SOLICITATION NOTICE
C -- AE Services for IDIQ Contracts to Support Hydrology & Hydraulics (H&H) Projects
- Notice Date
- 8/24/2023 6:31:32 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- US ARMY ENGINEER DISTRICT NASHVILLE NASHVILLE TN 37203-1070 USA
- ZIP Code
- 37203-1070
- Solicitation Number
- W912P523R0VE0
- Response Due
- 9/11/2023 8:00:00 AM
- Archive Date
- 09/26/2023
- Point of Contact
- CONNOR STRUCKMEYER, Phone: 6157367916, Samantha (Dani) Bautch, Phone: 6157362020
- E-Mail Address
-
connor.a.struckmeyer@usace.army.mil, samantha.d.bautch@usace.army.mil
(connor.a.struckmeyer@usace.army.mil, samantha.d.bautch@usace.army.mil)
- Description
- ***Amendment 0001 to Synopsis (24 Aug 2024)*** 1.�� �SYNOPSIS: This announcement is open to all businesses regardless of size, with a target goal of six (6) total contracts being awarded, three unrestricted awards, and three (3) awards in a Small Business Reserve. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer (A/E) services within a primary boundary of the Nashville District which encompasses the Cumberland and Tennessee River watersheds and an absolute boundary of the Great Lakes and Ohio Rivers Division and the State of Tennessee. Projects outside this area may be added at the Government's discretion upon agreement of the A/E firm. Each Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded with an individual contract number, using a single solicitation number, a minimum task order limit of $15,000.00 and a maximum task order limit of $5,000,00, and the not-to-exceed total MATOC shared capacity of $25,000,000. �Work will be issued by negotiated FFP task orders using the Task Order Requirement Notice (TORN) process. Firm(s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. A performance period of five (5) years for the contract is planned with no options. The period of performance for task orders issued under these contracts may extend beyond the five-year ordering period. These multiple-award firm-fixed-price A/E IDIQ contracts for engineering services are under NAICS code 541330 and PSC code C219, Architecture & Engineering-General. Up to six (6) firms will be selected to be a part of the MATOC � three (3) unrestricted and three (3) small business awards. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. Once selected, the following factors will be used in deciding which selected firm will be utilized for task orders: (1) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in Hydrologic and Hydraulic (H&H) Engineering and Design Services, Water Management, and Hydraulic Engineering and Design Services; (2) Professional qualifications necessary for satisfactory performance of required services; (3) Capacity to accomplish quality work in the required time and budget; (4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules; (5) Geographic knowledge; (6) Other appropriate evaluation criteria specific to the task order requirement. Multiple task orders may be awarded with similar completion schedules and overlapping delivery dates.� In accordance with FAR 36.604 and the supplements thereto, and upon final acceptance or termination, all task orders above $35,000 will receive a performance evaluation. A performance evaluation may be prepared for lesser task orders and interim performance evaluations may be prepared at any time. Performance evaluations will be maintained for use in future source selections for A/E Services. 2.�� �PROJECT SPECIFIC INFORMATION: The selected offeror will be solely responsible for the work that they produce. The A/E shall provide multidisciplinary technical services to execute this contract. An emphasis will be placed on Water Resources Engineering services for the evaluation, analysis, and design of water resources related projects including but not limited to dams, levees, rivers, lakes, detention structures, and other facilities. A/E services may include, but not be limited to the following activities: engineering analysis to support watershed evaluation, feasibility analysis of flood risk reduction and flood warning projects, statistical and probability analyses, risk and uncertainty evaluations, hypothetical storm development, period-of-record evaluations, gaged and un-gaged basin evaluations, use of programs that support water resources engineering, channel design, fluvial geomorphology assessments, ecosystem/channel restoration, design of hydraulic structures and environments, and assessment of existing regional water supply systems, to name a few. Additional A/E support services may include District Quality Control (DQC) reviews, Safety Assurance Reviews, Agency Technical Reviews (ATR), and training.� Task orders will be issued with a project/site-specific scope of work (e.g., Statement of Work, Performance Work Statement, Statement of Objectives) under the general scope of the contract. The most highly qualified firm will be selected for each task order using the TORN process. A Request for Proposal will be issued to the firm found most highly qualified for each task order. Typically, Request for Proposals issued for individual task orders will include a Statement of Work, Performance Work Statement, or Statement of Objectives that describe the location(s), character and extent of services required, any technical requirements in addition to the requirement contained within Section C of the IDIQ contract, and a schedule. 3.�� �SELECTION CRITERIA: This acquisition is for A/E services, and is procured in accordance with the Brooks Act as implemented in Subpart 36.6 of the FAR. A/E firms meeting the requirements described in this announcement are invited to submit: (1) a Standard Form (SF) 330, Architect-Engineer Qualifications, Parts I and II, and (2) any requested supplemental data to the procurement office shown. Following an evaluation of the qualifications and performance data submitted, up to six (6) firms that are considered to be the most highly qualified to provide the type of services required will be chosen for negotiation. Selection of firms for negotiation shall be made in order of preference based on the demonstrated competence and qualifications necessary for satisfactory performance in accordance with the specific selection criteria listed in the announcement. Selection criteria in descending order of importance are listed below.� Selection criteria are listed below in descending order of importance. Paragraph (a) through Paragraph (d) are primary, and Paragraphs (e) & (f) are secondary. Secondary Criteria will be used as �tie-breakers� among essentially technically equal A/E contractors. a.�� �SPECIALIZED EXPERIENCE AND TECHNICAL COMPETENCE: The government�s evaluation of Specialized Experience and Technical Competency will consider example projects in SF330 Section F that demonstrate the Specialized Experience and Technical Competencies below. Projects submitted shall have been completed, as the Prime A/E, within the last ten (10) years from the date qualifications submittals are due. Include no more than four (4) pages, 10-point font, 8-1/2� by 11� with a brief narrative for each project discussing the requirements while allowing an objective evaluation and ranking the firm�s capabilities. The following evaluation criteria for Specialized Experience and Technical Competence: (1) Hydrologic and Hydraulic (H&H) Engineering and Design Services, (2) Water Management Engineering and Design Services, and (3) Hydraulic Engineering and Design Services have subcategories that must be exhibited within the projects submitted.� 1.�� �Hydrologic and Hydraulic (H&H) Engineering and Design Services. Demonstration experience of each of the following subcategories in no more than four (4) completed projects. Offerors shall submit comprehensive projects that highlight a variety of experience; therefore, the projects submitted for this section should be unique, diverse, and cover no less than six (6) of the below topics (i-ix). *Note: If submitted projects do cover all nine (9) of the following topics, additional consideration will be given.� i.�� �Planning and Project Management (PPM) Studies. Demonstrate water resources engineering experience supporting Planning and Project Management studies following applicable USACE regulations and guidance � both USACE and non-USACE partners can be provided. ii.�� �Hydrologic Engineering Center (HEC) Software. Demonstrate experience using programs and software that support water resources engineering including but not limited to: HEC-Hydrologic Modeling System (HMS), HEC-River Analysis System (RAS), RAS Mapper, HEC-Flood Damage Reduction Analysis (FDA), HEC-Flood Impact Analysis (FIA), HEC-Statistical Software Package (SSP), HEC-Ecosystem Functions Model (EFM), HEC-Reservoir System Simulation (ResSim), HEC-Data Storage System Visual Utility Engine (DSSVue), HEC-Flood Frequency Analysis (FFA), HEC-Corps Water Management System (CWMS), HEC-Watershed Analysis Tool (WAT), HEC-Real-Time Simulation (RTS), HEC-Life Loss Estimation (LifeSim), HEC-Meteorological Visualization Utility Engine (MetVue), and supporting GIS tools. Firm can also provide experience with non-HEC programs and software (E.g., Storm Water Management Model (SWMM), Adaptive Hydrolics (ADH), etc.). iii.�� �Statistical and Probability Analysis. Demonstrate experience supporting statistical and probability analyses, discharge, precipitation, and risk and uncertainty evaluations in hypothetical storm development, period-of-record evaluations, gaged and un-gaged basin evaluations, inflow design flood development, and/or coincident analysis for H&H projects. iv.�� �Geographical Information System (GIS). Demonstrate use of GIS programs including ArcGIS (or an equivalent program) and programming for the use of developing and displaying H&H models, information, and results within digital mapping products and web viewing applications; including development of structure databases. v.�� �H&H Data Acquisition. Demonstrate experience acquiring data as it pertains to H&H model development including but not limited to survey and elevation data, gage data, terrain, soil type data, and landuse and landcover data. vi.�� �Streambank Restoration. Demonstrate civil and geotechnical engineering experience in channel design, fluvial geomorphology assessments, ecosystem/channel restoration, sediment transport principles and analytical procedures, streambank protection, riprap sizing, and river training structures (groins, pile dikes, etc.). vii.�� �FEMA Studies. Demonstrate knowledge of FEMA policies and technical procedures to support flood hazard mapping partners and flood insurance studies. Duties may include the development and organization of H&H modeling products, technical documents, GIS layers (geodatabase), and supporting information for submittal to FEMA partners and stakeholders. viii.�� �Karst Topography Analysis. �Demonstrate experience in H&H analysis relating to karst topography and its influence on surface water runoff and inundation (localized or watershed-wide impacts). Sinkhole analysis may include source and sink inputs, connectivity, rate of seepage, and peak water surface elevation for calibration, FEMA submittals, alternative analysis, and hydraulic design. ix.�� �Climate Change Analysis. Demonstrate experience evaluating climate change impacts (qualitatively and/or quantitatively) for model integration, risk communication, and feasibility study planning. 2.�� �Water Management Engineering and Design Services. Demonstrate experience in reservoir regulation, water supply, water quality, and sedimentation in no more than two (2) projects. Offerors shall submit comprehensive projects that highlight a variety of experience; therefore, the projects submitted for this section should be unique, and cover no less than two (2) of the four (4) topics. *Note: If submitted projects do cover all four (4) of the following topics, additional consideration will be given.� i.�� �Reservoir analyses including flood control, hydropower production, water supply, recreation, water quality, and environmental conservation. ii.�� �Development of potential alternatives for future water supply demands and needs through the assessment of existing regional water supply systems that include, but are not limited to, infrastructure needs, service areas, existing interconnections, watersheds, and common water resources. iii.�� �Sediment characterization (physical, chemical, and biological), data collection (including surveys to assess changes in storage levels), and reporting for marine and freshwater systems. iv.�� �Water Quality data collection, characterization, planning, and modeling of reservoirs, rivers, and lakes. 3.�� �Hydraulic Engineering and Design Services. Demonstrate experience in design and analysis of hydraulic structures and environments in no more than two (2) projects. Offerors shall submit comprehensive projects that highlight a variety of experience; therefore, the projects submitted for this section should be unique, and cover no less than two (2) of the three (3) topics. *Note: If submitted projects do cover all three (3) of the following topics, additional consideration will be given.� i.�� �Data Collection, planning, application, and design. ii.�� �Development of numerical (1-D, 2-D, and 3-D) models. iii.�� �Development execution, and presentation of computational fluid dynamic (CFD) models and results using state-of-the-art geometry development and grid generation software. b.�� �PROFESSIONAL QUALIFICATIONS: Firms will be evaluated by submitting resumes of qualified personnel in the key disciplines listed below with significant professional experience in hydraulic and hydrologic engineering design and modeling. Resumes should be limited to two (2) pages, no smaller than 10-point font, 8.5� by 11� pages, for each personnel submitted.� *Note: Additional consideration will be given when experience applying USACE methods and procedures, in using risk informed decision-making processes were implemented.� 1.�� �The evaluation of professional qualifications will consider relevant experience, education, training, professional registration, and organizational certificates. The firm should indicate professional registrations/licenses, advanced degrees or training, certifications from commercial organizations, professional recognition, professional associations, and specific work experience of key personnel. Only SF330 Section E, Section F, Section G, and the IDIQ additional consideration information in Section H will be used to evaluate the offerors� professional qualifications. Experience levels are defined as follows:� i.�� �Level 1 (Junior) personnel must demonstrate no less than 3-5 years of water resources engineering experience in scope of work subject matter. Professional License not required.� ii.�� �Level 2 (Senior) personnel must demonstrate no less than 5-10 years of water resources engineering experience in scope of work subject matter. Professional License required.� iii.�� �Level 3 (Expert) personnel must demonstrate no less than 10-15 years or greater of water resources engineering experience in scope of work subject matter. Professional License required.� 2.�� �Offerors shall provide individual resumes in SF330, Section E for each of the individuals listed below: i.�� �Level 3 Engineering Disciplines: Provide two (2) resumes for Hydraulic Engineer, two (2) resumes for Civil Engineer ii.�� �Level 2 Engineering Disciplines: Provide two (2) resumes for Hydraulic Engineer, two (2) resumes for Civil Engineer, and one (1) resume for CADD/GIS Technician. iii.�� �Level 1 Engineering Disciplines: Provide two (2) resumes for Hydraulic Engineer, two (2) resumes for Civil Engineer, and one (1) resume for CADD/GIS Technician. iv.�� �Provide one (1) resume for a Project Manager *Proposals who provide individual resumes of individuals that have specialized experience and technical competence listed in criteria a. (Specialized Experience and Technical Competence) will be evaluated more favorably.� c.�� �CAPACITY: Demonstrate capacity of the firm to perform $250,000 to $1,000,000 in task orders in a one-year period and accomplish the anticipated work in an efficient manner by providing a capacity narrative and associated tables, figures, etc. in SF330, Section H. SF330, Section H will consider the Offeror�s ability to complete the work in the required time with the understanding that this contract may require working on multiple task orders simultaneously The evaluation will consider the availability of an adequate number of qualified personnel in key disciplines. The firm should have one (1) point of contact for this contract and demonstrate any past/projected-working relationships with subcontractors. Developing subcontracting plan(s) with firms who have relevant specialized experienced in additional areas of expertise is recommended and will be considered in the overall evaluation of capacity. Firms should demonstrate strong ability to provide comprehensive program and project management for complex work; strong ability to provide comprehensive complex technical support; ability to provide necessary personnel for expedited, complex and unexpected work; ability to initiate, manage and complete multiple concurrent task orders; and ability to meet unforeseen schedule changes and maintain delivery of a quality product on a timely schedule. *Note: The IDIQ additional consideration information in the SF330, Section H will be consideration when evaluating capacity.� d.�� �PAST PERFORMANCE: �Past Performance during the last ten (10) years from the date that the synopsis posted to SAM.gov on similar contracts with respect to cost control, quality of work, ability to work independently, and compliance with performance schedules as determined from the Contractor Performance Assessment Reporting System (CPARS) and other sources (This includes task orders off of IDIQs as they are contracts/projects). CPARS is the primary source of information on past performance. CPARS data is limited to the past six (6) years; therefore, Offerors should provide additional performance data for projects beyond six (6) years. Firms must demonstrate ability to complete projects within constrained schedules and funding limitations. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work will receive the most consideration when evaluating past performance. For each IDIQ included, the Offeror shall provide the Contract number, the total contract capacity and capacity used, number of task orders executed, performance evaluation ratings for task orders (ratings only, not entire evaluation, summary format acceptable), team members noted in Section E that were involved in the task orders and team members that were responsible for the overall management of the IDIQ.� The government�s evaluation of past performance will consider the following: 1.�� �The performance evaluations provided in the SF330, Section H for the projects in Section F, 2.�� �Any performance evaluations in CPARS for the UEI (Unique Entity Identifier) numbers of any firms or offices listed in the SF330 or for any of the projects included in Section F, and 3.�� �If not already considered, the overall past performance on IDIQ contracts provided in the IDIQ additional consideration information included in Section H. While all performance evaluations may be considered, those for projects listed in Section F and projects with similar scopes of work will receive the most consideration when evaluating past performance.� 4.�� �If a firm wishes to submit a Past Performance Questionnaire (PPQ), it will be used to evaluate the past performance and should be completed by those who interacted with the Contractor�s performance at least on a daily and weekly basis. Reference information must include project name, location, owner�s name, point of contact, telephone number, and email address. Also include any ratings, letters, awards, etc. which support past performance on these projects. Performance evaluations will not be counted against the one hundred (100) page limit for the entire SF330.� The Government is not required to seek other information on the past performance of a firm if none is available from CPARS, or no additional information (ex. PPQs) were submitted. e.�� �GEOGRAPHIC KNOWLEDGE: Firms must be able to show knowledge of hydrology and hydraulics within the LRN AOR and submit in SF330 Section H. f.�� �SMALL BUSINESS PARTICIPATION: Demonstrate the extent of participation of small businesses (including women owned, HUBZone, small disadvantaged and service-disabled veteran owned businesses) and historically black colleges/universities and minority institutions (HBCU/MI) measured as a percentage of the total anticipated contracted effort, regardless of whether the small business is a prime contractor, subcontractor, or joint venture partner. This may be expressed in the Organizational Chart of SF330 Section D, or as a separate narrative in SF330 Section H. � � � � �� iv.�� �SUBMISSION REQUIREMENTS: ALL SUBMISSIONS TO THIS SYNOPSIS ANNOUNCEMENT SHALL BE SUBMITTED ELECTRONICALLY VIA EMAIL TO BOTH CONTRACT SPECIALIST CONNOR STRUCKMEYER AT CONNOR.A.STRUCKMEYER@USACE.ARMY.MIL AND CONTRACTING OFFICER SAMANTHA D. BAUTCH AT SAMANTHA.D.BAUTCH@USACE.ARMY.MIL. No paper copies, CD-ROMs or facsimile submissions will be accepted. If your file is too large for email, please submit all documents electronically through DoD SAFE � https://safe.apps.mil. The DoD SAFE application is used to send large files to individuals that would normally be too large to send via email. There are no user accounts for DoD SAFE. Authentication is handled via email. Anyone has access to DoD SAFE, and the applicable is available for use by anyone.� �The DoD SAFE User Guide has information on how to utilize the system (https://safe.apps.mil/help/dod-safe-help.xml). Instructions for uploading are as follows: 1.�� �Send an email to the Contracting Officer and Contract Specialist to receive the link to drop off your proposal. This will need to be completed at least 5 business days, but no more than 14 calendar days, prior to the proposal due date. a.�� �Samantha (Dani) Bautch, Contracting Officer at Samantha.D.Bautch@usace.army.mil� b.�� �Connor Struckmeyer, Contract Specialist at Connor.H.Struckmeyer@usace.army.mil 2.�� �You will receive an email with the link to submit your drop-off. The link will be provided no later than 2 business days prior to the proposal due date. 3.�� �To upload documents, click the �Click to Add Files� button or drag and drop your files. For file description, enter [SOLICITATION NUMBER]-[FIRMNAME]. 4.�� �Click the �Send Drop-Off� button to send documents. 5.�� �Guest users will need to check their email to verify their email address before the recipients will be notified. (Government-issued Common Access Cards (CACs) are not required). File Size Limitations: Offerors are advised to follow the DoD SAFE instructions for uploading files. DoD SAFE supports delivery up to 8 GB. If needed, offerors are advised to break the files down into smaller sections in order to upload it to the system. In such cases, please divide the sections as logically as possible and be sure to clearly name the files as specified below. File Naming Convention: �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: ��� �W912P523R0VE0 - FIRMNAME Each file name shall begin with the solicitation number followed by the firm�s name and a brief file description. �Please see example above. The proposal shall be submitted as one (1) electronic file using Microsoft Word (.docx) or Adobe Acrobat (.pdf). Interested firms having the capabilities to perform this work shall submit one (1) copy of the SF 330, Part I, and one (1) copy of the SF 330, Part II for the prime firm. Each branch office that will have a key role in the proposed contract must also submit a copy of the SF 330 Part II. Responding firms must submit a current and accurate SF 330, Part II, for each proposed sub consultant. Any firm with an electronic mailbox responding to this Presolicitation Notice should identify such address in the SF 330, Part I. File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be no smaller than 10pt, and page size shall be 8.5�x11�. The SF330 shall be no longer than 100 pages in length. Proposals shall be in a narrative format, organized and titled so that each section of the proposal follows the order and format of the evaluation criteria. Information presented should be organized so as to pertain to only the evaluation factor in the section that the information is presented. Information pertaining to more than one evaluation factor should be repeated in each section for each factor.� Upload Completion and Deadline: Interested parties shall submit responses no later than the date specified in this Presolicitation Notice. The time and date of proposal receipt will be the upload completion/delivery time and date recorded within the DoD SAFE site. Do not assume that electronic submission will occur instantaneously. Large files (e.g. 10MB or more) will take some time to upload. Offerors should time their upload effort with prudence by not waiting until the last few minutes�this will allow for unexpected delays in the transmittal process. Offerors are encouraged to keep a copy of the upload confirmation for their record. Submissions after the deadline will be considered late and will be processed in accordance with FAR 15.208.� Electronic Files: Files shall be in pdf format, and contain searchable text.� Any information, presented in a proposal that the Offeror wants safeguarded from disclosure to other parties must be identified and labeled in accordance with the requirements of Provision � FAR 52.215-1(e), which can be found at https://www.acquisition.gov/browse/index/far. �The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.� 5.) SYSTEM FOR AWARD MANAGEMENT To be eligible for award a firm must have a Unique Entity Identifier (formerly DUNS Number) and be registered in the System for Award Management (SAM) database, via the SAM website at https://www.sam.gov/. Central Contractor Registration and Online Representations and Certifications Applications are now available through SAM. Training tools are available on the SAM website to help you get familiar with SAM. Start by going to https://www.sam.gov/, then click on the SAM HELP tab. Under User Help, you will find the full User Guide as well as Quick Start Guides and Helpful Hints that will help you create an account, migrate your roles, perform updates, and search for the information you need. These guides can also be viewed on https://www.acquisition.gov/. Please identify the Unique Entity Identifier (formerly DUNS Number) of the office(s) performing the work in Block 5 of the SF330, Part I. Unique Entity Identifiers (formerly DUNS Numbers) may be obtained by contacting (866) 705-5711, or via the Internet at http://fedgov.dnb.com/webform/.� 6.) OFFEROR�S QUESTIONS AND REQUEST FOR INFORMATION Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://ProjNet.org/ProjNet. �� �As noted below, offerors shall not submit their proposals via ProjNet. Offerors shall submit their proposals in accordance with the �Submission Requirements� section above. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. Project: [W912P523R0VE0] Multiple Award Task Order Contract for Hydrology & Hydraulics Architect-Engineer Services� Quick Add Key: 532HF9-DQ74TH Instructions for ProjNet Bidder Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 2. Identify the Agency. This should be marked as USACE. 3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Select Continue. A page will then open stating a user account was not found and will ask you to create one using the provided form. 6. 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. 7. Select Add User. Once this is completed you are now registered within ProjNet and ar .e currently logged into the system.� Instructions for Future ProjNet Bidder Inquiry Access: 1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in. 2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen. 3. Identify the Agency. This should be marked as USACE. 4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Select Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the system. From this page you may view all inquiries or add an inquiry. Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by LRN�s technical team. Offerors are requested to review the specification in its entirety and to review the �Bidder Inquiry System� for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. ***Original Synopsis (15 Aug 2023)*** 1. SYNOPSIS: This announcement is open to all businesses regardless of size. The proposed services, which will be obtained by negotiated Firm Fixed Price Contracts, are for a variety of Architect/Engineer services within a primary boundary of the Nashville District which encompasses the Cumberland and Tennessee River watersheds and an absolute boundary of the Great Lakes and Ohio Rivers Division and the State of Tennessee. Projects outside this area may be added at the Government's discretion upon agreement of the A/E firm. Each Indefinite Delivery/Indefinite Quantity (IDIQ) contract will be awarded with an individual contract number, using a single solicitation number, a minimum task order limit of $15,000.00 and a maximum task order limit of $5,000,00, and the not-to-exceed total MATOC shared capacity of $25,000,000. �(Work will be issued by negotiated FFP task orders using the Task Order Requirement Notice (TORN) process. Firm(s) that are selected for negotiation of a contract may be required to submit additional information at a later time for use in the evaluation of qualifications for specific Task Orders. A performance period of five (5) years for the contract is planned with no options. The period of performance for task orders issued under these contracts may extend beyond the five-year ordering period. These multiple-award firm-fixed-price A/E IDIQ contracts for engineering services under NAICS code 541330 and PSC code C219, Architecture & Engineering-General. Up to six (6) firms will be selected to be a part of the MATOC. If the Contracting Officer determines during the selection process that fewer or more contracts should be awarded, based upon the selection criteria, the Contracting Officer has the discretion of adjusting that number, or awarding none at all. Once selected, the following factors will be used in deciding which...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/40649609a8be454aa50329a84aecf484/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06805212-F 20230826/230824230052 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |