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 Galveston, Texas. Contact the soliciting agency for additional information.

UPDATE The U.S. Army Corps of Engineers (USACE) - Galveston District will host a Pre-proposal MATOC Conference for all potential Government Contractors on 13 June 2023, 1:00 PM - 4:00 PM at the U.S. Army Corps of Engineers, Jadwin Building, 2000 Fort Point Rd, Galveston, TX 77550. Attendees must participate in person, as no virtual option will be available. Please enter only one name per registration form. Each firm will be limited to no more than three attendees. Registration is required by 9 June 2023, 4:00 PM CST. Please register using the link below: https://app.smartsheetgov.com/b/form/d02f6d4af04142928836d077afdb8850 Unrestricted with a Small Business Reserve - Architect and Engineering (A-E) Services to Support the Planning, Engineering, and Engineering During Construction, U.S. Army Corps of Engineers (USACE), Southwestern Division (SWD), Galveston District (SWG) New Bidders Inquiry number is JFSJIV-48PKC8. The one that was in the synopsis is closed. Description: ALL QUESTIONS/COMMENTS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL IN PROJNET AS DESCRIBED IN THE SUBMISSION REQUIREMENTS BELOW. This notice is posted in its entirety and hereby serves as the official solicitation for this project. CONTRACT INFORMATION: A-E services will be procured in accordance with (IAW) 40 USC Chapter 11 Selection of Architects and Engineers (formerly known as Brooks Act) and Federal Acquisition Regulation (FAR) Subpart 36.6 to provide planning, design, and engineering during construction primarily in support of the Civil Works mission area within the SWG boundary and may be used for similar horizontal engineering projects to support the Military and Interagency and International Support (IIS) missions within the SWD area of responsibility (AOR). Capacity could be transferred outside the SWD AOR for high priority projects or emerging programs if capacity in other regions within the continental U.S. is inadequate. This announcement is for a Multiple Award Task Order Contract (MATOC) for A-E services with a total shared capacity of $900M and includes a target of six (6) Unrestricted A-E Indefinite Delivery Contracts (IDCs) and a target of six (6) separate IDCs reserved for Small Business. The Government reserves the right to award more or less than the target number of IDCs within the Unrestricted and Small Business IDC groups depending on the number of contractors considered highly qualified IAW Brooks Act procedures. The North American Industry Classification System (NAICS) code for this action is 541330 that has a small business size standard of $25.5 million. All firms responding to this solicitation MUST identify in which category they are submitting. Firms should state the words UNRESTRICTED or SMALL BUSINESS after the solicitation number in PART I, Block A.3. of the SF330. As this is a single MATOC, small business firms need only submit a single SF330. Selection of A-E firms is not based upon competitive bidding procedures but rather upon the professional qualifications necessary to perform the required services. Only firms considered most highly qualified will be awarded a contract IAW 40 USC Chapter 11 Selection of Architects and Engineers statute, FAR Subpart 16.5, Indefinite Delivery Contracts, FAR Subpart 36.6 and DFARS Subpart 236.6 Architect-Engineer Services. Multiple awards will be made from this solicitation. The contracts will be awarded for a period not to exceed a total of eight (8) years, which includes a two (2) year base period and three (3) two (2)-year options with the ability to extend the contract for a period of up to six (6) months, if necessary, under FAR Clause 52.217-8, Option to Extend Services. Work under this contract will be subject to satisfactory negotiation of individual task orders with the total contract value of this procurement not to exceed $900,000,000.00 over the eight-year life of the MATOC. The Government will issue a rate sheet to the most highly qualified offerors and will negotiate fair and reasonable prices once, with an escalation rate to be applied every 12 months. There is no intent to include an economic price adjustment clause. Task Orders will be issued IAW USACE policy on procedures for the selection of Task Orders on A-E MATOC IDCs. IAW FAR 19.504(c), all task orders, regardless of dollar value, will be reviewed for a set-aside under the Small Business Reserve. Consistent with FAR 16.504(c)(1)(ii)(A), the Procuring Contracting Officer (PCO) has determined that it is in the Government's best interest that at all times during the term of the contract, there remain an adequate number of IDC holders eligible to compete for Task Orders. Over time, the total number of IDC holders may fluctuate due to various reasons, to include industry consolidation, significant changes in the marketplace, significant advances in technology, general economic conditions, or other reasons. Recognizing this, the PCO intends to periodically review the total number of IDC holders and determine whether it would be in the Government's best interest to initiate on-ramp procedures to add new contractors to the MATOC pool consistent with the original target number of IDC holders. Task Order types include Firm-Fixed Price, Cost-Plus Award Fee, Cost-Plus Fixed Fee, Time and Materials, and Labor Hours. Task Order selection procedures will comply with Section 802 of the National Defense Authorization Act for Fiscal Year 2023. As this MATOC includes a Small Business reserve pool, the qualifications of the reserve pool must first be considered for task order requirements. Firms will be required to demonstrate an acceptable accounting system. For clarification, this is NOT requesting Cost Accounting Standards (CAS) compliance from FAR part 30 or 48 CFR 9903.201. This is a separate but related requirement for an acceptable accounting system as required by FAR parts 16 and 31 and specifically defined by DFARS 252.242-7006. All offerors must have an acceptable accounting system to be awarded a contract. The Government will not review or evaluate the accounting system; however, the following items will be accepted as evidence of an acceptable accounting system. A letter from a third party commercially recognized auditing firm within the last 12 months stating the accounting system is acceptable as required by DFARS 252.242-7006; or A letter from a third party commercially recognized accounting firm within the last 12 months stating the accounting system is acceptable as required by DFARS 252.242-7006; or An audit of the accounting system from the Federal Government Cognizant Audit Agency; (NOTE: if DCAA audit has been performed/approved over 12 months ago, a statement that the accounting has not changed since being approved would be sufficient). All firms will be required, at the base contract level and subsequently for each applicable task order (other than Firm-Fixed Price), to have a certified cost accounting system that will permit timely development of all necessary cost data IAW FAR Part 16. Prior to award of the base IDC, all firms will be required to provide a current audit/report/findings/letter and point of contact with phone number or e-mail address from the offeror's Federal Government Cognizant Audit Agency or any commercially recognized auditing or accounting firm stating that the offeror's accounting system is adequate for accumulating costs under the applicable Government contracts, if available. If it has been over twelve (12) months since the accounting system has been designated as adequate, the offeror shall also provide a statement that the accounting system has not changed since being approved. PROJECT INFORMATION: A-E services for this contract will be used to provide all types of civil works related engineering areas, such as: flood damage and risk reduction; floodplain modeling; coastal erosion; storm damage risk reduction and beach nourishment; shoreline and stream bank erosion protection; shallow and deep draft navigation; environmental and ecosystem habitat restoration; comprehensive watershed evaluations; infrastructure; and multi-purpose water resources projects. The capabilities of A-E firms would include comprehensive planning, technical analysis, engineering, design, and engineering during construction. Services include data collection, geotechnical investigations, surveying, preliminary studies through feasibility report development; engineering design through detailed plans, specifications, and design analysis/design documentation report preparation; alternate delivery method (i.e. design-build, progressive design-build, and early contractor involvement) request for proposal development; value engineering; technical and biddability, constructability, operability, environmental, and sustainability (BCOES) reviews; documentation for right of entry and right of way; and engineering during construction for both inland and coastal civil works or similar horizontal projects for the military and IIS programs. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance. Criteria A thru E are primary. Criterion F and G are secondary and will only be used as a tiebreaker among technically equal firms. A. Specialized Experience and Technical Competence: A maximum of ten (10) relevant projects of the prime, the subcontractor(s), or both, will be reviewed in PART I, Section F of the SF330. Submitted projects shall be at least 50% completed within the past fifteen (15) years from the date of issuance of the synopsis. Of these ten (10) projects, the Prime must have performed and completed a minimum of six (6) projects (as the prime contractor, or designer of record). Joint Venture (JV) submissions shall also provide a minimum of six (6) projects; however, if the JV does not have the minimum projects as a JV Offeror, then the Managing Venturer shall supplement to meet the minimum requirement of six (6) projects. Any project submitted by the JV as previous experience performed as the offeror, shall count toward the managing venturer experience. Use no more than two (2) pages per project. A project is defined as a project performed under a single, stand-alone contract and/or a single task order issued under an existing IDC unless the project included multiple phases and was issued under more than one contractual order. It shall be noted that an IDC is not a project and will not be in compliance with the requirement. Do not combine multiple task orders unrelated to a stand-alone project to create a single project example. The contract number or IDC number and individual task order number associated with the project in the title must be included for each of the projects. If the project is not 100% complete, note the current percentage and estimated date when the project will be completed for each contract and/or task order. All projects shall demonstrate a performance as the prime and/or designer of record (DOR) and include the percentage of work self-performed by the prime and subcontractor(s) for each contract and/or task order. Percentages shall be listed by firm individually. Preference will be given to projects performed as a prime contractor (or DOR) as opposed to subcontracted work. If proposing as a JV, include the percentage of work self- performed by each JV member. In the case of JV submissions, preference will be given to JVs who have previously performed work together as the prime contractor. Unique Entity Identification (UEI) and Commercial and Government Entity (CAGE) codes for previous JVs shall be clearly indicated in the past performance, if UEI and CAGE codes are not provided, this experience will not be considered to support a history of working together. Five (5) of the ten (10) projects shall be 100% complete design of which three (3) of the five (5) projects shall be 100% complete design with engineering during construction that specifically address the areas of emphasis listed below. Offerors shall ensure that the total combination of projects submitted address all five areas of emphasis. Offerors shall annotate when individual projects address more than one area of emphasis. Areas of Emphasis: (1) navigation structures (lock and dams, floodgates, etc.); (2) floodwalls and closure structures; (3) beaches, dunes, and coastal structures; (4) dams and levees; and (5) pump stations. Projects for federal agencies, USACE, or associated with USACE (such as work-in-kind for non-federal sponsors) will be MORE relevant, when all other aspects of the scope are considered equal. Projects performed for clients other than federal agencies or USACE may be relevant if they address the area of emphasis. Preference will be given to prime offerors that demonstrate the capability to self-perform a greater number of the areas of emphasis without teaming arrangements. Self-Performance requirements will be evaluated IAW FAR Subpart 19.5 at the task order level. Less Relevance will be given to projects submitted by subcontractor teaming partners. Projects presented to address the areas of emphasis shall be presented and identified in the order listed above. The remaining five (5) projects shall follow the area of emphasis projects. In PART I, Section H, SF330 provide the following: 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. For example, if proposing as a JV, previous experience in a prime and subcontractor relationship would not be relevant and vice versa. (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. B. Professional Qualifications: The selected firm must have, either in-house or through consultants, the disciplines listed below, with registration and board certification (where available) required (include licensure, state/country, and certification numbers) where applicable. Resumes (Block E of the SF330) must be provided for these disciplines, including consultants. ROLE IN THIS CONTRACT, Block 13 under PART I, Section E of the SF330, must use the exact same discipline nomenclature as listed in this announcement. If an individual will serve in more than one discipline, then those disciplines shall be clearly indicated in Block 13, PART I, Section E of the SF330. Recent for this solicitation is within ten (10) years of the solicitation issuance date. Submit no more than two (2) resumes per Discipline. Resumes shall not exceed one page per individual. The following disciplines with applicable professional registrations are required: (1) Project Manager; (2) Hydraulic Engineer with Professional Engineering Licensure; (3) Coastal Engineer with Professional Engineering Licensure; (4) Civil Engineer with Professional Engineering Licensure; (5) Cost Estimator with Professional Engineering Licensure or Certified by a Professional Organization such as AACE, ASPE, or equivalent; (6) Geotechnical Engineer with Professional Engineering Licensure; (7) Structural Engineer with Professional Engineering Licensure; (8) Mechanical Engineer with Professional Engineering Licensure; (9) Electrical Engineer with Professional Engineering Licensure, (10) Planner with experience in water resources Plan Formulation and/or other experience specific to the Project Information as listed above. The professional qualification evaluation will consider education, registration, and overall relevant experience in the type of work required and longevity with the firm. Additionally, the evaluation will consider the firm's recent business history with proposed subcontractors and between JV members, if applicable, and between individual key personnel. Resumes (Block E of the SF330) must be provided for these disciplines, including consultants. Although the Organization Chart required in Section D can include additional names and team structure, do not include additional resumes beyond the disciplines required. Each resume shall not exceed one page in length. Individuals performing work as a contract employee shall be reflected as a subcontractor and not listed under the firm they are supporting on a contractual basis. Use the same discipline nomenclature as used in this announcement when identifying Project Assignment on each resume. In Block G-26, along with the name of key personnel, include the firm with whom the person is associated. In Section G of the SF330, only include key personnel for which a resume has been provided. C. Past Performance: The firms will be evaluated in terms of work quality, compliance to schedules, and cost controls, with emphasis on projects submitted under Criteria A, as determined from the Contractor Performance Assessment Reporting System (CPARS) and other sources. The Government will retrieve the past performance evaluations for the prime firm, JV entities and individual firms forming a JV involved from the past five (5) years. Past performance may be reviewed for the proposed subcontractors for unsatisfactory ratings. Point of Contact Names and Point of Contact Telephone Numbers within Section F should be verified as those individuals may be contacted. The Government is not required to seek other information on the past performance of a firm if none is available from CPARS. the Government may review any other sources of information for evaluation of past performance. Other sources may include, but are not limited to, past performance information retrieved through the CPARS, using all CAGE/UEI number of team members (partnership, jv, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror's proposal, inquires of owner representative(s), Federal Awardees Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the offeror. In a situation where no CPARS record exists in their name, completed NAVFAC/USACE Past Performance Questionnaires (Form PPQ-0) shall be submitted (after Section H) as records of the Firm's past performance. These PPQs will be excluded from the page limitation. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. D. Capacity to Accomplish the Work: In PART I, Section H of the SF330, Using historical examples of projects and magnitude of services performed, the Unrestricted firms shall demonstrate the capacity to accomplish at least three (3) $5,000,000 individual task orders simultaneously. Using historical examples of projects and magnitude of services performed, the Small Business firms shall demonstrate the capacity to accomplish at least three (3) $500,000 task orders simultaneously. General information will not be considered relevant. E. Knowledge of the Locality. In PART I, Section H of the SF330, describe and demonstrate the team's familiarity within the SWD boundaries (TX, OK, KS, LA, AR, and MO), which is the primary geographic boundary. Using specific examples, provide knowledge of local requirements, local environmental regulations, soil conditions, and experience with SWG/SWD stakeholders. Section F of the SF330 projects will also be used to evaluate knowledge of the locality. F. Extent of Participation of Small Businesses - In PART I, Section H of the SF330, All firms will be required to submit a small business participation plan (see Attachment 1) with a mandatory minimum percentage of 18.5% of total contract value (capacity) (aggregate of all small business participation including the small business socioeconomic programs, i.e. 8(a), HUBZone, SDVOSB, or WOSB), Small Disadvantaged Business (SDB) 3% of total contract value (capacity); Women-Owned Small Business (WOSB) 3% of total contract value (capacity); Veteran-Owned Small Business (VOSB) 3% of total contract value (capacity); Service-Disabled Veteran-Owned Small Business (SDVOSB) 3% of total contract value (capacity); Historically Underutilized Business Zone (HUBZone) 3% of total contract value (capacity);. In PART I, Section H of the SF330, All Offerors (both large and small businesses) are required to complete and provide the following Small Business Participation Plan form and submit with their proposal. The Small Business Participation Plan will be evaluated, and offerors demonstrating a greater commitment to small business participation will be evaluated more favorably under this criterion. G. Volume of DoD Contract Awards. In PART I, Section H, SF330, Offerors shall provide the volume of work awarded by DoD agencies during the previous 12 months. If proposing as a JV, include volume of work awarded by DoD agencies for both the JV and each member of the JV. Volume of work shall be demonstrated in a table format and be categorized by contract, task order, project award, completion dates, and dollar amount. This factor is a secondary criteria and will only be evaluated as a tiebreaker among technically equal firms. The list of DoD contract awards will be excluded from the 10-page limitation SUBMISSION REQUIREMENTS: Vendors seeking to do business with the SWD must complete a vendor registration on https://piee.eb.mil/, as you will be required to submit proposals through the PIEE Solicitation Module. Please note that it is imperative that the e-mail address you used to register in SAM.GOV MUST be the same e-mail address used to register in PIEE. Identify the Solicitation Number W912HY-23-R-3601 and Solicitation Title in subject line of the email. There are 10 general steps a vendor must follow in order to register and use PIEE application modules. A complete list can be viewed at the following site: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml#step5. On the day of the actual proposal submission, offerors should send an email to the contract specialist with a screen shot or other verification of successfully transmitting proposal through PIEE. Offerors submitting SF330s as a JV shall obtain a UEI number and be registered in the System for Award Management (SAM) as a JV at the time of SF330 submission. Small business joint ventures may submit socioeconomic status on an offer-by-offer basis IAW FAR 52.204-8 if necessary due to SAM.gov not having representations available. Include a fully executed JV Agreement, if applicable. Include a JV Management Plan, if applicable. Include UEI number in Block 5 of the SF330 PART I, Section B. All fonts shall be at least size 11 or larger and offerors shall not utilize condensed or "narrow" fonts and shall ensure that all font is clearly legible to include text, tables, and figures. Interested firms having the capabilities and qualifications to perform this work must submit one copy of SF330 (7/2021 Edition) including Parts I and II as described herein not later than 2:00 p.m. (Central Time) on the response date as above. The date and time are strictly enforced, and late packages will not be considered. Late proposal rules found in FAR 15.208 will be followed for late submittals. Solicitation packages are not provided. The SF330 should be complete and specifically address the requirements of this announcement. Functions to be subcontracted shall be clearly identified by subcontractor or entity and their office location (specify the address of the office and key person that is assigned there). Responding firms must submit a copy of the originally signed, or current (signed within the past 12 months), and accurate SF330, Part II for the specific prime, as well as for other offices of the prime and subcontractor offices, proposed to perform the work even if an SF330, Part II is already on file. SF330, Part II shall be provided for the specific prime, other offices of the prime, and subcontractor offices proposed to perform the work. All Part IIs MUST be signed with original signature or facsimile of the original signature (signed within the past 3 years is required) and dated. A copy of a signed/dated Part II is acceptable. Although firms are encouraged to update their SF330 Part II at least annually, older ones (up to 3 years old IAW FAR 36.603(d)(5)) will still be considered by the board. However, a firm may be recommended as not qualified or ranked low if missing, confusing, conflicting, obsolete or obscure information prevents a board from reasonably determining that a firm demonstrates certain required qualifications. Indicate in Block 5b of each Part II if the firm is a Large Business, Small Business, HUBZone, Service-Disabled Veteran-Owned Small Business, or Woman-Owned Small Business IAW FAR 19.001. Submit only one SF330, Part I of the SF330 from the Prime for the design team, completed IAW the SF330 instructions and additional instructions herein. It must contain information in sufficient detail to identify the team (prime, other offices of the prime, and consultants) proposed for the contract. The A-E shall not include company literature with the SF330. In Section C of the SF330, Part I of the SF330, identify the discipline/service to be supplied by the Prime, Prime Branch offices as applicable, and each consultant. Provide brief resumes in Section E of the on-staff or consultant employees you intend to use to perform the work. Resumes shall not exceed one page. In Section F of the SF330, a maximum of 10 projects for the total proposed Team (including the prime and consultants) shall be provided. Section F shall not exceed twenty (20) pages. Submitted projects shall be at least 50% completed within the last 15 years prior to the synopsis issuance date. In Section G, block 26 of the SF330, along with the name; include the firm and office location the person is associated with. The names of all individuals included in the resumes in Section E of the SF330 shall be listed in Block G-26 along with their firm location and their roles even if example project experience in Block G-28 is not applicable. Also include Team Project Organization Chart in Part I, Section D of the SF330 indicating how each firm on the proposed team (prime, applicable prime branch offices, and each subcontractor as identified in Part I, Section C of the SF330) integrates into the composite team. In Section H, Part I of the SF330, provide a narrative to address each of the requirements, including subparagraphs, of items listed in Section 3, Selection Criteria, of this announcement. When addressing Team capabilities, clarify planned capability, existing capability, and prior experiences, if any. Include any other relevant information including a short discussion of why the firm is especially qualified based upon the specific selection criteria listed in Section 3. Do not exceed fifteen (15) pages for Section H of the SF330. Section H, Part I of the SF330, SHALL NOT EXCEED 15 PAGES. Past Performance Questionnaires, Small Business Participation Plan, JV Management Plan, JV Agreements, and Volume of DOD Contract Awards will not count in the page-count maximum for PART I, Section H. Pages shall be 8-1/2 inches by 11 inches. The Organization Chart required in Section D and the Matrix required as Section G, PART I of the SF330 may be presented on a sheet up to 11 inches by 17 inches and will be counted as one page. Please utilize page numbering and use bookmarks/tabs to format the proposal pdfs. Offerors shall ensure that all text within the files are not "locked" to allow evaluators ability to copy/paste text from submission. In Section H, Part I of the SF330, firms must show their last 12 months of DoD contract awards stated in dollars (see 3(f) above). Provide an itemized summary of DoD awards to include Agency, Contract Number/Task Order No., Project Title, and Award Amount dollars. Include a total of all listed awards. Note that award of Indefinite Delivery Contracts must not be counted as award amounts; only actual Task Orders and any modifications thereto should be included in the amounts. The offeror shall provide their list of DoD contracts awards summary on a new SF330 Section H Additional Sheet and the last contract award being the last item identified on the last page (i.e. no other Section H information). The list of DoD contract awards will be excluded from the 10-page limitation. Personal visits to discuss this announcement will NOT be entertained. Solicitation packages are not provided for A-E contracts and no additional project information will be given to firms during the announcement period. Facsimile transmissions will not be accepted. Submittals must be received no later than 2:00 P.M. Central Time on 12 July 2023. The Agency will not accept any submittals received after this time and date. The A-E Selection Board is tentatively scheduled TO COMMENCE ON OR ABOUT 26 July 2023. As required by acquisition regulations, interviews for the purpose of discussing prospective contractor qualifications for the contract will be conducted only for those firms considered most highly qualified after submittal review by the Selection Board. Interviews will be conducted by telephone and will most likely occur during the week(s) the Selection Board convenes. The Government intends to hold exchanges with industry before receipt of proposals to improve the understanding of Government requirements and industry capabilities, thereby allowing potential offerors to judge whether or how they can satisfy the Government's requirements, and enhancing the Government's ability to increase efficiency in proposal preparation, proposal evaluation, negotiation, and contract award. The Government will hold an in-person preproposal conference at Galveston, Texas on 13 June 2023 with potential offerors based upon the comments and/or questions received through the bidder inquiry portal. Any general information disclosed in these meetings will be made available to the public as soon as practicable, but no later than the next general release of information, to avoid creating an unfair competitive advantage. Any materials distributed by the Government at these meetings shall be made available to all potential offerors, upon request to the contract specialist identified. ALL QUESTIONS SHALL BE SUBMITTED VIA THE BIDDER INQUIRY PORTAL in ProjNet at http://www.projnet.org/projnet. Questions should be submitted no later than 20 June 2023 at 2:00 p.m. Central Time to allow time for a response. On this date and time, the portal will be closed. For questions, no other means of communication (e-mail, fax, or telephone) will be accepted. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. To register, go to the link above, click the BID tab, select BIDDER INQUIRY, select agency USACE, enter the Bidder Inquiry Key for this solicitation listed below, and your email address, and then click login. Complete all required information and then click CREATE USER. Verify that information on the next screen is correct and click CONTINUE. From this page you can view all bidder inquiries for this solicitation or add an inquiry. Offerors or Bidders will receive an acknowledgement of their question via e-mail, followed by a response to their question after it has been processed by our team. The Solicitation Number is: W912HY-23-R-3601. The Bidder Inquiry Key is: G5Z3U8-GGUT2W Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal. Caution: Any inquiry submitted and answered within this system, will be accessible to view by ALL interested FIRMS on this solicitation. The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time Zone. The telephone number is 1-800-428- HELP. To verify your submittal has been delivered, you may e-mail the following: Mrs. Carol Hodges: carol.w.hodges@usace.army.mil Contract Specialist Mrs. Alicia Evans: alicia.g.evans@usace.army.mil Contract Specialist Mr. Brian Hutchison: brian.c.hutchison@usace.army.mil Acquisition Program Manager To be eligible for contract award, a firm must be registered with the System for Award Management (SAM) database. For instructions on registering with the SAM, please see the SAM Web site at https://www.sam.gov/portal/public/SAM/. THIS IS NOT A REQUEST FOR PROPOSAL ATTACHMENT 1) SMALL BUSINESS PARTICIPATION PLAN FORM (a) Check the applicable size and categories for the PRIME offeror only -- Check all applicable boxes: { } Large Prime { } Historically Black Colleges or Universities and Minority Institutions (HBCU/MI) or { } Small Business Prime; also categorized as a { } Small Disadvantaged Business (SDB) { } Woman-Owned Small Business (WOSB) { } Historically Underutilized Zone (HUB Zone) Small Business { } Veteran Owned Small Business (VOSB) { } Service-Disabled Veteran Owned Small Business (SDVOSB) (b) Submit the total combined percentage of work to be performed by both large and small businesses (include the percentage of work to be performed both by Prime and Subcontractors): Example: If Prime proposes a price of $1,000,000 (including all options), and small business(es) will provide $250,000 in services/supplies as a prime or subcontractor, the % planned for small businesses is 25%; and 75% for large business equaling 100%. Additional Important Note for Other than U.S. Small Businesses ONLY. Other-than-U.S. SB offerors must also submit a Small Business Subcontracting Plan meeting the requirements of FAR 52.219-9, DFARS 252.219-7003, DFARS 252.219-7004 (if the offeror has a comprehensive subcontracting plan), and DFARS PGI 219.705-4, using the DOD Checklist for Reviewing Small Business Subcontracting Plans. The socio-economic dollars must be equal to or greater than the commitments proposed in the Small Business Participation Plan. It is the Government's expectation that the percentages will be met. Failure to meet or exceed the percentages without sufficient justification in terms of the good faith efforts applied may result in the offeror paying liquidated damages to the Government IAW FAR 52.219-16 "Liquidated Damages - Subcontracting Plan" and a CPARS rating less than satisfactory. Small Business specifically identified in the Small Business Participation Plan must be listed in any Small Business Subcontracting Plan submitted pursuant to DFARS 215.304(c)(i)(C). It is important to note that Small Business Subcontracting Plans are not evaluated as part of the selection process. Rather, they are reviewed only if the offeror is selected for an award. Failure to submit an acceptable Small Business Subcontracting Plans may result in the offeror's ineligibility for award. The firms will be required to notify the Contracting Officer of any substitutions of firms that are not SB firms, for the SB firms specifically identified in the Small Business participation Plan and Small Business Subcontracting Plan. Notifications shall be in writing and shall occur within a reasonable period of time after award of the subcontract to facilitate compliance with DFARS 252.219-7003(e).

Final Planning

Military

Public - Federal

Service, Maintenance and Supply

We’ve obtained documents for this project and are currently processing them.

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
300
Active Projects
201
Bidding Soon
3,936
All Active Projects
1,630
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.

September 12, 2023

img_map_placeholder

2000 Ft Pt Rd, Galveston, TX


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.