Kentucky Bids > Bid Detail

IIJA $25M AE Design River Services MATOC for SB

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159990809686031
Posted Date: Dec 13, 2022
Due Date: Jul 11, 2022
Solicitation No: W912QR22R0059
Source: https://sam.gov/opp/94d4c655c0...
Follow
IIJA $25M AE Design River Services MATOC for SB
Active
Contract Opportunity
Notice ID
W912QR22R0059
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
US ARMY ENGINEER DISTRICT LOUISVILL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Dec 13, 2022 12:11 pm EST
  • Original Published Date: Jun 08, 2022 03:41 pm EDT
  • Updated Response Date: Jul 11, 2022 04:00 pm EDT
  • Original Response Date: Jul 11, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 31, 2022
  • Original Inactive Date: Nov 01, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: C219 - ARCHITECT AND ENGINEERING- GENERAL: OTHER
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Louisville , KY 40202
    USA
Description

30062022 updates: Government has responded to all questions received to-date in projnet. Access projnet for those responses. This update includes the following two revisions from the original synopsis:




  1. SF 330 Section F requirement updated: Of the up to ten projects included in SF330 Section F, a minimum of ONE of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror.

  2. Firm Inquiries update, Note #4: The ability to enter technical inquiries and questions relating to proposal procedures will be disabled July 5th.



1. SYNOPSIS: This announcement is open to all small businesses classified using the Small Business Size standard of $22.5M for the associated North American Industry Classification System code 541330 “Engineering Services”. The proposed services, which will be obtained by negotiated Firm-Fixed Price Contracts, are for a variety of Architect/Engineer services primarily for civil works projects located within the Great Lakes and Ohio River Division (LRD) geographical boundaries. Projects outside the LRD area may be added at the Government's discretion upon agreement of the A/E firm. Awards will be made as negotiated Firm-Fixed Price Task Orders during the period of performance. The total combined contract capacity for the MATOC is valued at $25,000,000 over a five-year period. There is no limit on the value of individual task orders except for the not-to-exceed (NTE) total contract capacity of $25,000,000. This will be a five-year contract, with no option years. The expected construction cost of all projects designed as a part of these Infrastructure Investment and Jobs Act (IIJA) contracts are between approximately $80M and $2.6B. The period of performance for task orders issued under these contracts may extend beyond the five-year ordering period.



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. Up to five (5) 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 selected firm will be utilized for task orders: (1) Professional qualifications necessary for satisfactory performance of required services; (2) Specialized experience and technical competence in the type of work required, including, where appropriate, experience in planning, hydraulics and hydrology, earthen structures, reinforced mass concrete structures bridges, culverts; pump stations, ecological restoration projects (3) Capacity to accomplish the work in the required time; (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) Knowledge of the locality of the project; (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. Estimated award date is November 2022.



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 Architect-Engineer Services.



2. PROJECT SPECIFIC INFORMATION: The selected offeror will be solely responsible for the designs that they produce and will become the designer of record or Design-Build RFP preparer for each individual project on their contract. Multidisciplinary projects associated with rivers, such as flood damage reduction projects, navigation projects, environmental restoration projects, recreation, may consist of planning, design, inspection, and related services in support of the civil works mission and support for other federal, state, and local agencies. The USACE Great Lakes and Ohio River Division mission boundaries include the Great Lakes; Michigan, Indiana, Ohio, and Kentucky; the western parts of Pennsylvania, West Virginia, Virginia, North Carolina and South Carolina; the northern parts of Georgia and Alabama; the northeast parts of Mississippi and Wisconsin; and the eastern parts of Tennessee and Illinois.



Project specific requirements will be described in each individual task order’s Statement of Work. These A-E types of services may include design or analysis of new construction, partial renovation, or full renovation. The A/E Design services may consist of Hydrology and Hydraulics, Geotechnical, Structural, Civil Site, Relocations, Electrical, Mechanical, and Architectural services, such as: hydrostatic loading or dynamic loading; masonry and reinforced concrete, steel, hydraulic steel structure, or timber structures; deep and shallow foundations, piers, walls, cantilevers, slabs, columns; vertical construction (building components); HVAC Systems, pumps, pump stations; power supply, signal, Indoor and Outside Lighting Systems, arc flash analysis per NFPA 70E, motor control centers; Grading, Utilities, Storm Drain Systems, Sanitary Systems, earthwork, cuts and fills, roadways, bridges, cofferdams, parking lots, curbs, gutters, boat ramps, seeding and landscaping), relief well systems (seepage and piping), and instrumentation (piezometers, inclinometers).



Other A/E professional services may include: design reports; design analysis; preparation of plans and specifications, material quantities, cost estimates, schedules; engineering services during construction (drawing reviews, site inspection, etc.); environmental services; value engineering services; inspections/investigations, surveying, technical studies/analysis in support of design for new construction and renovation; field planning, such as data collection and verification and consultation, coordination and attainment of local, state and federal permits, and support and coordination in the development of utility agreements.



3. SELECTION CRITERIA: This acquisition is for A-E services, and is procured in accordance with the Brooks A-E 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 five (5) 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. Paragraph 3(a) through Paragraph 3(d) are primary, and Paragraph 3(e) is secondary.



3(a) PROFESSIONAL QUALIFICATIONS: The government’s evaluation of professional qualifications will consider relevant: education, training, certifications, registrations, experience, and longevity with the firm. The government will use SF330 Section E, Section F, Section G, and the IDIQ additional consideration information in Section H to evaluate the offerors’ professional qualifications. Additional professional qualification evaluation considerations:




  1. Prior teaming experience between multiple designers included in Section E working on the same project in their proposed role and included in Section G;

  2. The participation of all team members on the projects listed in Section F and G;

  3. Projects listed in Sections F and G led by the proposed Project Managers; and

  4. Projects in Sections F and G where the lead designer role was filled by at least one of the two designers included in Section E for the following either Architecture, Civil, Electrical, Mechanical and Structural disciplines.



3(b) 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. The government’s evaluation will also consider how these same Specialized Experience and Technical Competencies are demonstrated in the individual team members’ resumes for both designers and checkers in SF330 Section E, for the disciplines as indicated below in parentheses.




  1. Use of Civil Information Modeling (Civil)

  2. Use of UFC 3-201-01, Civil Engineering (Civil, Structural, Geotechnical)

  3. Use of Specs Intact (Mechanical, Electrical, Structural, and Civil)

  4. Use of USACE Computer-aided design and building information modeling (CADBIM) Policies and Procedures (Structural and Civil)

  5. Use of MCASES MII in Construction cost estimating (Cost Engineer)

  6. Facilitation of Value Engineering studies in accordance with SAVE (Value Engineering)



The DQMP included in Section H will also be considered when evaluating Specialized Experience and Technical Competency of the offeror.



3(c) CAPACITY: The Government’s evaluation of the offeror’s capacity narrative and associated tables, figures, etc. included in 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 multiple design teams to work multiple task orders at various locations simultaneously. The IDIQ additional consideration information included in Section H will also be considered when evaluating capacity.



3(d) PAST PERFORMANCE: The government’s evaluation of past performance will consider: (1) the performance evaluations provided in Section H for the projects in Section F; (2) any performance evaluations in ACASS/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. Performance evaluations completed by the Contracting Officer’s Representative (COR) or equivalent role on the contract are preferred. 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.



3(e) As a secondary criterion, GEOGRAPHIC PROXIMITY: Location of firm with the general geographic area of the USACE Great Lakes and Ohio River Division Civil Works Mission Boundaries.



4. SUBMISSION REQUIREMENTS: Offerors must submit one (1) electronic copy of the SF 330, Part l, and one electronic copy of the SF330, Part II for the prime firm. Additional Part II’s are required for each firm’s branch office that will have a key role in the proposed contract and each proposed sub-consultant. All Parts must be accurate and complete. Any firm with an electronic mailbox responding to the solicitation should identify such address in the SF 330, Part I. Please identify the UEI number of the office(s) performing the work in Block 5 of the SF 330, Part I. UEI numbers can be obtained at www.sam.gov.



The proposal shall be submitted as one file using Adobe Acrobat (.pdf). Font size shall be 10 or larger on white letter-sized paper (8 inches by 11 inches). Excluding SF 330 Part IIs and Past Performance evaluations, the proposal must be no longer than 150 pages in length. Each printed side of a page will count as one page.




  • Resumes in Section E can be no more than two pages in length, and

  • Individual projects in Section F can be no more than 4 pages in length.

  • Section H shall be 20 pages or less in length and may only include information specifically required by this pre-solicitation to be in Section H. Past Performance evaluations will not be counted the 20-page limit of Section H or the 150-page limit for the entire SF330.



All government evaluation of proposals associated with the selection criteria in Paragraph 3(a) and 3(b) above will be performed using Sections E, F, G and H. Any additional information included in the proposal not specifically required may not be evaluated or considered and could result in the rejection of a firm from further consideration. Do not furnish design portfolios, prints, magazines, newspaper clippings, or CDs of completed projects. All requirements of this notice must be met for a firm to be considered responsive.



Additional instructions and clarifications for SF330:



SF330 Section D: The offerors shall submit an organizational chart as required by SF330 Section D. Each printed side will count as one page.



SF330 Section E: The individuals identified by the project roles on the SF330 may not have multiple duties or be “dual-hatted”, i.e., designer, checker, and internal technical reviewer must be different participants. Offerors shall provide individual resumes in SF330 Section E for each of the individuals listed below whom have at least 10 years of experience. Individuals included in SF330 Section E must possess the certifications and registrations listed below and must have performed in their respective role (i.e. project manager, civil engineer, etc.) on projects similar to those listed in Paragraph 2 of this solicitation for the amount of time listed below. Proposals that strongly demonstrate, in lieu of just listing, the specialized experience and technical competence included in Section E Paragraph 3(b) will be evaluated more favorably. For all designer roles, the resume shall clearly list what features of work of the project were designed and stamped/sealed by the designer as the legal designer or record. For all checker roles, the resume shall clearly demonstrate that the individual has performed in the checker (QA/QC) role previously:




  1. One Project and One Alternate Project Manager, Registered Architect or Professional Engineer,

    • Indicate years of experience leading multidisciplinary teams (Architect, Civil/Site, Mechanical, Electrical, Structural) in horizontal civil works construction projects



  2. Registered Professional Engineers, at least one each of the following:

    • Civil (at least three: two designers, one checker);

    • Structural (at least two: one designer, one checker);

    • Mechanical (at least two: one designer, one checker)

    • Electrical (at least two: one designer, one checker); and

    • Geotechnical Engineers (at least two: one designer, one checker).



  3. Environmental Engineer, No certification required, (at least two: one designer, one checker);

  4. Registered Fire Protection Engineer (at least two: one designer, one checker);

  5. Cost Engineer, Certified Cost Engineer (CCE), Certified Cost Consultant (CCC), or comparable certification (American Society of Professional Estimators or Association for Advancement of Cost Engineering), at least one

  6. Registered Architect, (at least two: one designer, one checker);

  7. Registered Landscape Architect, at least one



SF330 Section F: Projects included in SF330 Section F will be considered more relevant if construction is substantially complete, and more relevant if achieved substantial completion more recently. Substantially complete is defined as a construction project when the project and/or facility can be used for its intended purpose. Of the up to ten projects included in SF330 Section F, a minimum of two of the projects must be design/build request for proposal preparation by the offeror and minimum of two must be fully designed by the offeror. Base MATOC or IDIQ contract awards may not be used as projects, only individual task orders that resulted in actual design effort from these base MATOC and IDIQ contracts may be used. For all projects included in Section F, the offeror must indicate what percentage by dollar value of the overall work was self-performed by the team being submitted as a part of this SF330. This percentage shall only include the work that was performed by individuals who were employed by the firms listed in this SF330, even if the work was performed as a part of a joint-venture or a team of A-E contractors.



SF330 Section H: In SF330 Section H, include an evaluation of performance from the client/owner for all example projects included in SF330 Section F. Performance evaluations will not be counted against the 20-page limit of SF330 Section H or the 150-page limit for the entire SF330. In SF330 Section H, include:



1. A detailed Design Quality Management Plan (DQMP) containing the following items:




  • An explanation of the firm's management approach;

  • Management of sub-consultants (if applicable);

  • Procedures for obtaining local, state, and federal regulatory permits in a timely manner;

  • Procedures for dealing with design features unique to localities nation-wide (like soil conditions, seismic requirements, climate factors, etc.;

  • Quality control procedures to include the roles and responsibilities of checkers for plans, specification, design analysis and electronic documents;

  • Risk management and mitigation processes and procedures to ensure that internal resources are not over committed;

  • A narrative explaining of the chain of command to include individuals that will serve as the single point of contact for the contract and other senior leaders responsible to ensure successful execution of task orders; and

  • An organizational chart showing the inter-relationship of management and various team components (including sub-consultants);



2. A Capacity Narrative and associated tables, figures, etc. showing the offeror’s ability to complete the work with available resources and available ramp-up capacity with numerous high quality design teams.



In SF330 Section H, the offerors may receive additional consideration for the successful execution of IDIQ contracts. For each IDIQ included, the offeror shall provide the contract and task order number (if applicable), the total contract capacity and capacity used, number of task orders, performance evaluation ratings for task orders (ratings only, not entire evaluation), team members noted in Section E that were legal designers of record or checkers for task orders and team members that were responsible for the overall management of the IDIQ.



5. Firm Inquiries:



Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at http://ProjNet.org/ProjNet. Bidders will need to be a current registered user or self-register into the system. The Projnet call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago); their telephone number is 800-428-HELP.



The Bidder Inquiry Key or Quick Add Key for this project is E6EGZG-VVJDTZ.



Solicitation number W912QR22R0059;



Project: Infrastructure Investment and Jobs Act (IIJA) $25M Architect-Engineer (AE) Design River ServicesMultiple Award Task Order Contract (MATOC) for Small Business (SB)



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. 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 are currently logged into the system.



NOTES:




  1. 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. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. Information concerning the status of the evaluation and/or award will NOT be available after receipt of bids/proposals.

  2. Offerors may submit only one question per inquiry. All inquiries containing multiple questions will be rejected. Only questions pertaining to the Design Services Indefinite Delivery Contract will be entertained.

  3. Government responses to technical inquiries and questions relating to proposal procedures that are submitted to ProjNet in accordance with the procedures above are not binding on the Government unless an amendment is issued on beta.SAM.gov. In the case of any conflicts, the last posted notice or, if applicable, amendment posted to beta.SAM.gov governs. Any changes or revisions to the Presolicitation Notice will be issued on beta.SAM.gov.

  4. The ability to enter technical inquiries and questions relating to proposal procedures will be disabled ten (10) calendar days prior to the closing date stated in this Presolicitation Notice. No Government responses will be entered into the ProjNet system within five (5) calendar days prior to the closing date stated in this Presolicitation Notice.

  5. Specific Instructions for Future ProjNet Bid Inquiry Access:




  • 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.

  • From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.

  • Identify the Agency. This should be marked as USACE.

  • Key. Enter the Bidder Inquiry Key listed above.

  • Email. Enter the email address you used to register previously in ProjNet.

  • Select Continue. A page will then open asking you to enter the answer to your Secret Question.

  • 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 bidder inquiries or add an inquiry.



6. PROPOSAL SUBMISSIONS



Submit responses using DoD SAFE Instructions below using the following address: US Army Corps of Engineers, Louisville District, ATTN: Sara King, USACE Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville KY



All responses on SF 330 to this announcement must be received no later than 4:00 p.m. local time on 11 July 2022. No other general notification to firms under consideration for this project will be made. Facsimile transmissions will not be accepted. Solicitation packages are not provided, and no additional project information will be given to firms during the announcement period. Release of firm status will occur within 10 days after approval of any selection.



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, and 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 http://www.acquisition.gov. Please identify the Unique Entity Identifier (formerly DUNS Number) of the office(s) performing the work in Block 5 of the SF 330, 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.



DoD SAFE INSTRUCTIONS. No paper copies, CD-ROMs or facsimile submissions will be accepted. Electronic Proposal Submission is required through the Army’s Electronic File Sharing Service, 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 SAFE. Authentication is handled via email.



Anyone has access to DOD SAFE and the application is available for use by anyone. The SAFE “Getting Started Guide” has information on how to utilize the system (https://safe.apps.mil/about.php). Instructions for uploading are as follows:




  1. Send an email to the Contracting Officer and Contract Specialist to receive the link to drop your proposal. This will need to be completed five (5) business days prior to the proposal due date.

    • Sara King, Contract Specialist at Sara.T.King@usace.army.mil

    • Levi Speth, Contracting Officer at Levi.R.Speth@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 two (2) business days prior to the proposal due date.

  3. Short Note to the Recipients: Click the Add Files or Drag and Drop your files. For file description, enter W912QR22R0059-FIRMNAME.

  4. Click Upload 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 instruction for uploading files. DOD SAFE supports delivery up to 8GB. If needed, Offerors are advised to break the files down to 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:




  • W912QR22R0059- FIRMNAME- VOLUME I

  • W912QR22R0059- FIRMNAME- VOLUME II



Each file name shall begin with the solicitation number followed by the firm’s name and a brief file description. Please see examples above.



File Organization: Although hard copies are not accepted, each file shall be clearly indexed, and logically assembled. Font size shall be 10 or larger. Pages shall be letter sized (larger page sizes (such as 11x17 foldouts, etc.) will be counted as one page. Proposals shall be in narrative format, organized, and titled so that each section of the proposal follows the order and format of the factors. 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 offerors shall submit proposals no later than the date and time specified on the solicitation document. The time and date of the proposal receipt will be upload completion/delivery time and date recorded within 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 their native format (i.e., .doc, .xls, .ppt, etc.), or if in .pdf format, shall be in searchable text. Text and graphics portfolios of the electronic copies shall be in a format readable by Microsoft Office or Adobe applications. Data submitted in a spreadsheet format shall be readable by MS Excel (all cells and formulars shall be unlocked).



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, Instruction to Offerors- Competitive Acquisition (NOV 2021), “subparagraph (e), which is found in 00 21 00 Instructions of the RFP. The Government will endeavor to honor the restrictions against release requested by Offerors, to the extent permitted under United States law and regulations.



Primary Point of Contact:



Sara King, Contract Specialist, ​​​​​​​Sara.T.King@usace.army.mil



Contracting Office Address:



Attn: CELRL-CT



PO Box 59



Louisville, Kentucky 40201-0059



United States



Place of Performance: USACE Louisville District, 600 Dr. Martin Luther King Jr. Place, Room 821, Louisville KY



Reference Attachment #1: NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0)


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 600 DR MARTIN LUTHER KING JR PL
  • LOUISVILLE , KY 40202-2230
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >