BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Sacramento, California. Contact the soliciting agency for additional information.

1. SYNOPSIS: Indefinite Delivery Contract (IDC) for Vertical Architect-Engineer (A-E) Services Which Typically Support Military Design and Interagency and International Services (IIS) for the U.S Army Corps of Engineers (USACE) South Pacific Division - Unrestricted 2. CONTRACT INFORMATION a. This synopsis, selections made, and contracts awarded therefrom will be in accordance with the Brooks Architect-Engineer (A-E) Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and Engineering Pamphlet (EP) 715-1-7. b. Throughout this synopsis, the terms "firm," "A-E firm," "contractor," "consultant" and "prime" are used synonymously. These terms represent legal entities including individual firms as well as joint-ventures and mentor-protege joint ventures. These terms, however, do not represent prime and subcontractor (or subconsultant) relationships. c. This procurement will be conducted under Product and Service Code (PSC) C219 - Architect and Engineering - Other: General; and NAICS 541330 - Engineering Services. The business size standard is $16.5M. This is an unrestricted, full and open competition requirement. Approximately three or more IDC contracts will be awarded, so five or more firms will be selected for negotiation and award of the IDC contracts. IDCs stemming from this synopsis will be awarded not later than one year after the synopsis is issued. These IDCs are limited to a total combined capacity of $99M with an ordering period not to exceed five (5) years. d. IDCs awarded from this synopsis shall be administered by the USACE, Sacramento District, for use on federal A-E service requirements under its jurisdiction. The USACE Sacramento District may grant authority to other districts within the South Pacific Division to issue task orders for federal A-E service requirements within the South Pacific Division's jurisdiction. e. Work shall be issued by negotiated firm-fixed-price task orders. Selection for task order awards shall be made in accordance with USACE "Updated Procedures for the Selection of Task Orders on Architect-Engineer Indefinite Delivery Contracts," dated 14 Apr 2021. All firms under contract will be given a fair opportunity to be considered for each task order award valued in excess of $3,500.00. When a task order is to be awarded, the Contracting Officer will notify firms under contract by the issuance of a Task Order Requirement Notice (TORN). The TORN will include a scope of work, selection criteria, and a request for supplemental information tailored to the specific requirement. Information requested in the TORN is intended to supplement existing information and as such will focus on information required to effectively evaluate each firm relative to the specific requirement identified in the TORN scope of work for the purpose of selecting the most highly technically qualified firm for negotiation and award of the task order. All firms under contract will be promptly notified upon a selection decision. f. Other-than-small business A-E firms that intend to subcontract / sub-consult shall express its intent to meet the minimum small business goals on the SF330, Section C, by identifying subcontracting opportunities with small businesses and small business partners the firm has previously used or would consider using. If selected for negotiation, the other-than-small business A-E firm will be required to submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9 and DFARS 219.704 as part of its Price Proposal. The following subcontracting goals represent the minimum acceptable goals to be included in the subcontracting plan. Of the subcontracted work: (i) 33% of the work would go to small business; (ii) 5% to small, disadvantaged business (a composite of small business); (iii) 5% to women-owned business (a composite of small business); (iv) 3% to HUBZone small business (a composite of small business); and (v) 3% to service-disabled veteran-owned small business (a composite of small business and veteran-owned small business). Written justification shall be provided for any minimum small business goals that cannot be met. The government may not consider a proposal for award if the subcontracting plan does not demonstrate a sincere and convincing effort to meet a goal a firm assert cannot be met. The Small Business Subcontracting Plan shall be evaluated in accordance with AFARS Appendix DD. This plan is not required with this submittal but shall be required with the price proposal of the Offeror selected for negotiations. g. To be eligible for contract award, an A-E firm (including joint ventures (J-V)) must be registered in the System for Award Management (SAM). Register at https://sam.gov/. Note that an A-E firm (or J-V) need not be registered to submit an SF330 in response to this synopsis. When the most highly qualified firms are notified of their selection and issued a Request for Price Proposal (RFPP), firms should have a reasonable time in which to register in the SAM. This notwithstanding, it is solely the A-E firm's responsibility to register in SAM and be registered in SAM prior to submission of a price proposal. If an A-E firm is currently registered in SAM, the SF330s submitted response to this announcement should include the applicable Commercial and Government Entity Code (CAGE). h. Upon selection of the most highly qualified firms, the solicitation (RFPP) documents will only be made available in electronic format. No CD-ROMs or hardcopy documents will be distributed. i. Contractor Performance Evaluations: In accordance with FAR Subpart 36.604 - Performance Evaluation, A-E contractor's performance will be evaluated throughout the performance of the contract. The USACE follows the procedures outlined in EP 715-1-7 to fulfill this FAR requirement. Performance evaluations shall be prepared in the Contractor Performance Assessment Reporting System (CPARS), which is a web-based system. CPARS/Past Performance evaluations will not be provided based on the IDC; instead, evaluations will be prepared based on the task order. Past performance evaluations (interim, final or both as applicable) will be prepared for each A-E services contract/task order in excess of $35,000 or more. Past performance evaluations may also be prepared for contracts below $35,000. After an evaluation (interim or final) is prepared by the USACE, the firm whose performance has been evaluated will have the ability to access, review, and comment on the evaluation for a period of 60 days. Accessing and using CPARS requires specific software, called Public Key Infrastructure (PKI) certification, which is installed on the user's computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transaction. The certification software may cost approximately $100-$120 per certificate per year and is purchased from External Certificate Authorities (ECA) vendors. Current information about the PKI certification process and for contracting vendors can be found on the CPARS website, http://www.cpars.gov. If the firm wishes to participate in the performance evaluation process, access to CPARS and PKI certification is the sole responsibility of the firm. 3. PROJECT INFORMATION a. The USACE, Sacramento District, requires the services of multi-disciplinary A-E firms to provide vertical A-E services which typically support the District's Military Design and IIS Program within the District's boundaries (including the states of California, Nevada, Utah, and part of Colorado) and the South Pacific Division's Boundaries (which also includes the states of Arizona and New Mexico). Based on expected requirements and projections from historical trends, approximately 75% - 85% of task order requirements will support military customers, 10% - 20% will support IIS customers, and 0% - 5% will support civil works customers (which may include horizontal design-related requirements). DoD Military agencies frequently supported include the Defense Logistics Agency, Army, Army Reserve, Air Force, and Marines. Non-DoD agencies that the IIS program frequently supported include the Department of Veterans Affairs (VA), Environmental Protection Agency (EPA), Department of Homeland Security (DHS), Department of Justice (DOJ), Department of Interior (DOI), and Department of Energy (DOE), and on occasion the FBI and FEMA. b. Pre-Design Services may primarily consist of: (i) Studies in support of planning or design (ii) Planning & Programming, to include planning charettes in support of military or IIS vision, development, standards, and programs, and DD1391 preparation (iii) Site Investigations c. Design Services may primarily consist of: (i) Parametric Estimating (ii) Preliminary Designs and Charrettes, including Project Definition Code 3 (iii) Partial Designs (Plans and Specifications) (iv) Full Designs (Performance Plans and Specifications and Prescriptive Plans and Specifications) (v) Preparation of documents for Design-Build Request-for-Proposals (incl. design analysis (DA), specifications, and plans) d. Services during Construction may primarily consist of: (i) Engineering During Construction (ii) Construction Phase Services (iii) Quality Assurance, Investigations, Materials Tests and Inspections e. Project scopes may include: (i) Repair and/or Modernization of existing facilities (ii) Design of new facilities or utility systems of various types, sizes, and complexities. (iii) Historic Preservation (Including preservation, rehabilitation, and restoration). (iv) Energy Resilience and Conservation Investment Program (ERCIP) Studies and Designs. (v) Anti-Terrorist/Force Protection criteria. (vi) Sustainable design utilizing LEED and Third-Party Certification (TPC) rating tools. (vii) Development of Area Development Plans and Vision Plans. (viii) Cost engineering using MCACES. (ix) Economic Analysis of Alternative Design Approaches. (x) Life Cycle Cost Analysis. (xi) Value Engineering Studies (xii) Topographic and Utility Surveying. (xiii) Cybersecurity analysis and implementation. f. Department of Defense facilities are grouped into the following Facility Classes. Facilities for other programs will fall under these similar Facility Classes. USACE Sacramento District typically designs the following facilities categories: (i) Operation and Training Facilities 1. Airfield Pavements - Runways, taxiways, and aprons. 2. Communications Buildings and Navigation Aids - Air Traffic Control Towers 3. Operational Buildings - Access Control Facilities, Sensitive Compartmented Information Facilities (SCIFs) 4. Training Buildings - Simulators, Training Ranges (ii) Maintenance and Production Facilities. 1. Aircraft Maintenance Facilities - Hangars, Storage, Paint Shops (iii) Research, Development, Test, and Evaluation (RDT&E) Facilities 1. Science Facilities 2. Aircraft Facilities 3. Missile and Space Facilities 4. Weapons and Weapons System Facilities 5. Range Facilities (iv) Supply Facilities, to include: 1. Ammunition Storage 2. Covered Storage 3. Open Storage (v) Medical Facilities 1. Medical Centers and Hospitals 2. Laboratories 3. Administrative Buildings (vi) Administrative Facilities (vii) Housing and Community Facilities 1. Family Housing 2. Unaccompanied Personnel Housing - Lodging, Barracks 3. Personnel Support and Service Facilities - Public Safety, Dining Facilities 4. Morale, Welfare, and Recreation Facilities (viii) Utilities and Ground Improvements 1. Electrical Power 2. Sewage and Waste 3. Water 4. Roads 5. Railroads 6. Water Resources & Environment 7. Energy Resilience and Conservation Investment Program (ERCIP) - Wind Farms, Solar Arrays, etc.... A secondary purpose of this IDC is to provide A-E support for the Civil Works Program within SPD, and may consist of: A-E services for the study, design and construction of levees, and floodwalls, earth and concrete dams, spillways, pumping stations, stilling basins, hydraulic flow control structures, bridges, and environmental restoration projects. 4. SELECTION CRITERIA The primary selection criteria are listed below 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 A through E are considered primary. Depending 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 Criteria shall be assigned a rating from Exceptional to Unsatisfactory, based on the risk to the Government that the Offeror will successfully perform the Criteria being evaluated. An overall rating will also be applied to the proposal submission using rating of each criteria and the same scale. After rankings, the firms will be identified as "Most Highly Qualified", "Highly Qualified" and "Not Qualified" in accordance with EP 715-1-7 Architect-Engineer Contracting in USACE. CRITERIA A - Specialized Experience and Technical Competence (SF330, Part I, Section F) a. Firms shall submit no more than ten (10) example projects to demonstrate possession of specialized experience like that which is described herein. Example projects are subject to the following considerations: (i) No more than one (1) pre-design service listed in 3.b. for any type of facility class listed in 3.f. with an estimated construction contract value greater than $10M. Project does not have to be complete. (ii) No more than six (6) Full Designs that cover all the primary project types listed in 3.e. at least once. A minimum of two (2) repair and/or modernization of existing facilities and two (2) new facilities. (iii) No more than two (2) Design-Build RFPs. For (ii) and (iii) above, from the facility classes listed in 3.f., responses shall include one (1) Maintenance Hangar, (1) Runways/Taxiways/Aprons, and (1) ERCIP project. For the other five (5), responses may include any other facility category only once. Construction of these projects must be complete (see section 5.d.ii, below) and have an estimated construction contract value greater than $10M (except for ERCIP projects, which must have an estimated construction contract value greater than $5M). (iv) No more than one (1) Engineering During Construction for any type of facility class listed in 3.f. with an estimated construction contract value greater than $10M. The project must be complete. b. Do not use SF-330 Part I Section F to demonstrate Civil Works experience and competence. Use SF-330 Part I Section H to highlight project experience and/or planned approach if presented with a potential Task Order in support of Civil Works design services. Limit the submission to no more than 2 pages. CRITERIA B - Professional Qualifications (SF330, Part 1, Section E) a. PART 1 - Resumes of Key Personnel (Blocks 12 - 18): Firms shall possess or demonstrate the ability to possess key personnel per the disciplines listed below. To demonstrate qualifications, resumes for persons filling these disciplines are to be provided in Section E and the role listed in Block 13 shall use the exact same discipline nomenclature as listed below. An individual shall not serve in more than one (1) role. Provide only one (1) resume for each discipline. Additionally, all Key Personnel shall be shown on the organizational chart in Section D. The following key disciplines are required and are subject to additional terms as noted: (i) Program Manager - shall be from the Prime (or part of the J-V); Certified Program Manager (PgMP) from Project Management Institute (PMI), or, Licensed as an Architect or Professional Engineer; provide jurisdiction (if any), license number, and date of expiration. (ii) Quality Control Manager - shall be from the Prime (or part of the J-V); Licensed in their discipline; provide jurisdiction (if any), license number and date of expiration (iii) Project/Task Order Manager - Certified Project Manager (PMP) from Project Management Institute (PMI), or, Licensed as an Architect or Professional Engineer; provide jurisdiction (if any), license number, and date of expiration. (iv) Architect - Registered Architect, provide jurisdiction, license number and date of expiration. (v) Landscape Architect - Registered; provide jurisdiction, license number and date of expiration. (vi) Sustainability Specialist - Registered in Leadership in Energy and Environmental Design (LEED) or Third-Party Certification (TPC) system and Licensed in their discipline; provide jurisdiction (if any), license number and date of expiration (vii) Civil Engineer - Professional Engineer, provide jurisdiction, license number and date of expiration; Registration in California is preferred. (viii) Electrical Engineer - Professional Engineer, provide jurisdiction, license number and date of expiration. (ix) Mechanical Engineer - Professional Engineer, provide jurisdiction, license number and date of expiration. (x) Fire Protection Engineer - The fire protection engineer shall be either: 1. An engineer having a BS or MS degree in fire protection engineering from an accredited university engineering program, plus a minimum of 5 years' work experience in fire protection engineering; 2. A registered PE who has passed the National Council of Examiners for Engineering and Surveying (NCEES) fire protection engineering written exam; 3. A registered PE in a related engineering discipline with a minimum of 5 years' experience dedicated to fire protection engineering. (xi) Lead Commissioning Specialist - Professional Engineer, provide jurisdiction, license number and date of expiration; and shall have at least one of the following: 1. National Environmental Balancing Bureau (NEBB) qualified Systems Commissioning Administrator (SCA); 2. Associated Air Balance Council (AABC) Commissioning Group (ACG) Certified Commissioning Authority (CxA); 3. International Certification Board (ICB)/ Testing, Adjusting and Balancing Bureau (TABB) Certified Commissioning Supervisor; 4. Building Commissioning Association (BCA) Certified Commissioning Professional (CCP); 5. Association of Energy Engineers (AEE) Certified Building Commissioning Professional (CBCP); 6. University of Wisconsin-Madison Qualified Commissioning Process Provider (QCxP); 7. American Society of Heating, Refrigerating and Air-Conditioning Engineers (ASHRAE) Commissioning Process Management Professional (CPMP) (xii) Structural Engineer - Professional Engineer, provide jurisdiction, license number and expiration date; Registration in California is preferred. (xiii) AT/FP Specialist (xiv) Interior Designer - Registered Architect or Interior Designer with NCIDQ certification, provide jurisdiction (if any), license or certification number and date of expiration; demonstrate design experience with comprehensive interior design, including space planning, pre-wired workstations, furniture specification, and knowledge of the acquisition process including applicable FAR and funding limitations. (xv) Cybersecurity Specialist - Must have an approved Information Assurance Technical (IAT) Level II certification per DoD 8570; provide certification number and date. (xvi) Geotechnical Engineer - Professional Engineer or Geologist, provide jurisdiction, license number and date of expiration. (xvii) Certified Industrial Hygienist- Demonstrate specialized experience with Lead Based Paint (LBP) and Asbestos Containing Material (ACM) Survey and Remediation; provide licensure/certification number and date. (xviii) Cost Estimator - Preferred to be Tri-Service Cost Engineering Certified - CCE, CCC, or CCET; but a certification as an AACE, ICEC, PCEA, or equivalent shall be accepted; provide licensure/certification number and date. (xix) Value Engineer - Society of American Value Engineers (SAVE) Certified Value Specialist (CVS), provide certification number and date of expiration. Additional disciplines required as part of the contract that will not be evaluated include: Historical Architect, Hydraulic Engineer, Hydrologic Engineer, Geologist, Blast/Explosive Safety Engineer, Seismic Engineer, Master Planner, Environmental Engineer, OSHA Certified Technician, Biologist, Economist, Archeologist, Cultural Resource Specialist, GIS, CADD/BIM Technician, Land Surveyor, and Aerial Photographer. b. PART 2 - Relevant Projects (Section E, Block 19): All Key Personnel will have a minimum of five (5) years of project experience in their discipline demonstrated by projects with scope, magnitude, and complexity comparable to this solicitation. Relevant projects are those that reflect experience performing in their respective discipline. Relevant project information should be brief and highlight specific roles and tasks performed by the key personnel; project type; scope; and costs. Five (5) projects will be listed for each resume, and each project listed will have been completed within ten (10) years. (Note: The projects provided for this Criteria may also be used to address Criteria A.) The government will consider the education and current registration, licensure/certification(s), years of experience, as applicable, of each person named for each discipline and the key personnel's longevity with the firm named in Block 15. It will also consider the person's 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. Only the Key Personnel disciplines requested in this solicitation will be evaluated. Superfluous submission will not be considered. CRITERIA C - Past Performance (SF330, Part I, Section H) a. To demonstrate quality of past performance, for each project presented for Criteria A, SF-330 submissions shall include a Contractor Performance Assessment Report (CPAR). If a CPAR is not available, the SF-330 submission shall include a NAVFAC/USACE/USGS Past Performance Questionnaire (PPQ). In the event of a conflict between a PPQ and CPAR submitted to demonstrate past performance for the same example project, the CPAR rating will govern. b. Past performance evaluation will focus on quality of work, compliance with performance schedules, cost control, management performance, and if applicable, small business subcontracting. Indication of favorable performance ratings, awards, and repeat clientele in Section H of SF-330 is recommended. Past performance will be based on CPARs ratings and other data presented by the offeror or as determined by the Government from the previous five years. A narrative describing past performance with customer satisfaction pertaining to the Offeror's quality of work and budget and schedule control may be provided in Section H. More weight is given to performance ratings and awards for the projects identified in Section F. c. The Contract Performance Assessment Reporting System (CPARS) may be queried for all firms submitting an SF-330 in response to this synopsis. If deemed relevant by the evaluation board, performance evaluations for any significant team subcontractors who have previously been prime A-E contractors will also be considered. In addition to CPARS, the board may seek information on past performance from other sources. CRITERIA D - Work Management (SF330, Part I, Section H) a. PART 1 - Capacity to initiate work and complete within the time parameters of the project. The evaluation will consider the availability of an adequate number of personnel among the proposed team in the following key disciplines in Criteria B. The SF-330 shall clearly indicate the primary office where the work will be performed and the staffing levels at this office. Any work to be performed outside of the primary office shall be addressed within PART 2 proposed management plan. The government will evaluate the numbers listed in Part II of the SF330. Include a Part II form for each firm that is part of the proposed team. b. PART 2 - A proposed management plan shall be presented in Section H of SF-330. The plan shall be judged on experience producing quality designs based on an evaluation of the A-E firms' design quality management plan. The design quality management plan is a programmatic plan that covers the overall management approach to quality within the proposed IDC, it should reference the organization chart in Section D of SF-330, and briefly address the team organization, quality control procedures, coordination of in-house disciplines and consultants, and prior relationships of the prime A-E firm and any of their significant consultants on similar projects. Within each plan the following processes will be evaluated in descending order or importance: (i) Internal Quality Management Process for both in-house A-E firm (or J-V) and subconsultant products (ii) Version Control Process (iii) Comment Tracking Process (iv) Independent Review Process (v) Internal Communications Protocols for both in-house A-E firm (or J-V) and subconsultant quality comment resolution CRITERIA E - Knowledge of Locality - SPK's Vertical Design Support Boundaries are the States of California, Nevada, and Utah. SPD's Boundaries add the states of Arizona and New Mexico. a. Knowledge of Geologic Features b. Knowledge of Climatic Conditions c. Knowledge of local construction methods that are unusual or unique Emphasis should be placed on Utah (near Hill AFB and Dugway Proving Grounds), Northern California (Bay Area and Sacramento River Valley), Central California (San Joaquin River Valley, Central Coast, and near Edwards AFB), and Southern Nevada (near Creech and Nellis AFBs) The government will evaluate projects identified in Section F, the specific experience of the listed key disciplines in Section E and any additional information in Section H. 5. SUBMISSION REQUIREMENTS ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY by 12:00PM Pacific Standard Time (PST), 19 January 2022 to spkaect@usace.army.mil. All documents shall be submitted in PDF file format. The electronic digital submission shall not exceed 20 Megabytes (MB). To verify your submittal has been delivered, you may email: cynthia.r.dmitrijev@usace.army.mil. Late responses will not be accepted. No other notification will be made, and no further action is required. FILE NAMES: To ensure your submission is received and processed appropriately, it is important that interested parties CAREFULLY ensure their electronic files adhere to the following naming convention: Each filename shall begin with the solicitation number, followed by the word "RESPONSE", followed by your firm's name, and finally a brief file description. EXAMPLES: "W9123822R0018RESPONSE Firmname SF330 Part I.pdf" "W9123822R0018RESPONSE Firmname SF330 Part II.pdf" "W9123822R0018RESPONSE Firmname SF330 Part I Sect E.docx" "W9123822R0018RESPONSE Firmname SF330 Part I Sect H.docx" File Organization, Formatting, Size, and other instructions. Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Special Instructions are as follows: a. SF330, Part 1, Section C - Block 11 - Role(s) in this Contract shall use the nomenclature as listed in Selection Criteria B, Part 1 Key Disciplines b. SF330, Part 1, Section D, Organization Chart shall not be more than one (1) page and may be formatted to 11"x17" c. SF330, Part 1, Section E, Block 14 shall be in whole years, no partial years. Each Resume shall not exceed two (2) pages d. SF330, Part 1, Section F (i) Project - A stand-alone design contract award or a task order on an IDIQ contract is considered a project. Do not submit an IDIQ contract as a project. (ii) Completed Project - With the exception of Section Criteria A.a.(i) and (iii), all projects shall be completed construction projects. Projects are considered complete if the construction of the project is completed in 2021 or earlier. For Section F (Block 22), no projects with a year completed for construction prior to 2016 shall be included. For (i) and (iii), if the project wasn't constructed, they must have a satisfactory or better final CPARS and Period of Performance end date (as listed in the final CPARS) within the last five years (2016 to 2021). For Section E (Block 19.2), no projects with a year completed prior to 2011 shall be included. (iii) In block 24, include in the project description, the contract period of performance, award contract value, current contract value, and a summary of the work performed that demonstrates relevance to specialized experience as outlined in paragraphs 3.b-d. above. For projects performed as a subcontractor or a J-V involving different partners, identify the specific roles and responsibilities performed as a subcontractor or by those firms on the project rather than the work performed on the project. (iv) In block 25, the firm name and role(s) should be the same as proposed in Section C and indicate the % of the project the firm performed in this role(s). (v) If the firm is a J-V, projects performed by the J-V should be submitted; however, if the J-V does not have such experience, offerors shall submit at least one (1) project from each J-V partner. (vi) Pictures, Illustrations, etc. are highly encouraged, but not required. e. SF330, Part 1, Section G - All Key Personnel from Section E shall be included and block 28 shall only be "X" if the person performed the same role as listed in Block 27. f. SF330, Part I, Section H (i) No project information included in Section H shall be evaluated for Criteria A except for Civil Works Experience and/or Approach. Offeror shall limit this to no more than 2 pages. (ii) No professional qualifications included in Section H shall be evaluated for Criteria B (iii) Past Performance information for the Section F projects being evaluated shall only be included in Section H. (iv) For Work Management Plan Part 1, the Offeror should include a brief narrative addressing capacity, however only the numbers in SF330, Part II shall be used to evaluate the adequacy of personnel availability (v) For Work Management Plan Part 2, only the information included in Section H shall be evaluated except for the Organization Chart, which is in Section D (vi) For Knowledge of Locality, please only include additional information to evaluate the areas being requested; do not copy and paste information from Section E and/or Section F. g. Page Limits and Formatting (i) SF330 Part I shall not exceed 100 Pages Total (ii) Cover Letter, Table of Contents, or any dividing pages do not count towards the total. (iii) Section E, limited to 2 pages per resume (iv) Section H, Civil Works Experience and/or Approach shall not exceed two (2) pages (v) All pages shall be 8.5"x11", except one (1) 11"x17" is allowed for the organization chart in Section D. (vi) Font size shall be 12 point (vii) Font size for tables, figures or charts is at the discretion of the submitter, but it shall be legible and large enough to be easily read by the evaluator. 6. INTERVIEWS Government intends to hold interviews with the most highly qualified firms (FAR 36.602-3(c)) via the WebEx video conference tool. Only the most highly qualified firms will receive interview questions to resolve or clarify information regarding a firm's experience, capabilities, capacity, organization, management, quality control procedures and approach for this project. Each will receive an advanced notice with instructions and designated interview date and time. 7. INQUIRIES Prospective respondents should submit inquiries related to this synopsis in accordance with the following: For information related to amendments, and other important updates, please check SAM.gov | Contract Opportunities All inquiries are to be submitted Bidder Inquiry in ProjNet at: https://www.projnet.org/projnet/binKornHome/index.cfm. To submit and review synopsis inquiry items in ProjNet, respondents will need to be a current registered user or self-register into the system. To self-register, go to the ProjNet web page above and click on the QUICK ADD link. Select agency as USACE and enter the Inquiry Key for this solicitation, your e-mail address, and then click continue. Fill in all required information and click Add User. From this page you may view all inquiries or add an inquiry. Each interested party will receive an acknowledgement of their question via e-mail, followed by an answer to their question after it has been processed. The Solicitation Number is: W91238-22-R-0018 The ProjNet Inquiry Key is: 333WTC-D85V4Y Respondents are requested to review the synopsis in its entirety and review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The Government will not entertain any further inquiries after 09 January 2022. The method of contractor selection has not been determined at this time.

Conceptual

Military

$5,000,000.00

Public - Federal

Service, Maintenance and Supply

Our team is requesting plans for this project.

Subscribe For Documents

2 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
305
Active Projects
152
Bidding Soon
2,909
All Active Projects
1,162
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

July 19, 2022

img_map_placeholder

To Be Determined, Sacramento, CA

Related To This Project


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.