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 Coles Corner, Washington. Contact the soliciting agency for additional information.

1. CONTRACT INFORMATION: Architect-Engineer (A-E) Multidiscipline Engineering and Design Services: These contracts are being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. The resulting contract will be Indefinite Delivery Contracts (IDC) that will form a Multiple Award Task Order Contracts (MATOC). This synopsis will facilitate the award of three (3) IDCs for $15 million to be shared by all contracts in the MATOC. Each IDC duration will be up to seven years starting from the award date (3 year base year with 4 one-year options). The North American Industry Classification System (NAICS) code for this procurement is 541330 - Engineering Services and the corresponding small business size standard is $22.5 million in average annual receipts for the preceding three (3) fiscal years. This announcement is open only to small businesses under NAICS code 541330. Firms will be selected for negotiations based on demonstrated competence and qualifications for the required work as further described in this announcement. The contract will consist of providing professional architect-engineer services to include electrical, mechanical, structural, civil, geotechnical, hydraulic and hydrologic engineering disciplines for preparation of plans and specifications and/or other engineering documents for various civil works projects. Work will vary in scope and size and will be awarded by individually negotiated firm-fixed-price task orders. A firm-fixed-price Service/Supply Rate Schedule encompassing disciplines, materials, and equipment for subsequent task orders will be negotiated following the preliminary selection. The wages and benefits of service employees (FAR 22.10) performing under these contracts must be at least equal to those determined by the Department of Labor under the Service Contract Act. To be eligible for contract award, firms must be registered in the System for Award Management (SAM). Register via the SAM website at https://www.sam.gov or contact SAM Customer Service at 866-606-8220. Work will vary in scope and size and will be awarded by individually negotiated firm-fixed-price task orders. To award task orders, a Task Order Requirement Notice (TORN) will be issued to each firm in the MATOC as required to select the most highly qualified firm. Firms will provide a proposal based on the questions asked in the TORN and a Selection Board will review the proposals to determine the most highly qualified firm. That firm will then be issued a Request for Proposal (RFP) and a task order will be negotiated and awarded. 2. PROJECT INFORMATION: Multidiscipline Engineering and Design are required for various Walla Walla District Civil Works projects. Projects will be primarily located within the States of Washington, Oregon, and Idaho; however, work may be assigned at the location of other Northwestern Division USACE Districts (Seattle, Portland, Kansas City and Omaha) requesting assistance. The work to be performed under this contract shall consist of, but not be limited to, furnishing all necessary labor, materials, supplies, and equipment required for professional A-E services as defined in the contract and as specified by individual task orders. The scope of professional services will require experience and technical knowledge to include but not limited to: a. Structural: Perform advanced structural analysis and design, both preliminary and final, for major elements of civil works structures such as non-overflow sections of dams, spillways, intake and outlet structures, navigation lock features, complex fish bypass facilities, tainter gates, retaining walls, piers, bulkheads/gates, floating trash/shear booms, cofferdam cells, barge mooring facilities, bridges, stilling basins, and other features related to flood control facilities. In some instances, perform structural design for small office buildings, warehouses and other structural vertical construction. Apply structural theories relating to dynamics of structures, indeterminate analysis, and strength of materials. Perform advanced computer modeling of complex structures, including finite element analyses. Utilize appropriate materials, such as steel, wood, aluminum, fiber reinforced plastic, and concrete structures (conventional cast-in-place, precast or prestressed). b. Mechanical: Engineer, design, and prepare plans and specifications for cranes, hoists, and other machine design items; HVAC systems; piping, plumbing, and sewage systems, gating (high head and other), operators (motors, gearing and wheels), hydraulic and pneumatic systems, water supply and pumps and screening systems related to civil works and fish passage systems. c. Electrical: Engineer, design, and prepare plans and specifications of low and medium voltage power distribution equipment; motor controls and motor control centers; engine generators, engine generator control systems, transfer switches (automatic and manual), variable speed drives; arc flash hazard analysis, calculations and labeling; instrumentation, PLC, and SCADA system design (hardware and software); security, telephone and CCTV systems; networking; short circuit calculations, load studies, and device coordination studies using ETAP software; and interior and exterior lighting; As-Built documentation and equipment evaluation. d. Civil: Engineer, design, and prepare plans and specifications for roads, pavements, drainage, excavation and disposal, grading, clearing and debris removal, utilities, wastewater treatment, on-site water supply and water treatment, marine and campground type recreation facilities, levees, riverbank protection, and land surveying. e. Hydraulic and Hydrologic: The analyses and design for high head dam regulating outlet facilities; spillways and stilling basins; outlet valves and gates; intake structures; existing and new adult and juvenile migrant fish collection and/or bypass facilities and hatcheries; fish screening or occlusion structures; navigation channels and facilities; diversion structures. Computational fluid dynamic (CFD) modeling including one, two and three dimensional numerical modeling for steady and unsteady flow including temperature and water quality parameters. Capability for data archiving of CFD modeling for later use. Hydraulic physical modeling capability; and prototype testing. Expertise with fisheries design and criteria. The analysis and design of both open channel and pressure conduit flow systems. Capability to perform hydrologic, open channel hydraulics, sedimentation, and water quality studies and modeling, and collect and analyze water quality samples. Capability to conduct flood risk analysis of man-made and natural drainage ways, and hydraulic design of stream restoration features. f. Geotechnical: Perform geologic and soils mapping; soils engineering; engineering geology; insitu material testing; on and offshore surface and subsurface soil and rock sampling for lab testing; instrumentation plans and designs for the installation, monitoring, and analysis of a variety of civil works structures including but not limited to embankment dams, concrete dams, powerhouses, and marine structures. Perform groundwater investigation; water well investigation and design; material source investigations; slope stability studies; shallow and deep foundation explorations, investigations and designs; excavation and embankment design; and slope stability studies; and seismic analyses. Design slope protection and retaining structures; underground openings including tunnels in soils and rock; and foundations in soils and rock. Support dam and levee safety engineering and investigations to include inspections, risk assessments, potential failure mode analyses, fragility curves, and utilization of risk-based tools and models to support risk-informed decisions. Develop geotechnical reports and write specifications. g. Construction Cost Engineers/Estimators. Confirming quantities, developing estimates (use of MCACES is not required), developing construction schedules, and performing risk analysis for civil works projects. h. Value Engineering: Value Engineering (VE) study is a process of applying the Value Engineering Methodology (VEM) using a multi-discipline team of designers, stakeholders and the Project Delivery Team (PDT) to break down the project into functional performance elements, to assign costs and benefits, and to perform an analysis of the functions for the purpose of improving performance, reliability, quality, safety and life cycle costs. Value Engineering studies shall be performed in compliance with ER 11-1-321. The VE study team leader (facilitator) shall be a Certified Value Specialist in accordance with the requirements of SAVE International. i. Engineering Drawings and Building Information Modeling (BIM): Produce engineering drawings on a computer aided design (CAD) system and provide those drawings to the district in electronic format. All new drawings shall be created in accordance with the current Architectural/Engineering/Construction (A/E/C) Computer-Aided Design (CAD) Standards. The current A/E/C CAD Standards can be found at https://cadbimcenter.erdc.dren.mil/. CAD files shall be submitted in the latest version of Bentley DGN format. Building Information Modeling (BIM) is comprised of models and drawings that form a digital representation of the project, or part thereof, that are comprised of model elements with facility data. All new models shall be created in accordance with the current Architectural/Engineering/Construction (A/E/C) Workspace. The A/E/C Workspace is a common environment that can be used across agencies and engineering applications. This environment contains folder structures, tools, and resource files that implement the A/E/C CAD Standard and the A/E/C Graphics Standard documents. The current A/E/C Workspace can be found at https://cadbimcenter.erdc.dren.mil/. Models and drawings shall be submitted in the latest version of Bentley file formats j. Specifications: Specifications shall conform to the format and content requirements of the Walla Walla District. The selected firm must be able to produce technical specifications in SpecsIntact format. The SpecsIntact software can be downloaded from the following web page: http://specsintact.ksc.nasa.gov. Technical specifications shall be produced from Unified Facilities Guide Specifications (UFGS) and the locally prepared guide specifications. UFGS sections can be downloaded from the web at the following site: http://www.wbdg.org/ccb/browse_org.phpo=70. k. Geographic Information Systems (GIS): Produce GIS data that meets Corps of Engineers mandated Spatial Data Standards for Facilities, Infrastructure and Environment (SDSFIE) or other customer specified standards. SDSFIE specifications and tools can be found at, http://www.sdsfieonline.org. GIS deliverables must be fully compatible with the Walla Walla District's Enterprise GIS (eGIS) Systems which utilize Environmental Systems Research Institute (ESRI) formats. All geospatial data must be documented through the preparation of standard metadata descriptions. The Contractor shall ensure the metadata delivered is compliant with Federal Geographic Data Committee (FGDC) Endorsed and Endorsed External Standards as described at http://www.fgdc.gov/standards/projects/index_htmlMetadata must be compatible with ESRI software. 3. SELECTION CRITERIA: A-E selections will be conducted in strict accordance with the announced selection criteria, and in compliance with FAR Subpart 36.6, its supplements and Engineer Pamphlet 715-1-7. The criteria for evaluation and selection are listed below in descending order of importance. Criteria A through E are primary. Criteria F through H are secondary and used as 'tie-breakers' for technically equal rated firms; therefore firms should not commingle submission of data related to those criterion with the primary criterion. Primary Criteria: A. Specialized experience and technical competence in the type of work discussed in Project Information items 2a through 2k for the preceding eight (8) years. B. Professional Qualifications: The selected firm must have the professional qualifications necessary for satisfactory performance of required services and relevant experience in the disciplines and technical areas listed in the project information. The evaluation will consider education, registration, technical certification, training, and longevity of relevant experience. C. Past performance: Past performance on contracts with government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules. Evaluations will be pulled from Department of Defense (DoD) Past Performance Information Retrieval System (PPIRS) based on the DUNS number for the prime and any subcontractors. D. Capacity to accomplish the work. Demonstrate capacity to accomplish at least two (2) $250,000 individual task orders simultaneously. Additionally, demonstrate capacity of the firm relative to rapid response actions for mobilization and short suspense dates for task completion. E. Knowledge of the locality: Knowledge of flood control, navigation and hydroelectric dam projects of the Columbia, Snake, and Clearwater Rivers Basins and Tributaries. Secondary Criteria: F. Extent of participation of SB, SDBs, WOSBs, HUBZones, SDVOSBs and historically black colleges and universities, and minority institutions in the proposed contract team, measured as a percentage of the total estimated effort. Indicate the estimated percentage involvement of each SB and SDB firm on the team. G. Geographic Proximity to the primary assignment area of the states of Washington, Oregon and Idaho. H. Volume of Department of Defense (DoD) contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms. 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit two (2) hardcopies of Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II for the prime and all subcontractors, along with an electronic copy (CD-ROM). The SF 330 should be complete and specifically address the requirements of this announcement. Address all Selection Criteria in descending order of importance, as defined in the Selection Criteria section of this announcement, in SF 330, Section H. Do not comingle primary and secondary selection criteria. For Section F (Example Projects Which Best Illustrate Proposed Team's Qualifications for This Contract), 10 is the maximum number of projects for the prime and all subcontractors combined that can be submitted Submit completed SF330 (hardcopy and CD) to U.S. Army Corps of Engineers, Walla Walla District, Contracting Division, 201 North Third Avenue, Walla Walla WA 99362-1876, Attn: Hillary Morgan, not later than 4:00 PM Pacific Time on June 22, 2022. Solicitation packages are not provided and digital or facsimile transmissions will not be accepted. Personal visits to discuss this project will not be scheduled. This is not a request for proposal and no other general notification will be made. Only timely SF 330s will be considered. Reference W912EF22R0017 in your submission package. All inquiries regarding this synopsis are to be submitted via Bidder Inquiry. Telephone and email inquiries will not be accepted. Bidder Inquiry is a web-site that allows firms to post questions regarding the synopsis/solicitation and view all questions by other firms and responses by USACE. Bidder Inquiry can be accessed through ProjNet at (https://www.projnet.org) To submit and review inquiry items, firms will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A firm who submits a comment /question will receive an acknowledgement of the comment/question via email. Another email to the same address will notify the prospective vendor once the reply is available for viewing. TIMING OF BIDDER INQUIRIES: Firms are encouraged to submit their inquiries promptly. The Government will make every effort to answer all inquiries; however, the closer to the bid / proposal / offer due date an inquiry is received, the less likely it is that a timely response can be provided. The Bidder Inquiry Key is: PGTS8N-FT6ZA7 Specific Instructions for ProjNet Bid Inquiry Access: From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. This should be marked as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you would like to use for communication. 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. 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. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Instructions for Entering Questions: 1. After you are logged in click on the "post new inquiry", it is on the left side of the window under the Word "Submit" a.) This is the window where you will enter your questions b.) Comment Classification: Click on the down arrow to the right of the words "Please select from below", select "Public" c.) Discipline: This is where you select who this question should be directed to. Example; if the question is about cost engineering select: "Cost Engineering" from the pull down list. d.) Sheet. N/A e.) Detail. N/A. f.) Specification. Enter the paragraph number and section. g.) File. Use this if you are going to attach a pdf file. h.) Question. Enter your question. Specific Instructions for Future ProjNet Bid Inquiry Access: For future access to ProjNet, you will not be provided any type of password. You will utilize your Secret Question and Secret Answer to log in. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. Identify the Agency. This should be marked as USACE. Key. Enter the Bidder Inquiry Key listed above. Email. Enter the email address you used to register previously in ProjNet. Click Continue. A page will then open asking you to enter the answer to your Secret Question. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. For questions about the ProjNet Bidder Inquiry, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8AM to 5PM (Central US time zone). Bidder inquiry help questions can also be emailed to the helpdesk at staff@rcesupport.com. NOTICE: All firms / bidders/offerors will be held to have reviewed the questions and responses in Bidder Inquiry prior to submission. Nothing is changed in the synopsis / solicitation unless an amendment is issued. The method of contractor selection has not been determined at this time.

Conceptual

Military

$15,000,000.00

Public - Federal

Plans and Specifications are not available for this project. If that changes, they will be made available here.

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
30
Active Projects
13
Bidding Soon
391
All Active Projects
103
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.

December 22, 2022

December 22, 2025

img_map_placeholder

Multiple Locations, Coles Corner, WA

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.