Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2020 SAM #6751
SOLICITATION NOTICE

C -- A-E Services for US Dairy Forage Research Center New Facility

Notice Date
5/22/2020 8:55:15 AM
 
Notice Type
Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W071 ENDIST OMAHA OMAHA NE 68102-4901 USA
 
ZIP Code
68102-4901
 
Solicitation Number
W9128F-20-R-0051
 
Response Due
5/26/2020 8:00:00 AM
 
Archive Date
09/01/2020
 
Point of Contact
Joseph Bac, Phone: 4029952893, Ann Therese Young, Phone: 4029952667
 
E-Mail Address
joseph.bac@usace.army.mil, ann.young@usace.army.mil
(joseph.bac@usace.army.mil, ann.young@usace.army.mil)
 
Description
SYNOPSIS ARCHITECT-ENGINEER (A-E) SERVICES FOR US DAIRY FORAGE RESEARCH CENTER (DFRC) � NEW FACILITY THE U.S. ARMY CORPS OF ENGINEERS, OMAHA DISTRICT 20 May�2020 Reference number: W9128F-20-R-0051 Amendment 01 (Full and Open Competition) This amendment is only to extend the due date until 26 May 2020 due to receiving the answers to RFI questions late. No additional questions will be accepted. 1. CONTRACT INFORMATION: This contract is being procured in accordance with the Selection of Architects and Engineers statute previously known as the Brooks A-E Act, as implemented in FAR Subpart 36.6. One firm will be selected for negotiation based on demonstrated competence and qualifications for the required work. The services will consist of 100% design and construction documents for a Dairy Forage Research Center (DFRC) as described in project information. North American Industrial Classification System code is 541330, which has a size standard of $16,500,000 in annual average gross receipts over the past three years. This announcement is open to both Small Business and Other than Small Business (OTSB) A-E firms. Both Small and OTS Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition.� Offerors are required to meet the minimum mandatory total small business participation objective/target of 20% of total acquisition value to SBC members.� Offerors proposing a higher objective/target of 20% may receive a more favorable evaluation. SBC members can propose work they will self-perform toward small business participation objectives. The small business subcontracting goals for this acquisition will be calculated based on the apparent successful Offeror(s)� proposed small business participation objective (i.e. target percentage) of total acquisition value. The Subcontracting Plan is NOT required with this submittal.� In accordance with FAR Subpart 19.7 and FAR Clause 52.219-9, if an other-than-small (i.e. �large�) business firm(s) is selected, it will be required to submit a detailed Subcontracting Plan.� Submission of such by the selected firm will be required with its price proposal, to be reviewed, negotiated and approved in parallel with the price negotiation (note that Subcontracting Plans are not required from SBCs).� The acceptable Subcontracting Plan will be incorporated into the basic IDC award, as a material part of the contract.� Minimum negotiated goals, progress and achievement will be monitored and evaluated through the Electronic Subcontracting Reporting System (eSRS).� If the contractor fails to comply in good faith with the approved plan, the Contracting Officer may take action in accordance with FAR 52.219-16 �Liquidated Damages � Subcontracting Plan�.� If the selected firm fails to negotiate a Subcontracting Plan acceptable to the Contracting Officer, then the offeror will be ineligible for award.� Contract award is anticipated for July 2020.� To be eligible for contract award, the Contractor must be registered in the System for Award Management (SAM).� Registration is free and can be accessed at: https://betaSAM.gov.� Ensure representations and certifications in SAM are current.� 2. PROJECT INFORMATION: The A-E selected will be required to have sufficient staff, flexibility, and capability to provide a 100% Design and construction documents for the replacement DFRC facility project. A-E services may provide program of requirements development; commercial dairy production and research facility design, including: lactating cow facilities; heifer development facilities; breeding and calving �facilities; calf rearing areas; animal treatment and veterinary care facility; an intensive, tie-stall animal feeding facility; an emission chambers research facility; a conventional milking parlor, as well as an automated milking systems unit; manure management system; feed storage and mixing facilities; data generation and transfer systems; laboratory areas and research rooms; field equipment storage and maintenance facilities; and administration and personnel facilities. Project Details:� The following information represents the various project objectives as they are currently known. (a)����� Overall facility will accommodate approximately 450 lactating cows (maximum), 125 dry cows, 350 heifers and calves, 1300 acres of crops production, 700 acres of pasture and perennials, 12 permanent researchers and staff, 10 operations and maintenance personnel, and up to 30 student researchers. Water runoff management will be a high priority. (b)����� Design of approximately 200,000 building gross square feet (BGSF) of new production, research, operations, and maintenance facilities and supporting infrastructure. Lactating cow subunit capable of supporting up 450 lactating cows plus dry and transitioning cow accommodation. Milking parlor(s) capable of supporting 450 dairy cows milked in groups of 10-12 per side in a herringbone design. Heifer and Calf subunit capable of supporting up to 350 young stock. Animal breeding, treatment, and medical subunit. Approximately 40 stall intensive animal feeding subunit with housing, care, milking, and monitoring capabilities. Approximately 4 emission chambers subunit sized for 3 animals/chamber for ammonia and greenhouse emission monitoring. An automated milking system (AMS; i.e., robotic milking) subunit, with 4 AMS each servicing a separate pen and each of the four pens outfitted with individual animal intake monitoring devices to measure dry matter intake by dairy cows. Approximately 28-pen free stall pen subunit with each pen sized to 10-12 cows (matched to milking parlor(s)) with each of the pens outfitted with individual animal intake monitoring devices to measure dry matter intake by dairy cows. Manure management system with adequate, on-site storage lagoon(s) Laboratories and research rooms capable of facilitating ongoing and future experiments. Field equipment storage and maintenance facilities; fertilizer, pesticide, and non-pesticide storage. Administration and personnel facilities with office space, admin storage, conference, locker/break rooms, and meeting space. Student dormitory (c)����� Construction of approximately 80,000 BGSF silage and feed storage facilities and supporting infrastructure. Covered bunk silos for silage Solid surface (asphalt or concrete) suitable for bagged silage storage Covered bag feed storage, ration mixing area, and systems capable of providing consistent feed mixing results. Tanks for liquid feeds Soybean storage and roasting capabilities. (d)����� Renovation of approximately 40,000 BGSF of existing facilities for code updates. (e)����� A portion of the existing BGSF facility will need to be demolished. Estimated BGSF is unknown at this time. (f)������ Sustainable power and water systems may be included this project, as applicable. Estimated Construction Cost (ECC): The current ECC is approximately $51,400,000.00. Ref. DFARS 236.204 Disclosure of Magnitude. Anticipated Construction Strategy: It is expected that the Government will issue a Design-Bid-Build stand-alone construction contract after successful completion of the design. Construction cost estimating will be accomplished for all design projects using the Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software. All specifications shall be developed and edited using the SpecsIntact automated specification processing system. Firms should demonstrate experience with using and writing project specifications in the SpecsIntact processing system. The A-E shall use advanced modeling practices in conjunction with an integrated design approach to complete the project design. Advanced modeling is a subset of geospatial technologies as defined EM-1110-1-2909 GEOSPATIAL DATA AND SYSTEMS to include Building Information Modeling (BIM), Civil Information Modeling (CIM), Geographic Information Systems (GIS), and Computer-Aided Drafting (CAD). Required technologies, design deliverable and bid set (electronic and hardcopy) format and requirements will be further described in each task order. The A-E shall document their advanced modeling approach in an Advanced Modeling Project Execution Plan (PxP), submitted to the government for approval. Each PxP shall document advanced modeling practices, roles, and responsibilities for each project, as well as reiterate the technologies, formats, modeling standards, quality control procedures, and deliverable requirements dictated by each task order. The A-E shall have a robust knowledge of advanced modeling strategies, standards, and practices and shall be capable of delivering designs using a variety of tools and technologies to meet each set of task order deliverable requirements. Sustainable design shall be accomplished using an integrated design approach and emphasizing environmental stewardship; energy and water conservation and efficiency; use of alternative energy, use of recovered and recycled materials; waste reduction; reduction or elimination of toxic and harmful substances in facilities construction and operation; efficiency in resource and materials utilization; development of health, safe and productive work environments. Integration of Federal and agency energy and sustainability mandates is required on all building facilities. Design and documentation shall utilize United States Green Building Council (USBGC), Leadership in Environmental and Energy Design A-E evaluation, Green Building Certification Institute, and Green Globes web-based certification methodology. Building envelope design will require knowledge with tested air barrier construction. The A-E may also be required to perform and/or evaluate sustainability and energy audits. Integration of current Antiterrorism and Force Protection (AT/FP) measures will be required. A-E may be required to design and specify cybersecurity measures for project control systems. The A-E will be required to use the DR Checks design review and checking system. 3. SELECTION CRITERIA: The selection criteria are listed below in descending order of importance.� Criteria �a� through �e� are primary.� Criteria �f� through �h� are secondary and will only be used as a �tie-breaker� among firms that are essentially technically equal. Specialized Experience and Technical Competence Professional Qualifications Past Performance Capacity Knowledge of Locality SB/SDB Participation Geographic Proximity Volume of DOD Contract Awards PRIMARY CRITERIA: a. Specialized Experience and Technical Competence. Submittals shall demonstrate the specialized experience and technical competence to execute the types of project and activities as indicated above in paragraph 2, PROJECT INFORMATION, and in the bullet items below. Only relatable experience on completed construction projects or completed designs from the last five years should be included in the submittal. All projects cited shall identify design start/complete dates as well as the project size (construction cost, A-E fee, and scope). (SF 330, Part I, Section F) Experience in horizontal and vertical design of projects representative of those listed in paragraph 2, PROJECT INFORMATION.� Experience with the size of laboratory space, dormitory space, the agricultural research functions listed in paragraph 2, PROJECT INFORMATION, and experience with an integrated campus approach that would provide connectivity between these elements. Experience with construction phase services including participation in on-site partnering/pre-construction meetings; review of construction contractor's submittals for government approval and for information only; participation in site visits and furnishing inspection reports at critical points of construction; participation in start-up and commissioning of systems; attending warranty inspections; participation in lessons-learned sessions; preparation of operations and maintenance support information manuals; Experience with preparing specifications using SpecsIntact software and Unified Facilities Guide Specifications (UFGS); Experience with preparing cost estimates using Micro-Computer Aided Cost Estimating System 2nd Generation (MII) software; Experience with Department of Defense AT/FP design criteria and construction standards; Experience applying Advanced Modeling practices in conjunction with an integrated design approach to include BIM, CIM, GIS, CAD, and Facility Data; Experience with Sustainable Design and High Performance Sustainable Building design and construction concepts including energy efficiency, use of recovered materials, waste reduction, and pollution prevention, using the third party sustainability evaluation and certification process; Experience with Spatial Data Facilities Infrastructure (SDSFIE) and/or GEOBASE deliverables and standards. Experience with life safety and fire protection design of military or civil facilities. b. Professional Qualifications. Firms shall demonstrate professional personnel qualifications and specialized experience in the design of agricultural research facilities for key design disciplines. Key disciplines that are required to be performed by registered and licensed professionals are: project management, facility planning, architecture, interior design, agricultural, mechanical, electrical, fire protection, building commissioning, structural, Anti-Terrorism/Force Protection (AT/FP), civil, communications engineering, cost estimating, geotechnical, sustainability manager, and land surveyor. Evaluation of these disciplines will consider education, training, relevant experience in design of agricultural research facilities, and longevity with the firm. Any past design and/or planning experience on USACE military projects and USDA projects should be identified. (SF 330, Part I, Sections E & G). All roles should show a minimum of ten years of experience. Provide resumes for a minimum of one (1) project managers (team leader) registered as a Professional Engineer or Architect. Provide resumes for a minimum of one (1) designer in each of the following fields: architecture; agricultural, civil, structural (independent of civil), mechanical, and electrical engineering with each field professionally registered in the relevant professional field as an engineer or an architect. Provide a resume for a minimum of one (1) designer in the Anti-Terrorism/Force Protection field. Designer shall be a registered Professional Engineer and have at least ten (10) years of experience and training related to compliance with Department of Defense AT/FP policy, standards and specifications. This designer is not required to be independent of other A-E designers. Provide a resume for one (1) interior designer. Designer must be certified by the National Council of Interior Design Qualifications (NCIDQ), registered interior designer, or registered architect with at least ten years of experience and training in interior design. Provide a resume for a minimum of one (1) designer in each of the following fields: life safety, water/wastewater engineering, facility planning, geotechnical (soil engineering); communication distribution design (RCCD), and landscape architecture. These individuals may be qualified by a combination of education, registration, certification, and/or training. Provide a resume for one (1) cost engineer with at least 10 years of experience as a cost engineer. Additional consideration will be given if the individual is a certified cost engineer (CCE), certified cost consultant (CCC), or comparable certification. Provide a resume for one (1) commissioning authority (CxA) to lead the commissioning team. The CxA may be a mechanical or an electrical engineer and shall be a registered professional with a minimum of ten years of heating, ventilation, and cooling or lighting and power distribution design experience and shall have documented experience as a CxA on at least two projects. The CxA must be certified as a commissioning authority and have an active certification. The certification shall be performed by a recognized organization such as The Association of Energy Engineers (A-EE), American Society of Heating, Refrigerating, and Air Conditioning Engineers (ASHRA-E), or similar such organization. Provide a resume for one (1) fire protection engineer who is a registered professional fire protection engineer with a minimum of ten years dedicated to fire protection engineering, and has one of the following: (i) a degree in fire protection engineering from an accredited university or (ii) passed the National Council of Examiners for Engineering and Surveys (NCEES) fire protection engineering examination. The fire protection engineer shall have an active license without any disciplinary actions. Provide a resume for one (1) advanced modeling or BIM manager with a minimum of ten years dedicated to managing advanced modeling projects. Additional consideration will be given to managers with degrees, training, and/or certifications relevant to the advanced modeling platforms and technologies described in this contract. Provide a resume for one (1) sustainability manager with a minimum of ten years dedicated to managing sustainability metrics, certification, and accreditation on projects. Additional consideration will be given to sustainability managers with degrees and certifications from recognized sustainability certification, assessment, and/or accreditation organizations. This includes but is not limited to US Green Building Council (USGBC) LEED Accredited Professionals (LEED APs), Green Building Initiatives� Green Globes Professionals (GGPs) and/or Federal Guiding Principles Compliance Professionals (GPCPs). Provide a resume for one (1) land surveyor. Land surveyor must be a licensed Professional Land Surveyor with at least ten years of professional experience. Provide a resume for one (1) cybersecurity designer. Cybersecurity designer must have at least ten years of professional experience in building and industrial control systems cybersecurity. c. Past Performance. Past performance on Federal/Institutional and other contracts with respect to the quality of work, cost control (maintaining the project construction cost below the programmed amount), and compliance with performance schedules, as determined by ACASS and other sources. (Note: Past Performance Questionnaires (PPQ) may be used to provide or supplement a firm�s past performance with other than U.S. Governmental clients. Firms which choose to use the PPQ may obtain a PPQ standard form by submitting a request to the below referenced POC via email.) Past performance submittals should match projects submitted for Paragraph a. Specialized Experience and Technical Competence. d. Capacity. Capacity is the ability to complete the project within a reasonably aggressive schedule. Firms shall demonstrate the capacity to accomplish multiple $5,000,000 projects simultaneously with one of those being of the type and size described in paragraph 2, PROJECT INFORMATION. The evaluation will consider the availability of an adequate number of personnel in key disciplines to complete the task orders and offeror�s project execution strategy. The evaluation will consider the key persons identified in Sections D, E, and G of the SF330, as well as other available staff and information provided in Section H and Part II. A proposed Management Plan shall be presented that includes an organization chart (reference SF330, Part I, Section D) and addresses team organization (reference SF330, Part I, Section C), any anticipated sub-contractors or entities to supplement the design team, quality control procedures, cost control, coordination of in-house disciplines and consultants required to meet work capacity. The SF 330 shall clearly indicate the primary office where the work will be performed and the staffing at that office. (SF 330, Part I, Section H, Item 2). e. Knowledge of Locality. Submittals shall demonstrate knowledge of performing the type of projects and activities as described in the PROJECT INFORMATION section listed above for the facility and area around US Dairy Forage Research Center (DFRC) at Prairie du Sac, Wisconsin. The localized knowledge includes demonstration of working with the US Department of Agriculture to execute projects described herein. Knowledge of geological features, climatic conditions, and local construction methods specific to the region will also be evaluated. SECONDARY CRITERIA: f. SB/SDB Participation. Both Small Business and OTSB Offerors will be evaluated on the extent of participation of small business community (SBC) members in the performance of the acquisition. Offerors shall propose their best efforts when projecting the level of participation of Small Businesses (as a Small Business prime and/or Small Business subcontractors) for the anticipated performance of this contract. Large Business primes may achieve the Small Business participation through subcontracting to Small Business. Subcontracting Plans will be required from the Large Business primes during the negotiations of the contract. Small Business primes may achieve Small Business participation through their own performance/participation as a prime and through subcontracting to other Small Businesses. (SF 330, Part I, Section H, Item 4). g. Geographic Proximity. Submittals should address offerors geographic locations and their capability to address project work (SF 330, Part I, Section H). h. Volume of DoD Contract Awards. Volume of DoD A-E contract awards in the last 12 months, with the objective of effecting an equitable distribution of DoD A-E contracts among qualified firms, including SB and SDB (SF 330, Part I, Section H). 4. SUBMISSION REQUIREMENTS: Interested firms having the capabilities to perform this work must submit package through email. Include a complete copy of the submittal (An SF 330 Part 1 + SF 330 Part II for the Prime firm and all consultants/subcontractors), as a single pdf file. Submittal must clearly identify the announcement number. Regulation requires that the Selection Board not consider any submittals received after the specified time and date. Late proposal rules in FAR 15.208 will be followed for submittals received after 2:00pm Central time on the closing date specified in this announcement. The SF 330, 08/2016 edition, must be used, and may be obtained from the following web site: http://www.gsa.gov/portal/forms/download/116486. Include DUNS number and CAGE code in SF330 Part I, Section B, Block 5. Additionally, the DUNS number and CAGE code should be identified in SF 330 Part I, Section C, Block 9, for EACH TEAM MEMBER. The submittal shall have a page limit of 100 pages. A page is one side of a sheet. Blank sheets/Tabs separating the sections within the SF 330 will not count against the maximum page count. All fonts shall be at least 10 pitch or larger. A Part II is required for each branch office of the prime firm and any consultants/subcontractors that will have a key role in the proposed contract (i.e. a Part II is required for all entities identified in SF 330 Part I, Section C of the submittal). Part II of the SF 330 and Past Performance Submittals will not count towards the 100 page limit; however, cover letters, company literature and extraneous materials are not desired. Sections E and G of SF 330 Part I must include only individuals proposed to perform the anticipated work, including all consultants/subcontractors. In SF 330 Part I, Section G, Block 26, along with the name, include the firm with which the person is associated. A maximum of ten (10) projects including the prime and consultants/subcontractors will be reviewed for SF 330 Part I, Section F. Use no more than two pages per project. When listing projects in SF 330 Part 1, Section F, an Indefinite Delivery Contract (IDC) with multiple Task Orders as examples is not considered a project. A task order executed under an IDC contract is a project. SF 330, Part I, Section H (Additional Information) shall contain the following information. Item 1 - Capacity. Reference Paragraph 3.d. above. Provide a 1-2 page narrative discussing the capacity of the design firm to meet schedules, including adequacy of qualified personnel available and past experience in meeting tight design schedules. Item 2 � Management Plan � Include the information requested in Paragraph 3.d. above. Item 3 - Volume of DoD Contract Awards � Reference Paragraph 3.h. above. Provide a complete listing of all DoD A-E awards within the last 12 months. For IDCs, include total value of task orders actually issued by agencies in the last 12 months, not the potential value of the IDCs. For all types of contracts, do not include for consideration options that have not been exercised. Item 4 � SB Participation � Reference paragraph 3.f. above � provide a) � g) below: Identify if you (Prime offeror) are a Small Business or Other-than-Small Business.� If a Small Business, also identify which SBC category(ies), if any, you belong to (i.e. SDB, WOSB, HUBZone, VOSB, SDVOSB, HBCU/MIs).��� The extent of commitment to use such SBC firms (and enforceable commitments will be considered more favorably than non-enforceable ones); Identification of the complexity and variety of the work small firms are to perform. Provide overall percentage (%) of total acquisition value planned to be performed by SBC members.� Provide percentages (%) and corresponding dollar amounts ($) of that total dollar amount per item f) above that is planned to go separately to SBC members and other-than-small businesses.� Identify if the SBC is a SB, SDB, WOSB, EDWOSB, HUBZone, VOSB or SDVOSB along with their respective percentage. The extent to which the Offeror meets or exceeds the goals: Goals for this procurement are � Small Business: {20%} of the total contract value; (NOTE: For example, a participation plan that reflects {5%} of the contract value for WOSB would also count towards the overall Small Business Goal.). Joint ventures shall submit the following additional documentation of the evidence of a joint venture entity: 1) Firms shall provide a copy of a legally binding joint venture agreement, and 2) Identification of the party who can legally bind the joint venture. Joint Venture agreements will not count against the page count. Solicitation packages are not provided and no additional project information will be given to firms during the announcement period. This is not a request for proposal. 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 Close of Business 30 April 2020 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 inquiry items, prospective vendors will need to use the Bidder Inquiry Key presented below and follow the instructions listed below. A prospective vendor who submits a comment/question will receive an acknowledgement of their comment/question via email, followed by an answer to the comment/question after it has been processed by our team. All timely questions and approved answers will be made available through ProjNet. To submit and review inquiries, firms will need to be current registered users of the ProjNet system. Registration for ProjNet Bidder Inquiry Access (If you are already registered, go to Entering Bidder Inquiries in ProjNet Bidder Inquiry System below.) 1. From the ProjNet home page link 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 below. 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. Entering Bidder Inquiries in ProjNet Bidder Inquiry System 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 link 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 below. 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. 8. Follow online screen instructions to enter specific bidder inquiries for the project. The Solicitation Number is: W9128F20R0051 The Bidder Inquiry Key is: 9G4W24-J3P76U Firms are requested to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry in 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. Offerors shall provide their submittal via email to the following individuals no later than 10:00 PM CST on 26�May 2020. Ann Young, whose e-mail address is ann.t.young@usace.army.mil and Joseph Bac, whose e-mail address is joseph.bac@usace.army.mil Submittals received after the time specified in this announcement will be considered late and will not be reviewed. To avoid rejection of a submittal, the offeror must make every effort to ensure its electronic submission is virus-free. Submittals, or portions thereof, submitted with the presence of a virus or which are otherwise unreadable will be treated as unreadable pursuant to FAR 15.207(c). Offerors should enter a description for every file submitted. For files over 20 megabytes (MB) the offeror shall break the file into smaller files sent via separate emails with each email marked to identify which number the email is relative to the total number of emails submitted (i.e. �email one of four�). Once all of the emails submitted have been received the Government will confirm receipt via responsive email. Do not assume submission will be instantaneous.� File size and number of files submitted shall be considered.� The Government will not receive your submission until you verify your email address via these email instructions. Follow the instructions sent to your email to complete your submittal process. The date and time of delivery of files using the AMRDEC SAFE website is based upon the time of receipt of the e-mail notification to the Contract Specialist(s) by the AMRDEC SAFE website, not by the date and time of uploading of the proposal into the AMRDEC SAFE website. Do not assume that electronic communication is instantaneous. Please make allowances for delays in transmittal.� Electronic Proposals shall be received via AMRDEC No Later Than (NLT) the date and time indicated above or as identified in subsequent amendments. The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. The Offeror is responsible for ensuring that the proposal is submitted so as to reach the designated recipient and is responsible for allowing sufficient time for the proposal to be received in accordance with the information provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab55ccb7559a409480c59ca82c8e9e7c/view)
 
Place of Performance
Address: Prairie du Sac, WI, USA
Country: USA
 
Record
SN05668843-F 20200524/200522230156 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.