Offerors are required to meet the minimum mandatory total small business participation suggested objective/target of 20% of total acquisition value to SBC members. Offerors proposing a higher objective/target than 20% will receive a more favorable evaluation. SBC members can propose work they will self-perform toward small business participation objectives. (SF 330, Part I, Section H, Item 4). h. Volume of DoD Contract Awards. 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 SB and SDB (SF 330, Part I, Section H, Item 4). 5. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit five (5) copies of SF 330 Part I, and five (5) copies of SF 330 Part II for the prime firm and all consultants/subcontractors, to U.S. Army Corps of Engineers, Omaha District, ATTN: Tyler Hegge (CENWO-CT), 1616 Capitol Ave., Omaha, NE, 68102, not later than 2:00pm Central time on the response date indicated in this announcement. SUBMITTAL PACKAGES MUST ALSO INCLUDE A CD CONTAINING A COMPLETE COPY OF THE SUBMITTAL (SF 330 PART 1 + SF 330 PART II FOR THE PRIME FIRM AND ALL CONSULTANTS/SUBCONTRACTORS), AS A SINGLE PDF FILE. Submittal must clearly identify the announcement number. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00 p.m. Central time on August 29, 2016. No exceptions. The SF 330, 3/2013 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF 330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. The submittal shall have a page limit of 100 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger. Pages shall be 8.5" x 11". Organizational charts may be presented on a sheet up to 11" x 17" inches. If an 11" x 17" sheet is used it shall be neatly folded to 8.5" x 11", bound in the SF 330 at the proper location, and counted as one (1) page. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e., a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Cover letters, company literature and extraneous materials are not desired and will not be considered. Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than two (2) pages per project. If more than ten (10) projects are submitted, only the first ten (10) projects listed in the proposal will be evaluated. When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. SF 330, Part I, Section H (Additional Information) shall contain the following information. (1) Item 1 - Capacity. Reference Paragraph 3.c. above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight global schedules. (2) Item 2 - Management Plan - Include the information requested in Paragraph 3.c. above. (3) Item 3 - Volume of DoD Contract Awards - Reference Paragraph 3.e. above. Provide a complete listing of all DoD A-E awards within the last 12 months. For IDCs, include total value of task orders actually issued by agencies in the last 12 months, not the potential value of the IDCs. For all types of contracts, do not include for consideration options that have not been exercised. (4) Item 4 - SB/SDB Participation - Reference paragraph 3.g. above - provide a) - f) below: a) Identify if you (the prime offeror) are a Small Business or Other-than-Small Business. b) If a Small Business, also identify which SBC categories, if any, you belong to (i.e. 8(a), WOSB, HUBZone, SDVOSB, etc.). c) Provide overall percentage (%) of total acquisition value planned to be subcontracted to SBC members. d) Provide TOTAL planned subcontracted dollar amount ($), and its corresponding percentage (%) as a percent of total acquisition value, to ALL business types (both to SBC members and other-than-small businesses combined). e) Provide percentages (%) and corresponding dollar amounts ($) of that total dollar amount per item d) above that is planned to go separately to SBC members and other-than-small businesses. f) Use the informational goals by Small Business category provided in announcement Section 1 above as a reference to also provide percentage (%) of planned subcontracted dollars to each SBC category. Note that this is NOT the detailed subcontracting plan that would be required from a selected large business concern. NOTE for a) - f) above: SBC members submitting as Prime offerors may count the work it intends to self-perform toward small business participation objectives. Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions shall be submitted no later than August 19, 2016 at 2:00 p.m. Central Time to allow time for a response. On this date and time the portal will be closed. For questions, no other means of communication, e-mail, fax, or telephone will be accepted. To submit and review inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access: (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below) 1. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed below. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system. 7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Entering Bidder Inquiries in ProjNet Bidder Inquiry System: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page link above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed below. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F-16-R-0001 The Bidder Inquiry Key is: WEM9IP-W46Z5E Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in the Portal. Caution: Any inquiry submitted and answered within this system will be accessible to view by all interested firms on this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA45/W9128F-16-R-0001/listing.html)
 
Place of Performance
Address: 1616 Capitol Avenue, Omaha, Nebraska, 68102, United States
Zip Code: 68102
 
Record
SN04199523-W 20160730/160728234603-73fdf6314c899c2a2d987ea861f62ca0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.