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.

The following questions received on synopsis W91238-23-R-0049 and answers are provided below for all interested parties. Questions 1 thru 12 have been previously answered, questions 13 and 14 are new. SF 330 submittals are due 20 Oct 2023 as identified below. Question #01 - In addition to the cover letter and table of contents, may an acronyms list be provided as uncounted pages. Answer - Yes Question #02 - Can USACE please clarify what is meant under CRITERIA B - Professional qualifications by the phrase "... along with the minimum number of personnel in each discipline..." . Answer - "along with the minimum number of personnel in each discipline" changed to along with the number of personnel in each discipline. Question #03 - Please confirm that under CRITERIA B - Professional qualifications that the reference to "each person named in Block 15" should read Block 12. Answer - Changed to read: each person named in Block 12 Question #04 - Instructions for this submission indicates "...all using 12-point font in either Times New Roman, Arial or Courier...". However, the downloadable and fillable PDF SF330 form available online from GSA (Rev 7/2021) is designed to accept input and convert/display at Arial 9-point for Sections A through C, the resumes (Section E), Example Projects (Section F) and Section G. Is it correct to assume that USACE only wants Section H to meet the 12-point font requirement, or do we need to recreate the SF 330 in an alternative software package to meet the Notice's font requirement. Answer - SF 330 default text is allowable and does not have to adhere to the "12-point font in either Times New Roman, Arial or Courier" required on all other submittal items. Question #05 - In this Notice, in responding to CRITERIA A - Specialized experience and technical competence, the instructions request the use of project examples completed within the last five (5) years, and "Project examples submitted should reflect completed projects." Later in the same paragraph it indicates that "Project examples submitted should be of completed or substantially completed construction". Given the extensive pause in contracting and project execution that occurred during the U.S. COVID event that began in January 2020 and lasted approximately three years, we request that a period of (8) years is a more appropriate timeframe for use in determining recency for providing past experience examples. During the pandemic event, many of our projects that would have been completed were delayed, with some only recently restarted. Consequently, very few construction projects were completed or substantially completed during the COVID period. Would USACE extend the project experience relevance period to 8 years. Answer - Changed from 5 years to 6 years Question #06 - Could USACE please clarify the language/service scope being requested in the definition of the example projects. Specifically the phrase "A minimum of one (1) but no more than two (2) Design-Build RFPs." Does USACE mean CPS services provided during execution of a Design-Build project, or some other specific A-E/CPS services related to USACE's development of an "RFP" for a Design-Build project. Answer - "A minimum of one (1) but no more than two (2) Design-Build RFPs." Has been changed to: A minimum of one (1) but no more than two (2) Design-Build RFPs with CPS included. Question #07 - In this synopsis, in responding to CRITERIA A - Specialized experience and technical competence, the instructions that define a "project" (e.g., "...provide examples of not more than seven (07) projects..."), and that later defines a "project" as a "...single task order on an IDIQ contract..." is problematic for responding to the project example requirement. The Notice definition of a "single Task Order" as being identical to a "project" does not align or accurately reflect how USACE is currently administratively handling its CPS contract work. Would USACE consider amending the definition of an example project to allow for "multiple CPS TOs performed concurrently for a single project site/facility under the same IDIQ contract." This definition would not conflict with the prohibition against using an IDIQ as a single project example. Answer - No, the definition remains unchanged. Question 8: Section - CRITERIA B: - Professional qualifications, resumes of key personnel are requested. Are multiple resumes requested for the Project Engineers/Construction Managers position. If so, how many are requested. Are multiple resumes requested for any other key personnel. Answer - Refer to requirements under Criteria B. Note that Resumes are included in the 100-page limit. Question 9: Section - CRITERIA A - Specialized experience and technical competence: A minimum of one (1) but no more than two (2) full designs that cover all the primary project types of scopes described. Would USACE be able to describe "primary types of scope" or outline what section or paragraph the information is located. Answer - Refer to PROJECT INFORMATION section for project types and services to be provided under this IDIQ Question 10: Section - CRITERIA E - Knowledge of Locality: Would USACE be able to describe "performing the type of projects", what types of projects are expected. Answer - Refer to PROJECT INFORMATION section for project types and services to be provided under this IDIQ Question 11: Section: SUBMISSION REQUIREMENTS Is there a page count for Section H. Answer - Section H is under Part 1 and included in the 100-page count limit. Question 12: Can USACE please clarify the statement contained in the Notice: "(4) Describe previous experience between team members as structured in the offeror's current proposed teaming arrangement. For example, if proposing as a JV, previous experience in a prime and subcontractor relationship would not be relevant and vice versa." a) Does this mean that if we are submitting in a prime and subcontractor relationship that our subcontractor/ team member's Example Projects used in Section F where they performed as part of a JV are not considered relevant. b) Does this mean that if we are submitting as a JV that Example Projects submitted from a JV Team Member where they performed in a Prime/Sub capacity is considered not relevant. Answer - The sentence "For example, if proposing as a JV, previous experience in a prime and subcontractor relationship would not be relevant and vice versa" has been removed from the synopsis. Question 13: In lieu of registration as an architect or engineer will relevant certifications be acceptable for the following "Key Personnel": a. Project Engineer / Construction Manager Answer - Bachelor's Degree in Engineering or Architecture, or Certified Construction Manager is acceptable b. Cost Engineering Answer- Bachelor's Degree in Engineering or Architecture, or Current registration as an Engineer Intern (EI), or Engineer in Training (EIT) is acceptable. c. Construction Representative (Con Rep) Answer - Con Reps require 10 years of experience. d. Scheduler / Project Control Specialist Answer - Scheduling Certifications PSP or PMI-SP are acceptable. Question 14: Must a JV submit a copy of its JV Agreement and SBA certification with their proposal. If so, do those documents count against the 100-page limit. Answer - Yes to both questions. 1. SYNOPSIS: ARCHITECT-ENGINEER (A-E) SERVICES PRIMARILY FOR CONSTRUCTION PHASE SERVICES ($9.9 M) WHICH SUPPORT CIVIL WORKS, INTERAGENCY AND INTERNATIONAL SERVICES (IIS), AND MILITARY CONSTRUCTION PROJECTS FOR SACRAMENTO DISTRICT AND OTHER DISTRICTS IN DIVISION BOUNDARIES 2. CONTRACT INFORMATION: These Architect-Engineer (A-E) Construction Phase Services (CPS) Contracts are being procured in accordance with the Brooks Act (Public Law PL 582) and implemented in the Federal Acquisition Regulation (FAR)Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and professional qualifications for the required work. This requirement is being solicited as an Indefinite Delivery Contract (IDC) and is open to all interested Woman Owned Small Business's (WOSB), for Construction Phase Services (CPS). The IDCs will be in support of civil works, Interagency and International Services (IIS), and military construction projects for Sacramento District (SPK) and other districts within the South Pacific Division (SPD) boundaries. The intent of this acquisition is to award approximately four (4) A-E IDCs with a shared capacity of $9,999,000.00 for the duration of the contract. The government estimates the majority of requirements competed under this Multiple Award Task Order Contract (MATOC) will be in the range of $75,000.00 to $150,000.00. The initial contracts are anticipated to be awarded on or about May, 2024. IDCs will have a 60-month period of performance with five (5) one year ordering periods. Each IDC will have a guaranteed minimum amount of $2,500.00 for the first ordering period. North American Industrial Classification System (NAICS) code for this acquisition is 541330, Engineering Services, which has a small business size standard of $25,500,000.00 in average annual receipts and corresponds to Standard Industrial Code (SIC) Code 8711. The Product and Service Code (PSC) is C219 - Architect and Engineering. Nature of Work: The services necessary for each requirement will be negotiated and awarded as individual task orders. The A-E shall furnish all personnel, services, materials, supplies, office space, and supervision required to fully complete each task order. Task orders issued against the contract awarded under this announcement may be used by all districts within SPD. Contract Award Procedures: Professional Labor Rates will only be increased once every 12 months. Any task order issued at any time within the 12-month period must use the rates of the period in which the task order is executed by the Contracting Officer and will be in effect for the entire length of the task order. New rates go into effect only at the end of the 12 month period. The proposed services will be obtained by a negotiated Firm Fixed Price (FFP) task order. To be eligible for contract award, a firm or Joint Venture must be registered with the System for Award Management (SAM) database. For instruction on registering with SAM, please see the SAM website at https://www.sam.gov/. No State- Level certifications shall be accepted. If a specific task order requires the use of labor categories covered by the Service Contract Labor Standards (FAR 22.10), then the appropriate labor standards will be applied to that specific task order acquisition for those labor categories. e. Anti-Antiterrorism and Operations Security (AT/OPSEC) requirements as well as E-Verify (employment) will be required for all military or critical infrastructure projects. For other tasks, determination will be made per individual task order and by the Contracting Officer. ENG FORM 6055, June 2015 can be obtained at the following link; http://www.publications.usace.army.mRil/Portals/76/Publications/EngineerForms/ENG_Form_6055.pdf.ver=2015-11-24-105601-703 3. PROJECT INFORMATION: Construction Phase Services will be professional services of an architectural or engineering nature associated with construction of real property. The services are to be provided by registered Professional Engineer or Registered Architecture, or degreed engineers or construction managers, to be determined at the task order level. The services provided under these Contracts will provide Interdisciplinary Project Engineering Support Services, Construction Control Representative Services, Office Engineering Services, and Schedule review for management, monitoring, and oversight of project progress, claims and completion. The services provided will include but are not limited to shop drawing review, evaluation of construction methods, interpretation of plans and specifications, project schedule review and interpretation, and building commissioning. The services will also include other professional services of an architectural or engineering nature incidental to construction, including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, soils engineering, preparation of operating and maintenance manuals, and other related services. Although the services will be predominantly required to support construction activities for Civil Works, IIS, and Military projects, they may also include tasks to support projects not yet in construction. In addition, the following services will be required: Onsite assistance and guidance to government construction field offices; onsite assistance and guidance to government construction field offices; onsite construction Quality Assurance (QA) inspection and reporting; onsite construction Administrative Assistant services; daily onsite evaluation of construction methods and materials, jobsite safety, construction progress, and building commissioning; project coordination; tracking and reporting daily job activities; developing suggested SOW(s) for construction modifications; review of Network Analysis Schedules (NAS); LEED support; review of Quality Control Plans, Storm Water Pollution Prevention Plans, and Safety Plans; preparation of construction cost estimates; processing of modifications to construction contracts; preliminary analysis of construction contractor claims; and other incidental services related to Construction Phase Services. Selected firms may be required to provide personnel on site from 1 to 5 years which may include those associated with Quality Assurance (QA) services, shop drawing review, evaluation of construction methods, interpretation of plans and specifications, project schedule analysis, civil engineering technicians, CAD technicians, professional licensed engineers, office engineers, and project engineers (registered and non-registered namely architects, mechanical, structural, electrical, certified value engineers, fire protection engineers, geotechnical engineering, NAS schedulers, BIM (Building Information Modeling) specialist, cost engineers, commissioning specialists etc.). None of the contractor personnel will be performing inherently governmental functions. A specific scope of work will be issued with each task order. Each task order will have its own scope describing required services and schedule based on the complexity of the applicable project. Individual task orders will principally include construction phase services in support of IIS, Civil Works, and Military construction and maintenance and repair projects. A specific scope of work will be issued with each task order. These services are for use by the South Pacific Division consisting of: Sacramento District (SPK), San Francisco District (SPN), Los Angeles District (SPL), and Albuquerque District (SPA). 4. SELECTION CRITERIA: The selection criteria are listed below. Criteria A through E are primary selection criteria and are listed in descending order of importance (Criteria A is more heavily weighted than Criteria B, Criteria B is more heavily weighted than Criteria C, etc.). Criteria F is secondary and will only be used as tie-breakers among technically equally highly qualified firms. Criteria A - Specialized Experience and Technical Competence Criteria B - Professional Qualifications Criteria C - Capacity to Complete the Work Criteria D - Past Performance Criteria E - Knowledge of Locality Criteria F - Equitable Distribution of DOD Contracts 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 mist highly qualified firms. Each criterion shall be assigned a rating from Exceptional to Unsatisfactory based on the risk to the Government that the offeror will successfully perform under the Criteria being evaluated. An overall rating will also be applied to the proposal submission using rating of each criterion and the same scale. After rankings, the firms will be identified as "Most Highly Qualified", "Highly Qualified" and "Not Qualified" in accordance with EP 715-1-7 Architect-Engineer Contracting in USACE. CRITERIA A - Specialized experience and technical competence: a. Specialized Experience (SF 330, Part I, Sections F & G): provide examples of not more than seven (07) projects completed within the last six (6) years that best demonstrate specialized experience like that which is described herein. Project examples submitted should reflect completed projects. All projects cited must identify start/complete dates as well as the project size (cost and scope). Project examples submitted should be of completed or substantially completed construction projects and shall identify start and completion dates as well as the project size (total cost of construction contract and total cost of CPS only contract) and scope. "Substantially completed" is defined as completed to the point that the entire facility is able to function as designed and the owner is able to take full beneficial occupancy (with only minor work remaining to complete the contract). Projects that included professional design A-E Services and Construction Phase Services (CPS) will be accepted. For submittal purposes, an example project can consist of either a single task order on an IDIQ contract, or a stand-alone contract for CPS. An IDIQ contract SHALL NOT be submitted as an example project. The Government will only evaluate information provided for specific tasks on completed Task Orders under an IDIQ contract. Example projects are subject to the following considerations: 1) A minimum of one (1) project shall demonstrate relevant experience with projects having professional fees from a range of $75,000.00 to $150,000.00, with CPS fees that are at least 50% of the total fee, as the prime contractor for construction phase A-E services required in this solicitation. 2) A minimum of one (1) but no more than two (2) full designs that cover all the primary project types of scopes described. 3) A minimum of two (2) repair and/or modernization of existing facilities and two (2) new facilities. 4) A minimum of one (1) but no more than two (2) Design-Build RFPs with CPS included. Capability and recent experience A-E service activities anticipated include a broad range of engineering and construction support activities including (but not limited to) assistance and guidance to field and design offices, project management, construction Quality Assurance (QA) inspection and reporting, interpretation of construction contract documents, shop drawing review, review of Construction Schedules and Quality Control (QC) plans, evaluation of construction methods, final commissioning, and investigation and reporting of construction contractor claims. The A-E firm(s) will act as an independent contractor and not as an agent of the U.S. Government and shall in accordance with the terms and conditions of the contract furnish all labor and supervisory management required for the performance of the work that will be described in separately issued task order scopes of work (SOW). Capability and experience with services in support of drawing review, evaluation of construction methods, interpretation of plans and specifications, project schedule review and interpretation, and building commissioning. The services will also include other professional services of an architectural or engineering nature incidental to construction, design reviews (quality control and constructability), including studies, investigations, surveying and mapping, tests, evaluations, consultations, comprehensive planning, program management, conceptual designs, value engineering, soils engineering, preparation of operating and maintenance manuals, cost engineering (using MCACES), GIS and CADD/BIM capability and other related services. Although the services will be predominantly required to support construction activities for Civil Works, IIS, and Military projects, they may also include tasks to support projects not yet in construction. In addition, Capability and experience with services in supporting the following will also be evaluated: Onsite assistance and guidance to government construction field offices; onsite assistance and guidance to government construction field offices; onsite construction Quality Assurance (QA) inspection and reporting; onsite construction Administrative Assistant services; daily onsite evaluation of construction methods and materials, jobsite safety, construction progress, and building commissioning; project coordination; tracking and reporting daily job activities; developing suggested SOW(s) for construction modifications; review of Network Analysis Schedules (NAS); LEED support; review of Quality Control Plans, Storm Water Pollution Prevention Plans, and Safety Plans; preparation of construction cost estimates; processing of modifications to construction contracts; preliminary analysis of construction contractor claims; and other incidental services related to Construction Phase Services. Work experience within the South Pacific Division consisting of: Sacramento District (SPK), San Francisco District (SPN), Los Angeles District (SPL), and Albuquerque District (SPA) and South Pacific Division boundaries. The states within the SPD boundaries are California, Arizona, Nevada, Utah, New Mexico and portions of Colorado, Oregon, Idaho, Wyoming, and Texas. b. Technical Competence will be evaluated based on the firm's management plan. The Work Management Plan shall be presented in Section H and may reference Sections C and D. The plan shall include the following: 1) Information about the offeror's actual or proposed Work Management Plan that describes in detail the approach to completing tasks orders will be evaluated. The evaluation will consider how personnel are assigned, how sub-consultants are integrated into the team, internal quality management processes, and internal/external communication protocols. Plans that clearly demonstrate sound internal quality management processes (e.g., quality management of team products, sub-consultant products, version control, comment tracking, independent reviews) and effective internal communication protocols will be considered more favorably in determining the most highly qualified firm. 2) An organizational chart for the team with a discussion of the Work Management Plan for this contract and personnel roles in the organization (either Section D or H). Identify on the submitted organization chart the relationships and lines of authority of the proposed team members, including key subcontractors. Note: All individuals listed on the organization chart are not required to have a resume in Section E, such as administrative or lower-level engineering positions. Include key personnel names, titles, years of experience, and professional certifications to include the states they are certified in. 3) A narrative describing (1) the firm's partnering philosophy to develop and sustain relationships between the A-E, Government, and stakeholders (2) the firm's approach to provide exceptional delivery measured by expedited delivery, lower construction costs, and quality assurance. (3) The narrative shall describe design quality management procedures that optimize quality, limit re-submittals of incomplete work, and increase efficiency of delivery. If submitting as JV, describe procedures that will limit the need for reviews across multiple firms while maintaining a quality product. (4) Describe previous experience between team members as structured in the offeror's current proposed teaming arrangement. (5) Describe procedures for financial management and task order management. If submitting as a JV, describe procedures for administering multiple task orders across the JV arrangement and how modification of task order management would ensure efficiency within the JV. CRITERIA B - Professional qualifications: Professional qualifications of personnel will be evaluated on the experience with professional services of an architectural or engineering nature associated with construction of real property. The services are to be provided by registered Professional Engineer or Registered Architecture, or degreed engineers or construction managers, to be determined at the task order level. The following list of key personnel shall have the appropriate licensure or certifications listed below, and a minimum of five (5) years of experience in construction phase services, primarily vertical construction, along with the number of personnel in each discipline, except for Communication Systems Engineers, Construction Representatives and Scheduler/Project Control Specialists, which shall have a minimum of ten (10) years of experience in construction phase services, primarily vertical construction. Key Personnel: Project Engineers/Construction Managers Civil Engineer, Structural Civil Engineer, Site Layout Cost Engineering Mechanical Engineer Fire Protection Engineer Electrical Engineer Architect Building Systems Commissioning Agent/Engineer (AABC Commissioning Group (ACG) member) Communication Systems Engineer Construction Representative (Con Rep) Scheduler/Project Control Specialist The proposed primary lead project manager, architect, or engineer in each discipline will be professional services of an architectural or engineering nature associated with construction of real property. The services are to be provided by registered Professional Engineer or Registered Architecture, or degreed engineers or construction managers, to be determined at the task order level. Project Management Professional (PMP) certificate can substitute for a professional license for a project manager. Cost engineers will be evaluated on their relevant experience. Identified key personnel may be more highly evaluated if the person(s) participated as a member of the A-E firm. SF 330 Requirements: Using SF 330 Section E, Resumes of Key Personnel Proposed For This Contract, Resumes are required for each key personnel member, in addition to key personnel listed above, submit resumes of key management and technical personnel. All submitted resumes shall include overall relevant experience and longevity with the firm (longevity with a firm will be weighted higher). Prepare a separate Section E for each person. Indicate whether the key personnel are employed by the prime contractor or subcontractor. The government will consider the education and current registration, licensure/ certification(s), years of experience, as applicable, of each person named in Block 12. It will also consider the 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. Key Personnel disciplines requested in this solicitation will be a higher-weighted criteria during the evaluation process. CRITERIA C - Capacity to Accomplish Work (Section H): A firm's capacity plan must demonstrate the ability to accomplish multiple task orders in multiple locations simultaneously, with the demonstrated ability to accomplish at least three (3) $500,000 individual task orders simultaneously. For any one task order, the plan must demonstrate ability and capacity to provide the adequate number of personnel required to execute the task order award, with at least half being key personnel of the type listed above and maintain that level of personnel commitment over a one-year period. The plan shall also describe the firm's present workload and the availability of the project team (key personnel and subcontractors) for the specified contract performance period; describe the strategies to meet surges in unexpected workload demand; ability to mobilize; and describe the ability of the firm to provide qualified backup staffing for key personnel to ensure continuity of services. General statements of availability/capacity may be considered less favorably. CRITERIA D - Past Performance: Past performance on Department of Defense (DoD) and other contracts with respect to the quality of work, cost control, time management in terms of keeping construction contract on schedule, communication, and issue resolution as determined by CPARS and other sources. 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. Projects where the prime contractor or JV partner performed 50% or more of the work with in-house forces will be weighted more heavily than projects performed predominantly by proposed subcontractors. Awards, letters of commendation, certificates of appreciation, etc. shall not be submitted and will not be considered in the evaluation. CRITERIA E - Knowledge of Locality: Submittals shall demonstrate knowledge of performing the type of projects and activities as described in PROJECT INFORMATION above. Examples include knowledge of geologic features, climatic conditions or local construction methods that are unusual or unique within SPD. CRITERIA F - Equitable Distribution of DOD Contracts Volume of DoD Contract Awards of A-E contracts received in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms DFARS PGI 236.602-1(a)(6)(A). INTERVIEWS The Government will hold interviews with at least three of the most highly qualified firms (FAR 36.602-3(c)) via WebEx or MS TEAMS 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. SUBMISSION REQUIREMENTS ALL RESPONSES TO THIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY by 3:00PM Pacific Standard Time (PST), 20 October 2023 to Barton.t.kirkpatrick@usace.army.mil. No hand delivered responses will be accepted. All documents shall be submitted in PDF file format. To verify your submittal has been delivered, you may email: Barton.t.kirkpatrick@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 notice number, followed by the word "RESPONSE", followed by your firm's name, and finally a brief file description. EXAMPLES: "W9123823R0049RESPONSE Firmname SF330 Part I.pdf" "W9123823R0049RESPONSE Firmname SF330 Part II.pdf" The SF 330 Part 1 shall not exceed 100 single pages 8 _ x 11, not counting the cover letter, table of contents, acronyms list CPARS and/or PPQs, or any dividing page used to identify each SF 330 Section; no more than (1) one page 11 x 17 for organization charts, all using 12-point font in either Times New Roman, Arial or Courier. SF 330 default text is allowed. Font size for tables, figures or charts is at the discretion of the submitter, but it must be legible and large enough to be easily read by the reviewer. In Section E of the SF 330, provide resumes for all key team members, whether with the prime firm, JV partner or a subcontractor; list specific project experience for key team members; and indicate the team member's role on each listed project (i.e. construction manager, quality assurance rep, project engineer, etc.). Each resume shall be limited to two (2) pages each. Past performance questionnaires will be included in the SF330 Part I, Section H. In Section H of the SF 330 indicate the number and amount of fees awarded on DoD (Army, Navy, and Air Force) contracts during the 12 months prior to this notice, including change orders and supplemental agreements for the submitting office only. A task specific quality control plan must be prepared and approved by the Government as a condition of contract award, but is not required with this submission. The most highly qualified firm(s) may be required to provide virtually prior to final selection and will be advised accordingly. Responses received by the close of business (3:00 pm local time) the day of the closing date will be considered for selection. If the closing date is a Saturday, Sunday or Federal holiday, the deadline is the close of business on the next business day. No other notification will be made, and no further action is required. This is not a request for proposal and no other general notification will be made. Use solicitation number listed (W9123-8-23-R0049) in your submission package. OFFERORS QUESTIONS AND COMMENTS Questions regarding this announcement must be in writing and shall be addressed to Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil All questions must be submitted no later than 21 September, 2023 at 3:00 p.m. Pacific Time to allow time for a response. Point of Contact: USACE Sacramento District. Attn: Barton Kirkpatrick. Email: barton.t.kirkpatrick@usace.army.mil The Method of Contractor Selection has not been determined at this Time.

Conceptual

Military

$99,990,000.00

Public - Federal

Service, Maintenance and Supply

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

Subscribe For Documents

3 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
308
Active Projects
149
Bidding Soon
2,884
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.

Sign-up for Instant Access.

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.

April 19, 2024

September 18, 2028

img_map_placeholder

Multiple Locations, Sacramento, CA


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.