Similar Projects
Comprehensive Airport Acoustical Services at BWI Thurgood Marshall and Martin State (MTN) Airports
Renovation
Conception
$500,000 CJ est. value
Baltimore, MD 21202

Design - EHRM Infrastructure Upgrades Design Loch Raven
Infrastructure
Design
$7,664,000 est. value
Baltimore, MD 21218

Design - Construct Linear Accelerator
Renovation, Infrastructure
Design
$200,000 est. value
Baltimore, MD 21201

RFP - Comprehensive Environmental Compliance and Engineering Services
Term Contract
Bidding
Baltimore, MD 21202

RFP - Environmental Engineering and Compliance Services, Statewide
Term Contract
Bidding
$15,000,000 CJ est. value
Baltimore, MD 21202

Design of the Baltimore Therapeutic Treatment Center (BTTC)
Alteration
Post-Bid
$15,000,000 est. value
Baltimore, MD

Architecture/Engineering Services for Smith Hall Renovation
Renovation, Alteration
Post-Bid
$100,000,000 est. value
Baltimore, MD

C--Commissioning Authority (CXA) Services for the EPA
Results
$25,000 to $100,000,000 est. value

IDIQ A/E Civil Structural NAVFAC Washington
Results
$150,000 to $15,000,000 est. value

Renovation Projects at M&T Bank Stadium
Renovation
Pending Verification
$600,000,000 CJ est. value
Baltimore, MD 21230

RFP - On-Call A/E Design Services for Academic Projects
Term Contract
Bidding
Baltimore, MD 21201

(IDIQ) Multidispline Architect-Engineer Contract Smithsonian Institution
Renovation, Term Contract
Post-Bid
Less than $5,000,000 est. value
Washington, DC

A-E and Design Services for Industrial and Research Facilities
Results
$5,000,000 to $75,000,000 est. value
Washington, DC

RFP - On-Call Mechanical Engineering Services For The Office Of Engineering and Construction
Term Contract
Bidding
Baltimore, MD 21202

Kane Street Sanitation Yard Safety and Health Assessment and Renovation Design
Infrastructure
Post-Bid
Baltimore, MD 21224

Last Updated 07/10/2023 05:03 AM
Project Title

RFQ - Architect Engineer Indefinite Delivery/Indefinite Quantity (A/E IDIQ) Environmental Services Contract

Physical Address View project details and contacts
City, State (County) Baltimore, MD 21201   (Baltimore City County)
Category(s) Professional Services
Sub-Category(s) Engineering
Contracting Method Competitive Bids
Project Status Design Development, Request for Qualifications, Construction start expected August 2024
Bids Due View project details and contacts
Estimated Value $200,000,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

Contract Award Date: Jul 06, 2023 Contract Award Number: W912DR23D0014 Task/Delivery Order Number: Contractor Awarded Unique Entity ID: FL1UPMZCC5S8 Contractor Awarded Name: TETRA TECH, INC. Contractor Awarded Address: Pittsburgh, PA 15220 USA Base and All Options Value (Total Contract Value): $200,000,000.00 CONTRACT INFORMATION. The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) plans to award a target of eight (8) separate Architect/Engineer (A/E) Indefinite Delivery/Indefinite Quantity (IDIQ) contracts to comprise one (1) Multiple Award Task Order Contract (MATOC) for A/E services to support Hazardous, Toxic, Radioactive Waste (HTRW) and Military Munitions (MM) projects. These contracts are being procured in accordance with the Brooks Act as implemented in Federal Acquisition Regulation (FAR) Subpart 36.6 and agency supplements. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work. The A/E Services will support various, nationwide environmental support projects. The contracts will be used for projects within USACE's NAD mission AOR, with incidental utilization in the contiguous United States and in Alaska, Hawaii, and Puerto Rico, excluding Europe, in support of other USACE regions. The approximately eight (8) IDIQs will be negotiated and awarded with a five (5)-year ordering period. In accordance with FAR 19.503, Reserves, this acquisition is being issued under one synopsis as an Unrestricted MATOC with a Small Business Reserve. The capacity of these contracts will be a combined $200M shared amongst all firms awarded contracts. USACE will award a minimum of three (3) unrestricted contracts and a minimum of three (3) Small Business contracts of any socioeconomic category. The target number of awards within each category (Large and Small Business) is four (4) contracts per category. Task orders will be competed amongst the MATOC holder's A/E Selection procedures pursuant to FAR Subpart 36.6 in accordance with EP 715-1-7, the USACE Task Order Requirements Notification (TORN) Process, and FAR 16.505(b)(1). Small Business MATOC holders will be considered for all task orders. Unrestricted MATOC holders will be considered on task orders that are not reserved for Small Businesses. The minimum guarantee amount over the life is $5,000 for each of the MATOC contracts. Awards will be made under North American Industry Classification System (NAICS) code 541330, Engineering Services. This code currently defines the Small Business size standard as $16.5M of gross annual revenues. The Small Business Administration is proposing to update this size standard definition in 2022 but has not yet been made. Determination of which pool a firm is to be evaluated in (Large or Small Business) will be made based on the size standard in effect as of a selection decision by Baltimore District. An amendment notifying firms of any change in the NAICS 541330 size standard will be issued for this synopsis should that determination be made during the solicitation period. Firms should structure their SF330 submission accordingly. Awards are anticipated by August 2022. A firm can submit a proposal as a Prime on the Small Business reserve and as a teaming subcontractor to a Large Business on the unrestricted award. However, the Agency's intent is that a particular offeror may only receive one (1) award as a prime contractor under this IDIQ. For example, if the same firm submits as a Prime on both the Small Business reserve and the unrestricted award, the firm can only obtain one (1) award of an IDIQ, not two (2). Secondly, while there is no proscription against a firm submitting a proposal as a Prime on the Small Business reserve and as a teaming subcontracting on the unrestricted award. We do note that being both a prime and subcontractor on an IDIQ can sometimes raise risks in the technical evaluation, and potential questions regarding Organizational Conflicts of Interest, if both entities decide to propose on the same task order. For example, if a firm is a key subcontractor for five different proposals, it could raise questions in regards to whether the firm had the total resources to support each procurement, which could impact the technical evaluation of the offerors. If selected for negotiation, large businesses will be required to submit subcontracting plans that address small business utilization and provide maximum practicable opportunities to Small Business (SB), Veteran-Owned Small Business (VOSB) , Small Disadvantaged Business (SDB), Historically Underutilized Business Zone (HUB Zone), Small Disadvantaged, Service Disabled Veteran Owned Small Business (SDVOSB), Historically Black College University (HBCU) or Minority Institutions (MI) and Women-Owned Small Businesses (WOSB). If USACE finds a prospective firm to be non-compliant with their subcontracting plans on previous contracts, the firm may not be eligible for award under this synopsis. Small businesses are not required to submit subcontracting plans as part of their response. The subcontracting plan is not required with this submittal but will be required with the price proposal of the large firms selected. To be eligible for a contract award, a firm must be registered in the System for Award Management (SAM) at https://www.sam.gov. Inherently governmental functions will not be performed by firms per FAR Part 7.5. Contracts awarded as a result of this announcement will be administered by the Baltimore District; however, the Contracting Officer reserves the right to approve capacity requests from other Districts outside of the Baltimore Districts mission boundaries to support USACE missions, when advantageous to the Government. In accordance with FAR section 36.604 and the supplements thereto, and upon final acceptance or termination, a performance evaluation will be prepared at least annually and at the time the task order is completed for all task orders above $35,000. A performance evaluation may be prepared for task orders below $35,000. interim performance evaluations may be prepared for a task order at any time. Performance evaluations will be maintained for use in future source selections for A-E services. (1) PROJECT INFORMATION. The work may encompass a wide range of A/E Environmental Services in the general area of studies, investigation, and design work, as it relates to support of Hazardous, Toxic, and Radioactive Waste (HTRW) and Military Munitions (MM) to include remediation, compliance, planning and sustainability requirements at various military and non-military locations. Programs supported include the Department of Defense Environmental Restoration Program (DERP); Formerly Utilized Defense Sites (FUDS), Deactivated Nuclear Power Plant Program (DNPPP), Operational Range Assessment Program (ORAP), Base Realignment and Closure (BRAC), Formerly Utilized Site Remedial Action Program (FUSRAP), EPA Superfund Program and a variety of other military and civilian clean up, environmental quality, compliance and planning programs managed by USACE. The dominant scope of the A/E HTRW MM Services includes studies, investigations, surveying and mapping, evaluations, consultations, comprehensive planning, program management, conceptual designs, plans and specifications, construction phase services, drawing reviews, preparation of operating and maintenance manuals and other related services. In addition services required may include, but not limited to subsurface exploration, chemical sampling, testing and analyses, hazard evaluations, feasibility and engineering studies and reports, cultural resource investigations and mitigation plans, wetlands determination and mitigations studies, groundwater and surface water modeling, storm water planning and modeling, fate and transport analyses, preparation of design plans and specifications, natural resource planning level surveys and field inspections. These services listed above are often required to be performed by a licensed and/or certified technical professional, i.e., Professional Engineer, Registered Architect, Professional Geologist, etc. This work requires comprehensive knowledge of applicable environmental statutes and regulations, including but not limited to the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA); the Resource Conservation and Recovery Act (RCRA); the Toxic Substances Control Act (TSCA); the Emergency Planning and Community Right-to-Know Act (EPCRA); the Clean Air Act (CAA); the Clean Water Act (CWA); National Historic Preservation Act (NHPA) - Sections 106 and 110; Endangered Species Act (ESA) - Section 7; National Environmental Policy Act (NEPA); and other relevant environmental laws and regulations. The services contemplated herein are routinely available in the commercial marketplace but may not be acquired through the General Services Administration's (GSA) Federal Supply Schedule (FSS) program. FAR 37.102(a)(1)(i) exempts the use of performance-based acquisition methods for A/E services acquired in accordance with 40 U.S.C. 1101. Engineering Pamphlet (EP) 715-1-7 (Architect/Engineer Contracting) paragraph 2-13 states "If any other agency contract for A/E services was not procured as required by the Brooks Act, USACE is prohibited from using such contract(s)." (2) SELECTION CRITERIA. The primary selection criteria for this solicitation are listed in descending order of importance: (1) specialized experience and technical competence, (2) professional qualifications, (3) work management and teaming, (4) past performance, (5) capacity, and (6) knowledge of the locality. Secondary criteria include: (1) small business participation plan and (2) volume of DoD contracts within the last twelve months. The small business participation plan must have a set percentage of work attributed to small businesses for this contract. The format for submitting the data is at the firms's discretion. The secondary criteria will affect the unrestricted portion of this acquisition only. All Offerors participating in the Unrestricted portion of this acquisition will be required to submit a Small Business Participation Plan. A Small Business Participation Plan will be a secondary selection criterion in this solicitation. Offerors will be evaluated in terms of their ability to successfully meet the small business participation target goals through collective small business participation from any type of small business or sub-category small business firms responding to this. The secondary criteria will not be applied by the Pre-Selection board and will only be used by the Selection Board as a "tie-breaker" if necessary, in ranking the most highly qualified firms. The Selection procedures will be in accordance with (IAW) FAR 36.6, DFARS 236.6, and EP 715-1-7, SCO. It is anticipated that interviews for slated firms will be conducted in Baltimore, MD. Factor 1 - Specialized Experience And Technical Competence: The firm must demonstrate specialized experience and technical competence in the following types of projects and/or work products, such as, but not limited to, the following: (1) Hazardous Waste; (2) Emerging Contaminants (3) Industrial Waste; (4) Groundwater and Surface water hydrology; (5) Analytical Chemistry, biology, and toxicology; (6) CERCLA/RCRA; (7) Military Munitions; (8) National Environmental Policy Act Requirements; (9) Archeological Investigations and Mitigation; (10) Environmental Sustainability; and (11) Health Physics. Firms shall provide a maximum of 10 projects with substantial work performed within the last five (5) years demonstrating their experience in the types of projects and products as described and show specialized experience of the proposed team in provision of the services noted above. There are no percent complete requirements. However, completed projects are more relevant than partially completed projects. Note that multiple projects performed under an IDIQ contract cannot be submitted as a single example project. All projects provided in the SF 330 must demonstrate the effectiveness of the proposed project team (including subcontractors) by the office/branch/regional office/individual team member proposed to manage and perform work under this contract. Projects not meeting this requirement will be excluded from evaluation. If the Offeror is a Joint Venture (JV), relevant project experience should be submitted for the JV if shared experience is available; if no shared experience is available, offers may submit projects performed by either JV partner. Factor 2 - Professional Qualifications of the Individual Design Team Members: Professional Qualifications: Offerors will be evaluated on professional qualifications and competence of the proposed key personnel to provide services to accomplish the work required under this contract. The firm must have registered, certified, or licensed personnel, as appropriate, either in-house or through consultants, in the following list of key disciplines: Project / Task Order Manager; Civil Engineer - Professional Engineer, provide licensure number, state, and date; Environmental Engineer - Professional Engineer, provide licensure number, state, and date; Chemist - Minimum Bachelor of Science degree in Chemistry; Geotechnical Engineer - Professional Engineer, provide licensure number, state, and date; Geologist - Professional Geologist, provide licensure number, state, and date; Geophysicist; Environmental/NEPA Planner; Cost Estimator; Human Health Risk Assessor; Ecological Risk Assessor; Certified Health Physicist; Certified Industrial Hygienist. The evaluation of these disciplines will consider education, training, overall and relevant experience and longevity with the firm. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required timeframes. Provide resumes for all proposed key personnel. Resumes should cite project specific experience in the "project information" section within the five (5) years prior to the date of issuance of this Notice and indicate proposed role in this contract. More than one (1) resume may be submitted in each discipline, subject to the overall page limitations of Part 1 specified below. Provide professional registration, certification, licensure and/or accreditation in appropriate disciplines. The interested firm shall indicate the participation of the key personnel in the example projects in the SF 330 Part 1 Section G. Factor 3 - Work Management and Teaming: In the SF 330, Section H, the firm shall provide their proposed management plan that references the organizational chart provided in Section D of the SF 330. The plan should describe the A/E's proposed work management approach for executing the work to be performed under this contract including team composition, roles and responsibilities of key team members and each subcontracted firm and its approach for ensuring high quality work products performed by the firm and their subconsultants. The plan shall include information on quality control processes and procedures, cost and schedule control, coordination of in-house disciplines and consultants, and relevant experience working with each of the subconsultants on similar projects. Section C, Section D, Section G and Section H will be used to evaluate this criterion. In reviewing the above project management and teaming information, the evaluation board will consider how the firms, including JV and Offerors utilizing of affiliates, subsidiaries, parent, LLC, LTD member companies, propose to execute the scopes of work (Section 2 Project Information). Organization of the firm's team will be evaluated in accordance with Section 4 Submission Requirements (e.g., JV, Mentor-Protege, etc.). Factor 4 - Past Performance: Past performance on DoD and other contracts with respect to cost control, quality of work, and compliance with performance schedules. Offerors shall demonstrate a history of customer satisfaction with the Offeror's quality of work, cost control and scheduling. The narrative should describe the corporate approach for maintaining success with customer satisfaction with the Offeror's quality of work, cost control and scheduling, and should include a summary of past performance ratings for projects identified in Factor 1. This summary of past performance must be substantiated by presentation of CPARS or PPQ ratings (CPARS or PPQs will not count against page limitation for Section I of the SF330). CPARS is the preferred form of documentation of past performance for Federal projects. For non-Federal projects, PPQs shall be used in the approved NAVFAC/USACE format. Customer excerpts or quotes from prior evaluations for the purposes of substantiating the narrative are not desired. Other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror may be considered. Offerors will be evaluated based on past performance with Federal Government agencies and private industry in terms of work quality, innovation, compliance with schedules, cost control, overall safety record, and stakeholder/customer satisfaction. The evaluation of past performance will be based on information provided through CPARS and submitted PPQs and may include other information provided by the firm, customer inquiries, Government databases, and other information available to the Government including information from the points of contact provided by the offeror. Failure to provide requested data, accessible points of contact, or valid phone numbers may result in a firm being considered less qualified. NOTE: Past performance information for projects listed under Factor 1 will be given greater consideration. CPARS reports or PPQs shall be placed at the end of Part I of the SF330 (they will not be counted towards the page count). Factor 5 - Capacity: Firms must demonstrate their ability to meet schedule, scope and budget on multiple concurrent projects by providing appropriate teams and adequate staff to perform the services required by the IDIQ contract. The availability of an adequate number of personnel in the key disciplines shall be presented to ensure that the firm can meet the potential of working on multiple task orders for multiple customers in the required time frames. Factor 6 - Knowledge of the Locality: Firms shall demonstrate specific knowledge of USACE NAD AOR, with incidental utilization in the Contiguous United States and in Alaska, Hawaii, and Puerto Rico, in support of other USACE Regions and the USACE Baltimore District local conditions or project site features such as geological features, climatic conditions, local construction methods, agency coordination and local laws and regulations. The following Secondary factors will only be used as "tie -breakers" among firms that are essentially technically equal. Factor 7- Extent of Participation of Small Businesses (SB) concerns. Firms shall identify their small business team members and indicate their commitment to utilize SBs to include Woman-Owned Small Business (WOSB), HUBZone Small Business, Service- Disabled Veteran-Owned Small Business (SDVOSB) and Veteran-Owned Small Business (VOSB). Extent of use will be measured as a percentage of the total anticipated contract effort, regardless of whether the small business concern is a prime contractor, sub-contractor, or joint venture partner; the greater the participation the greater the consideration. Factor 8 - Volume of DoD Contracts within the past 12 months: Firms will be evaluated on their volume of contract with DoD within the past twelve (12) months. Firms shall indicate in Section H of the SF330 the volume of DoD A/E contracts awarded to the prime (or JV) in the last 12 months. This information will be verified and updated during the interviews with the most highly qualified firms. The equitable distribution of DoD A/E contracts among firms, including SB and SDB, will be considered. (3) SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit SF330 Part I and Part II for prime (or JV) no later than 11:00 AM ET on Monday, 27 June 2022. Part II of the SF 330 must also be submitted for each consultant and if a JV, for the JV entity. Please note that a separate Part II is required for each branch office of the prime firm and any subconsultants that will have a key role in the proposed contract. If a JV is being utilized, a copy of the JV agreement is to be included in Part II. The JV agreement will not be included in Part I of the page limits stated below. A JV Small Business must have the capacity to perform at least 40% of the work performed by the JV over the life of the contract. If you have an approved Mentor Protege Program agreement by the U.S. Small Business Administration, please include that in your submission within Part II of the SF 330. This Mentor-Protege agreement will not be included within the page limit stated below. If an Offeror is utilizing experience of affiliates, subsidiaries, parent, LLC, LTD member companies (i.e., Offeror's name is not exactly as stated on the SF1442), the proposal should clearly demonstrate how that affiliate/subsidiary/parent firm will have meaningful involvement in the performance of this contract. The relevant consideration is whether the resources of the parent or affiliated company - its workforce, management, facilities, or other resources - will be provided or relied upon for contract performance, such that the parent or affiliate will have meaningful involvement in contract performance. The proposal must demonstrate similarity of the parent or affiliate's proposed role on this procurement and the parent or affiliate's proposed role submitted for experience in order to receive credit for the parent or affiliate's experience. Include the firm's CAGE and UEI number on the SF 330, Part I, Section B. On the SF 330, Part I, Section C, provide the UEI number for each consultant. On the SF 330, Part I, Section D, the Organizational Chart may be submitted on 11" x 17" paper (single sided) if necessary (11x17 counts as two (2) pages). On the SF 330, Part I, Section F, example projects (10 maximum) shall be listed in order of relevance to the type of work anticipated to be performed under this contract. Note that multiple projects performed under an IDIQ contract cannot be submitted as a single example project. In the SF 330, Part I, Section F, Box 24, provide the following information for each project: month/year the firm's work started and completed; type of product developed (e.g., RI, FS, remedial design), total contract value of the work performed by a) the firm and b) the team of subconsultants used on this project; and customer point-of-contact who can be reached for references (phone number and email address). For design projects, provide completion date and cost for construction phase. If a sample project is a federal procurement, include the contract number for which the A/E firm performed. The Offeror's response shall be submitted electronically. Files shall not contain classified data. The use of hyperlinks in responses is prohibited. NO OTHER TRANSMISSION METHODS (FACSIMILE, REGULAR MAIL, HAND CARRIED, ETC.) WILL BE ACCEPTED. The SF330 Part 1 shall not exceed 50 pages. Each 8 1/2 " x 11" pdf page will count as a page. 11" x 17" pages may be used to provide graphical information or images that do not fit well on an 8 1/2 " x 11" sheet but this counts as two (2) pages. The page count excludes the cover sheet and letter, tabs, past performance evaluations (PPQs, CPARS), and Part II. The document shall be submitted as one file using Adobe Acrobat (.pdf). Font size shall be 10 or larger and the margins for pages that supplement the SF 330 forms shall not be less than one inch with the exception that 1/2 inch margins are allowed when using the Standard Form 330. The SBPP and Volume of DoD contracts within the past 12 months shall be submitted under separate cover. The page limitation for the SBPP and Volume of DoD contracts shall not exceed five (5) pages. Pages in excess of the page limit will not be evaluated. Solicitation packages are not provided, and no additional project information will be given to firms during this announcement period. This is not a request for a price proposal. When applying for the IDIQ, identify submissions as: MULTI-DISCIPLINE ARCHITECT/ENGINEER SERVICES FOR HAZARDOUS, TOXIC and RADIOACTIVE WASTE PROJECTS IN THE BALTIMORE DISTRICT, U.S. ARMY CORPS OF ENGINEERS INDEFINITE DELIVERY/INDEFINITE QUANITY CONTRACTS. ELECTRONIC DOD SAFE SITE SUBMISSION REQUIREMENTS AND PROCESS REQUEST AN UPLOAD CODE: Interested firms must e-mail the Contract Specialist no later than five (5) working days prior to the submission deadline to receive a request code which will allow for file uploads via the SAFE site. Firms that fail to request a code at least five (5) working days before the deadline may not be able to receive a request code in time for submission. Contract Specialist: Leigha.M.Arnold@usace.army.mil SUBMISSION FORMAT: Submission shall be in Adobe (.pdf) format. You are limited to a total file size of 2GB per upload. If you have a large number of files, recommend that you combine or ZIP your files before uploading to the SAFE site. Compression utility software may be used such as WinZip or PKZip to reduce file size and facilitate transmission. FILE DESCRIPTION: Include a "File Description" for each file you upload. The "File Description" will be included in the e-mail notice to each of the recipients you choose to have access your file(s). NOTE: Do NOT enter Privacy Act Data (Personal Identification Information (PII)) in the File Description. INSTRUCTIONS TO FOLLOW ON THE DoD SAFE WEBSITE: 1. Once at the SAFE website, select the "Drop-off" icon. This allows users without a Common Access Card (CAC, an ID issued to certain Government users), or users whose computer is not configured to read a CAC the option to access the SAFE site as a guest. 2. After selecting the "Click Here" link, you will be prompted to add your personal information, file information, recipient (Government points of contact) information and e-mail settings. 3. When completing your file information, you will be required to enter the email addresses for all recipients. For this submission the recipient is the Contract Specialist listed above. Although the email address of the Government employee who initiated the request code will be automatically entered, this address may not be correct. The firm must enter and add the e-mail address for the Contract Specialist listed above to the Recipient List. The firm can enter an additional e-mail address if desired. After entering the e-mail address, click the ADD button to add the e-mail to the "Recipients List" for your response. When the submission is completed, a notification will be sent to the selected recipients. NOTE: Do NOT send the SAFE site packages to group e-mail accounts. Even if you successfully upload a submission to the SAFE site, notification will not be sent to the Government recipients until you verify your e-mail address. Entering an incorrect e-mail may result in the rejection of your submission for lateness. A firm can confirm proper submission by the 'Drop-Off Completed" screen which generates based on proper file submission. NOTE: It has been reported that documents are more quickly uploaded into the SAFE website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that firms will have more success utilizing any particular browser. TIMELINES OF SUBMISSIONS: For the purposes of establishing whether a submission is considered timely, the Government considers the date and time the submission is completely uploaded into the SAFE website. For submissions larger than the 2GB capacity of the SAFE website and require multiple submissions, the Government will consider the date and time the last submission is completely uploaded into the SAFE website. Do not assume that electronic communication is instantaneous. It can take several minutes or even hours in some cases. The Government will not be responsible for submissions delivered to any location or to anyone other than those designated to receive submissions. Firms are responsible for ensuring that submissions are submitted so as to reach the designated recipient. Firms are responsible for allowing sufficient time for the submission to be received in accordance with the instructions provided above. REQUESTS FOR INFORMATION Technical inquiries and questions relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at (https://www.projnet.org) No Later Than (NLT) 11:00 AM ET, 01 June 2022. To submit and review inquiry items, prospective vendor will need to use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. A prospective vendor who submits a comment /question will receive an acknowledgement of their comment/question via email. Another email to the same address will notify the prospective vendor once the reply is available for viewing. The Bidder Inquiry Key is: T9B2QZ-753QFD Specific Instructions for ProjNet Bid 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. Click Continue. A page will then open saying that a user account was not found and will ask you to create one using the provided form. 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. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system. Specific Instructions for Future ProjNet Bid Inquiry Access: 1. For future access to ProjNet, you will not be provided any type of password. You will utilize your Secret Question and Secret Answer to log in. 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. Click 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. 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. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids. ****** NOTE: QUESTIONS ANSWERED IN PROJNET ARE NOT OFFICIAL UNTIL AN AMENDMENT IS ISSUED. ******* The method of contractor selection has not been determined at this time.

Details

Division 31 - Earthwork.
Division 32 - Exterior Improvements.
Division 33 - Utilities.
Division 34 - Transportation.
Division 35 - Waterway and Marine Construction.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents