Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2017 FBO #5706
MODIFICATION

C -- Comprehensive Architect and Engineering MATOC

Notice Date
7/6/2017
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Portland, Attn: CECT-NWP, PO Box 2946, Portland, Oregon, 97208-2946, United States
 
ZIP Code
97208-2946
 
Solicitation Number
W9127N-17-R-0038
 
Archive Date
12/29/2016
 
Point of Contact
Mitchell J. Johnson, Phone: 5038083718, Elaine Gray-Frasure, Phone: 5038084635
 
E-Mail Address
mitchell.j.johnson@usace.army.mil, Elaine.S.Gray-Frasure2@usace.army.mil
(mitchell.j.johnson@usace.army.mil, Elaine.S.Gray-Frasure2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS C--A-E SERVICES FOR UP TO SIX INDEFINITE DELIVERY MULTIPLE AWARD TASK ORDER CONTRACTS FOR CIVIL WORKS PLANNING AND DESIGN SERVICES FOR THE U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT Solicitation No: W9127N-17-R-0038 Agency: Department of Army Office: U.S. Army Corps of Engineers, Portland District Location: Specified Areas of Responsibility in the Pacific Northwest I. CONTRACT INFORMATION A. General The U.S. Army Corps of Engineers, Portland District (NWP) has a need for professional architect-engineering (A-E) services to provide engineering, analysis, and design for: • Water Control Structures • Fish Conveyance Systems • Flood Risk Reduction • Coastal, Rivers, and Harbors • Ecosystem Restoration • Value Engineering The primary purpose of these services is to support civil works planning, design, and environmental compliance within NWP's area of responsibility. NWP may, however, elect to transfer contract capacity to the Seattle and Walla Walla Districts in order to enable contingency support for those districts. B. Type and Number of Contracts NWP intends to award up to six (6) indefinite delivery, firm-fixed-price, multiple award task order contracts (MATOCs). The awarded MATOCS will have a five (5) year base period and a shared capacity of $60 million among the MATOC pool. The minimum guaranteed amount for the five-year base period is $5,000.00 for each MATOC awarded. Task orders issued under these MATOCs will have a minimum ordering amount of $3,000.00 and a maximum ordering amount of $3 million per task order. Contract awards are anticipated in the first quarter of Fiscal Year (FY) 2018.   C. Competition The North American Industry Classification (NAICS) code for this acquisition is 541330 Engineering Services, which has a size standard of $15 million in average annual receipts. This announcement is open to all businesses regardless of size. In accordance with Federal Acquisition Regulation (FAR) 6.203, FAR 19.502-3, FAR 19.502-4, and Army Federal Acquisition Regulation Supplement (AFARS) 5119.202-1(2), however, the Contracting Officer may reserve up to three MATOC awards for small business. If three or more small businesses are awarded MATOCs, the Contracting Officer reserves the right to set aside task order requirements for small business firms. This set-aside decision will be performed at the task order level. Small businesses are encouraged to team with other small businesses. D. System for Award Management To be eligible for contract award, a firm must be registered in the Department of Defense (DoD) System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220. Firms must register prior to the due date for responses to this synopsis in order to enable the Contracting Officer's review of SAM Exclusions. E. Service Contract Act Firms are advised that the resulting MATOCs will require that the wages and benefits of listed services employees (see FAR 22.10) be at least equal to those determined by the Department of Labor under the Service Contract Act, as determined relative to the employee's office location, not the location of the work. See http://www.wdol.gov for additional information. II. SELECTION PROCESS A. Selection for MATOC Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), NWP will select firms for MATOC negotiation using the procedures set forth in FAR Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 236.6: • In accordance with FAR 36.602-3(a), NWP will review the Standard Form (SF) 330s submitted in response to this synopsis. • In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), NWP will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS Procedures, Guidance, and Information (PGI) 236.602-1, as set forth in greater detail in this synopsis. • In accordance with FAR 36.602-3(c), NWP will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services described in this synopsis. • On the basis of the above, in accordance with FAR 36.602-3(d), NWP will determine the firms most highly qualified to perform the required services described in this synopsis. B. Selection for Task Order Negotiation In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (Pub. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), NWP will select firms for task order negotiation using the procedures set forth in FAR Subpart 36.6 and DFARS Subpart 236.6. • After task order requirements are defined, NWP will determine if the SF 330s submitted in response to this synopsis provide the information needed to provide a basis to determine the most highly qualified contractor to perform the task order requirements, or if additional, task order-specific information is needed to determine the most highly qualified contractor to perform the task order requirements. • If NWP determines that it requires additional, task order-specific information to determine the most highly qualified contractor to perform the task order requirements, NWP will issue a task order synopsis to the eligible MATOC holders notifying them of the task order requirements and selection criteria, and offering the eligible MATOC holders an opportunity to submit SF 330s specific to the task order requirements. Such a task order-specific SF 330 may not include a team member not identified in Part I, Section C of the SF 330 submitted in response to this synopsis. • In accordance with FAR 36.602-3(a), NWP will review the MATOC holders' SF 330s on file or, as requested by NWP, SF 330s specific to the task order requirements. • In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), NWP will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS PGI 236.602-1. o If NWP's evaluation will be based upon SF 330s on file, NWP will evaluate firms' qualifications under the selection criteria set forth below, as applied to the task order requirements. The selection criteria are listed in descending order of importance.  Specialized experience and technical competence in the type of work required, including, where appropriate, experience in energy conservation, pollution prevention, waste reduction, and the use of recovered materials  Professional qualifications necessary for satisfactory performance of the required services  Capacity to accomplish the work in the required time  Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules  Knowledge of the locality of the project  Extent of participation of small businesses (secondary criterion, to be used as a tie-breaker only)  Total volume of DoD contracts (secondary criterion, to be used as a tie-breaker only) o If NWP's evaluation will be based upon SF 330s specific to the task order requirements, the selection criteria will be set forth in greater detail in the task order synopsis. • In accordance with FAR 36.602-3(c), NWP will hold discussions with at least three of the most highly qualified firms regarding concepts and the relative utility of alternative methods of furnishing the required services for the task order. o In instances where the same required services recently have been acquired under a substantially similar task order, NWP has up-to-date information on the contractors' relevant qualifications under the evaluation criteria applicable to the task order, and NWP has held recent discussions with the most highly qualified firms, discussions will be at the discretion of the selection authority. In such instances, the selection authority will use previously acquired discussion information only if all relevant information required by FAR 36.6 is available, documented, and up-to-date. • On the basis of the above, in accordance with FAR 36.602-3(d), NWP will determine the firms most highly qualified to perform the required services for the task order. III. PROJECT INFORMATION Projects under will fall within the following six functional areas: A. Water Control Structures Engineering and design for various water control structures, including dams, powerhouses, intake towers, spillways, navigation locks, regulating outlets, gates, bulkheads, pump houses, and similar physical structures that directly control the flow and level of water, as well as all integral systems of these structures. Typical work for these water control structures and the integral systems of these structures includes performing site investigations, performing inspections, documenting the site conditions, preparing planning and study documents, evaluating seismic performance of structures, producing plans and specifications, performing engineering during construction, and drafting operational documentation. Typical engineering disciplines include but are not limited to structural, mechanical, fire protection, electrical, geotechnical, civil, and hydraulic. Typical projects include design or modification of: (1) Dams (concrete and earthen) (2) Powerhouses (3) Regulating outlets and structures (4) Navigation locks (5) Pump houses B. Fish Conveyance Systems Engineering and design for fish conveyance systems, including fish ladders, fish facilities, fish collection devices, and fish bypass systems, as well as all integral systems of these structures. Typical work for these fish conveyance systems and the integral systems within these structures includes site investigations, documenting site conditions, preparing planning and study documents, drafting plans and specifications, performing engineering during construction, and drafting operational documentation. Typical engineering disciplines include but are not limited to structural, mechanical, fisheries engineering, electrical, geotechnical, civil, hydraulic, biologist, and naval architect. Typical projects include design or modification of: (1) Fish ladders and supporting systems (2) Fish attraction features (3) Adult fish facilities (4) Juvenile downstream passage systems (5) Juvenile holding and acclimation facilities (6) Fish barriers C. Flood Risk Management Engineering and design or inspection or modification of various systems that manage flood risk, including levees, dams, floodwalls, channel modifications, and stream-bank stabilization projects and other features that manage flood risk not directly linked to water control structures included in III.A. Typical work for these flood risk reduction systems includes performing site investigations and inspections, preparing planning and study documents, drafting plans and specifications, and preparing NEPA documents, to include Section 404 and Section 401 permit documents. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, and environmental engineers. Typical projects include investigation, design, or modification of: (1) Levees (2) Floodwalls (3) Channel modifications (4) Stream-bank stabilization D. Coastal, Rivers, and Harbors Engineering and design for coastal, river, and harbor features such as jetties, breakwaters, groins, navigation channels, piers, docks, wharves, mooring structures, small boat basins, river training structures, and anchorage. Typical work for these coastal, river, and harbor features include performing site investigations, preparing planning and study documents, drafting plans and specifications, and performing socioeconomic analysis and incremental economic analysis including HEC-FDA and/or other professionally-accepted computational economic analysis tools. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, environmental engineers. Typical projects include design or modification of: (1) Jetties (2) Breakwaters (3) Seawalls (4) Coastal erosion reduction (5) Pile dikes (6) Dredge disposal sites (7) Mooring facilities (8) Navigation channels E. Ecosystem Restoration Engineering and design for ecosystem restoration projects, including wetland restoration, stream and river riparian restoration, and stream and river aquatic restoration. Typical work for ecosystem restoration engineering and design includes performing site investigations, preparing planning and study documents, drafting plans and specifications, and preparing NEPA documents, including Section 404 and Section 401 permit documents, and project operating documents. Typical engineering disciplines include geotechnical, structural, civil, hydraulic, hydrologic, coastal, biologists, and environmental engineers. Typical projects include design, modification, or preparation of: (1) Floodplain reconnection including site restoration and setback levee construction (2) Culverts and tidegates (3) Site restoration (4) Planting plans (5) Off channel migrant fish refuge (6) Sediment management plans F. Value Engineering Conduct value engineering (VE) studies in any of the five functional areas listed above. Typical work includes the conduct of VE studies in accordance with the current version of USACE Engineering Regulation (ER) 11-1-321, Army Programs VE. To the extent possible, this will include Risk Assessment/Analysis and Life Cycle Cost Estimating techniques in each study. VE studies may be conducted at planning and/or design level for construction projects. IV. SUBMISSION REQUIREMENTS A. General Instructions Submit an SF 330, following the instructions set forth in that form except as supplemented below. Do not submit any additional information not required by the SF 330's instructions as supplemented by the supplemental instructions set forth below. NWP will not consider any such additional information in its evaluation of firms' SF 330s. Except as otherwise permitted below, firms must use the fillable version of SF 330 available on the U.S. General Services Administration website at https://www.gsa.gov/portal/forms/download/116486, using the space available and font settings embedded in that document. Submit one (1) original and five (5) hard copies, as well as one (1).pdf copy on a CD, of the SF 330 and required attachments to the address listed below no later than 3:30 PM on 24 July, 2017. This is not a request for proposal. B. Supplemental Instructions 1. SF 330 Part I, Section C If additional room is needed to complete Part I, Section C because the proposed team consists of more than six firms, attach as many additional Part I, Section Cs as necessary to complete Part I, Section C. If submitting additional Part I, Section Cs, alter the identifiers in the first column (i.e., a. - f.) using the same convention so that each member of the team has a unique identifier. For example, the first six firms would be identified as a. - f., the second six firms would be identified as g. - l., and so on. 2. SF 330 Part I, Section E Submit one Part I, Section E for each of the following key personnel to be provided in each of the six functional areas. In the upper lefthand corner of each Part I, Section E, annotate the appropriate functional area. • Water Control Structures o Project Manager o Structural Engineer o Mechanical Engineer o Electrical Engineer • Fish Conveyance Systems o Project Manager o Structural Engineer o Mechanical Engineer o Electrical Engineer o Biologist o Naval Architect • Flood Risk Management o Project Manager o Civil Engineer o Geotechnical Engineer o Hydraulic Engineer • Coastal, Rivers, and Harbors o Project Manager o Coastal Engineer o Civil Engineer o Geotechnical Engineer • Ecosystem Restoration o Project Manager o Civil Engineer o Biologist o Hydraulic Engineer • Value Engineering o Facilitator 3. SF 330 Part I, Section F For each functional area listed below, submit information regarding no more than the corresponding quantity of projects requested. Submit one Part I, Section F for each project. In the upper lefthand corner of each Part I, Section F, annotate the appropriate functional area. The same project may be submitted for more than one functional area; in such cases, submit a separate Part I, Section F for each functional area for which the project is submitted. To be considered, each project must have been performed within six (6) years of the date that responses to this synopsis are due. • Water Control Structures o Up to five projects • Fish Conveyance Systems o Up to three projects • Flood Risk Reduction Systems o Up to three projects • Coastal, Rivers, and Harbors o Up to three projects • Ecosystem Restoration o Up to three projects • Value Engineering o Up to two projects demonstrating, in total, value engineering of projects in at least two of the five previous functional areas If additional room is needed to complete Block 25 because more than six firms from Part I, Section C were involved in the project, attach a continuation page providing only the necessary additional Block 25 information. Alter the firm identifiers in the first column as needed for consistency with Part I, Section C. 4. SF 330 Part I, Section G Submit up to four Part I, Section Gs as needed to complete the required information. Alter the example project numbers as needed to cross-reference Part I, Section F. 5. SF 330 Part I, Section H Submit one Part I, Section H for each of the two requirements below. a. Small Business Participation In the space allotted, provide a brief narrative explaining the roles proposed for small businesses on the team. Additionally, estimate the proposed extent of participation of Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, Service-Disabled Veteran-Owned Small Business, and Veteran Owned Small Business team members. Identify each firm's name, small business category, and proposed level of participation measured as a percentage of the overall estimated effort. b. Volume of DoD Contracts Provide information regarding all DoD A-E contracts awarded to all firms listed in Part I, Section C within the past twelve (12) months from issue date of this synopsis. List all contract numbers, task orders, and modifications, and include their award dates and total negotiated fees. Submit additional pages only if necessary to provide complete information. 6. Past Performance Submit information regarding past performance as an attachment to the SF 330. For each project submitted in Part I, Section F, submit for each firm listed in Block 25: • A completed Contractor Performance Assessment Reporting System (CPARS) evaluation, if available. • If a completed CPARS evaluation is not available, submit a completed Past Performance Questionnaire (PPQ) for the project. The standard PPQ for USACE is Form PPQ-0 (9/30/11), and is provided as an attachment to this synopsis. Firms are advised to ensure correct phone numbers and email addresses are provided for the client point of contact. Do not submit a PPQ when a completed CPARS evaluation is available. o If the firm is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the respective project(s). o Firms should follow up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Mitchell Johnson, via email at Mitchell.J.Johnson@usace.army.mil, prior to the submission closing date. Firms shall instruct the clients to refer to the synopsis number in the subject line. o Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other solicitations. o PPQs are source selection materials. All successfully submitted PPQs will receive an email confirmation upon receipt. If the firm does not receive the confirmation, it is the firm's responsibility to follow up to ensure the Government has received the information. In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using all CAGE/DUNS (Commercial and Government Entity/Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the firm's SF 330, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the firm's performance, Government personnel with personal knowledge of the firm's performance capability, and any other known sources not provided by the firm. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate, and complete past performance information rests with the firm. In reviewing past performance information, the Government will take into account the relevancy of the past performed work in addition to how well the firm performed. 7. SF 330, Part II Submit one SF 330, Part II for each firm listed in Part I, Section C. V. SELECTION CRITERIA NWP will evaluate firms' qualifications under the selection criteria set forth below. The selection criteria are listed in descending order of importance. Criteria A-E are primary factors and will be evaluated for all firms. The remaining criteria are secondary factors and will be used only as tie-breakers among technically equal firms. The firms that demonstrate the highest aggregate qualifications relevant to the primary selection criteria will be considered the most highly qualified to perform the required services described in this synopsis. A. Specialized Experience and Technical Competence NWP will evaluate firms' specialized experience and technical competence in each of the six functional areas. In performing that evaluation, NWP will consider the aspects of those six functional areas set forth below. The evaluation will consider the breadth and depth of firms' demonstrated specialized experience and technical competence in each functional area. 1. Water Control Structures NWP will evaluate firms' specialized experience and technical competence with the following aspects: (1) Establishing teams in the specialty areas required to execute the design of water control structures and the integral systems of these structures, such as dams, powerhouses, intake towers, spillways, navigation locks, regulating outlets, gates, bulkheads, pump houses, and similar physical structures that directly control the flow and level of water. (2) Documenting site conditions, preparing planning and study documents, evaluating seismic performance of structures, producing plans and specifications, performing engineering during construction, and drafting operational documentation for water control structures. (3) Performing inspections for dam safety, including periodic inspections, hydraulic steel structures inspections, bridge inspections, dam stability analysis, subsurface exploration and testing, and other similar inspection activities. 2. Fish Conveyance Systems NWP will evaluate firms' specialized experience and technical competence with the following aspects: (1) Establishing teams in the specialty areas required to execute the design of fish conveyance systems, such as fisheries science, structural, mechanical, electrical, geotechnical, civil, hydraulic, and naval architect. (2) Preparing site investigations, documenting site conditions, preparing planning and study documents, drafting plans and specifications, performing engineering during construction, and drafting operational documentation for fish conveyance systems. 3. Flood Risk Management NWP will evaluate firms' specialized experience and technical competence with the following aspects: (1) Establishing teams in the multiple specialty areas required to execute design of flood risk reduction systems, such as geotechnical, structural, civil, environmental, and hydraulic. (2) Preparation of inspection reports and planning and study documents for flood risk reduction systems, including planning level documents such as reconnaissance, feasibility studies, or reevaluation reports. (3) Design of flood risk management systems, including preparation of design level documents and plans and specifications. (4) Preparation of NEPA documents for flood risk reduction systems, including Section 404 and Section 401 permit documents, environmental and cultural resource surveys, and evaluation reports. 4. Coastal, Rivers, and Harbors NWP will evaluate firms' specialized experience and technical competence with the following aspects: (1) Establishing teams in the multiple specialty areas required to execute the design of coastal, river, and harbor features, such as civil, geotechnical, structural, naval architect, and hydraulic. (2) Performance of site investigation activities for coastal, river, and harbor features, including data collection of tide stages, wave height, length, and direction, beach erosion, river current, velocities and directions, littoral currents, littoral drift, salinities, sedimentation and upland discharges. Preparation of hydraulic models for coastal, river, and harbor features. (3) Preparation of planning and study documents, and performing socioeconomic analysis and incremental economic analysis including HEC-FDA and/or other professionally accepted computational economic analysis tools for coast, river, and harbor features. (4) Preparation of NEPA documents for coastal, river, and harbor features, including Section 404 and Section 401 permit documents, environmental and cultural resource surveys and evaluation reports. 5. Ecosystem Restoration NWP will evaluate firms' specialized experience and technical competence with the following aspects: (1) Establishing teams in the multiple specialty areas required to execute the design of ecosystem restoration projects, such as civil, geotechnical, structural, and hydraulic engineering. (2) Preparation of planning documents for ecosystem restoration projects, including planning level documents such as reconnaissance, feasibility, or reevaluation reports. (3) Design of ecosystem restoration projects, including preparation of design level documents and plans and specifications. (4) Preparation of NEPA documents for ecosystem restoration projects, including Section 404 and Section 401 permit documents, environmental and cultural resource surveys, and evaluation reports. 6. Ecosystem Restoration NWP will evaluate firms' specialized experience and technical competence with the following aspects: (1) Establishing teams to execute VE studies meeting standards at least equivalent to those set forth in USACE Engineering Regulation (ER) 11-1-321 for projects in at least two of the five functional areas detailed above. (2) Performance of VE studies for projects in at least two of the five functional areas detailed above. B. Professional Qualifications Necessary for Satisfactory Performance NWP will evaluate firms' professional qualifications necessary for satisfactory performance in each of the six functional areas. This evaluation will be based upon the key personnel proposed, considering education, registration (if applicable), and recent and relevant experience as it relates to the work that will be required. C. Capacity to Accomplish the Work in the Required Time NWP will evaluate firms' ability to meet workload requirements (including multiple concurrent task orders) primarily through a review of Part II of firms' SF 330s, but may consider any other relevant information bearing on capacity. D. Past Performance NWP will evaluate firms' past performance on the projects submitted in SF 330 Part I, Section F in terms of cost control, quality of work, and compliance with performance schedules. E. Knowledge of the Locality NWP will evaluate firms' demonstrated knowledge of local conditions within NWP's area of responsibility, specifically with respect to: (1) Water Control Structures and Flood Risk Management a. These evaluations will focus on knowledge of geological conditions in the region. (2) Fish Conveyance Systems a. This evaluation will focus on knowledge of local fish passage criteria and design practices, other similar works in the region, knowledge of local fish biology, and knowledge of environmental conditions affecting fish conveyance system design in the region. (3) Coastal, Rivers, and Harbors a. This evaluation will focus on knowledge of local hydraulic and hydrologic conditions of the region, including ocean conditions, as well as knowledge of geological conditions within the region. (4) Ecosystem Restoration a. This evaluation will focus on knowledge of local ecosystem design criteria and practices, other similar works in the region, knowledge of relevant ecosystems in the region, and environmental conditions affecting ecosystem restoration in the region. F. Extent of Participation of Small Businesses NWP will evaluate small business participation as proposed in Part I, Section H. SF 330s demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. G. Volume of DoD Contracts NWP will evaluate firms' total volume of DoD contracts awarded in the twelve (12) months prior to the issue date of this synopsis as set forth in Part I, Section H. This information will assist in effecting an equitable distribution of DoD A-E contracts among qualified firms. VI. QUESTIONS AND INQUIRIES ABOUT THIS SYNOPSIS Submit all inquiries regarding this synopsis via ProjNet-BidSM. Telephone and email inquiries will not be accepted. ProjNet-BidSM is a web-based program that allows submitters to post questions regarding the synopsis and to view all questions by other submitters and answers by NWP. ProjNet-BidSM can be accessed through ProjNetSM at https://www.projnet.org/projnet/. To access the ProjNet-BidSM website the first time: (1) Click the Bid tab (2) Click Bidder Inquiry. (The Agency is USACE.) (3) Enter the following information for access: a. The Bidder Inquiry Key: (DWFA6B - 7Y9865) b. Valid business contact information (e.g., company name, contact person, business address, phone number and email address) (required on first project only) c. Establish secret question and answer which will be used as a password. (Required on first project only.) (4) For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-Bid Module. (5) Submit questions or review questions and answers. (A firm that submits a question will receive an automated email notification that its question has been received. When an answer is posted to a question, the question and answer are then available for all other firms to review. (6) For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer. (7) For questions about the ProjNet-Bid, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8:00 AM to 5:00 PM (Pacific US time zone). ProjNet-Bid questions can also be emailed to the helpdesk at staff@rcesupport.com. The cutoff for questions and inquires is 19 July, 2017, at 3:30 PM (Pacific). All firms submitting an SF 330 in response to this synopsis will be held to have reviewed the questions and responses in ProjNet-Bid prior to their submission. Administrative questions should be directed to Mitchell Johnson at (503) 808-3718. The secondary point of contact is Elaine Gray-Frasure at (503) 808-4635. The point of contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at (503) 808-4602 or Carol.A.McIntyre@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA57/W9127N-17-R-0038/listing.html)
 
Place of Performance
Address: 333 SW 1st Ave (Block 300 Building), PORTLAND, Oregon, 97204, United States
Zip Code: 97204
 
Record
SN04569534-W 20170708/170706235401-fca78d6172f47117d970c4f3242cd2be (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.