C--IDIQ for Multi-Disciplinary Architect and Engineering Design Services for NPS I

expired opportunity(Expired)
From: Federal Government(Federal)
140P6022R0006

Basic Details

started - 20 Oct, 2022 (18 months ago)

Start Date

20 Oct, 2022 (18 months ago)
due - 21 Nov, 2022 (17 months ago)

Due Date

21 Nov, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
140P6022R0006

Identifier

140P6022R0006
INTERIOR, DEPARTMENT OF THE

Customer / Agency

INTERIOR, DEPARTMENT OF THE (64034)NATIONAL PARK SERVICE (17781)MWR MIDWEST REGION(60000) (449)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The National Park Service (NPS), Interior Region 3,4,5 Major Acquisition Buying Office (MABO) located at 601 Riverfront Drive, Omaha, Nebraska 68102, is seeking qualified firms(s) to provide Multi-Disciplinary Architect-Engineer (A/E) Design Services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract will focus on maintenance projects for historic landscapes and historic structures in park units in Interior Region 3,4,5 (Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Iowa, Missouri, Arkansas, Kansas, Nebraska, North and SouthDakota).CONTRACT PARAMETERS: This announcement is a partial women owned small business set aside. It is the governments intent to award four IDIQs under the North American Industry Classification Systems (NACIS) 541310. Small Business Size Classification Standard is $11M. Two of the IDIQs are set aside for women owned small business and the other two will be awarded to the most qualified firm, which could be small or large
businesses. The contract is being procured in accordance with the Brooks Act, as implemented in FAR Subpart 36.6. The services will be provided under an indefinite delivery indefinite quantity contract. The IDIQ will be utilizing a shared capacity of $25M, with the cumulative amount of all the orders under the IDIQ pool not exceeding $25M with no annual cap for individual IDIQ contract holders. The primary performance locations will be the 13 states listed above, with the secondary performance locations being the rest of the United States.Fair Opportunity will be given to all awardees in the following matter: If the complete A/E Task Order is equal to or less than $100,000 the Task Order would utilize the Small Business A/E IDIQ contract. If the A/E Task Order is projected to cost more than $100,000, then either of the open or small business contract vehicle could be utilized. The selection process for projects which require design services exceeding $100,000 would include firm capacity, key players, project complexity and schedule.If other than small business contractors are selected for negotiations, the selected firm(s) must submit a small business subcontracting plan showing 10% of the total contract value (TCV) will be performed by small businesses reflecting the minimum NPS goals. FY22 goals provided below may be used as a baseline for the SB requirements related to this action, but the goals may be adjusted for FY23 included in the upcoming solicitation:Small Business Concerns: 44%Small Disadvantaged Business Concerns: 5%Small Women-Owned Business Concerns: 5%HUBZone Small Business Concerns: 3%Service-Disabled Veteran-Owned Business Concerns: 3%TYPES OF PROJECTS: The properties and related projects vary in complexity, scale and the matters to be addressed. The properties are located within the National Park Service, Interior Region 3,4,5 units. Projects may include but are not limited to research, evaluation, analysis, strategic planning, inventory and monitoring, compliance and permitting (including environmental, construction, NEPA, and Section 106), drainage and storm water management systems, floodplain delineations, geotechnical evaluations and design, condition assessments, structural evaluations, interpretive exhibits, stabilization, preservation, rehabilitation of historic structures, accessibility upgrades, site planning, trail planning, design including interior design, cultural landscapes or design and design support during construction, design for historic/modern-day structures, museums, curatorial facilities, revetment and/or seawalls, shoring, security improvements, demolition, visitor/interpretive centers, administrative facilities, maintenance facilities, electrical systems (including high and low voltage), fire protection systems, mechanical systems, security systems, seismic retrofits, small scale and renewable energy systems, surveying (including boundary, hydrographic, and land), total building commissioning, traffic and transportation systems/facilities, water and wastewater systems, multi- and single family housing, comfort stations, campgrounds, roads and parking, vehicular and pedestrian bridges, multi-use trails, marine and coastal facilities, and memorials.Additional tasks may include but are not limited to: Participation in community/stakeholder workshops, open houses or planning efforts, assistance in the preparation of environmental compliance analysis and documents, including Environmental Assessments and Environmental Impact Statements, preparation of complex sensitive, environmentally sustainable planning and plans, specification and estimates, facilitating and preparing value engineering studies and/or value analysis choosing by advantages studies to evaluate proposed design solutions.The scope of work includes, but is not limited to, Predesign Documents/Schematic Design Documents Services (PD/SD), which includes preparation of necessary advance technical analysis investigations, preparation of preliminary studies, sketches, layouts, outlines of specifications, and advance cost estimates and other specialized services as directed. Design Development Documents/Construction Documents Services (DD/CD) includes preparing construction drawings, specifications, and cost estimates. Architectural/Engineering (A/E) and Construction Inspection Services includes construction observation, site visits, and consultation, review of submittals and shop drawings, and preparing operation and maintenance manuals.CONTRACT PERIOD/ORDERING LIMITATION: All services will be provided under an Indefinite Quantity contract. The five-year contract will consist of one base year with four additional option years. Work will be ordered by issuance of firm fixed price or not-to-exceed type task orders.IDIQ Ceiling: The maximum ordering limitation is $25M for the life of all contracts and all orders combined. The $25M maximum may be realized in a single year or spread over the life of the contract, including all ordering periods.Minimum Guarantee: The A&E is guaranteed a minimum amount of $2,500 for the 5-year contract period. The term of this contract shall be five years. The government reserves the right to select more than one firm from this solicitation.Maximum Task Order Limit: The maximum task order limit will be $1M dollars.REQUIRED DISCIPLINES: Required disciplines include, but are not limited to, registered professionals who possess professional licenses and/or certification in the following disciplines in the primary geographic area and who are experienced at practicing each specific required professional discipline in the primary geographic area:Architects, engineers and landscape architects, and professionals meeting the Secretary of the Interiors Professional Qualification Standards for Architecture (Contemporary, Historic, Landscape), Architectural Barriers Act Accessibility Standards (ABAAS) Specialist, Civil Engineering, Commissioning, Construction Engineering, Construction Management and Inspection, Cost Engineering/Cost Estimating/Cost Control/Life Cycle Costing, Electrical Engineering/Licensed Electrical Administrator, Facility Condition Assessment Specialists, Fire Protection Engineering, Geotechnical Engineering, Land Surveying, Hazardous Materials Abatement (primarily lead, asbestos, and contaminated soil), Interior Design, LEED Accredited Professional, Lighting Design, Mechanical Engineering/Licensed Mechanical Administrator, Small-scale and Renewable Energy Systems Engineering, Structural Engineering, and Sustainable Technologies Specialists.ADDITIONAL DISCIPLINES: Additional disciplines which may be required for some projects but not limited to include professionals registered or certified professionals in the following areas. These disciplines, as well as any other potential required disciplines not stated, are not required to be included in the initial proposal, but firms must acknowledge their willingness to seek out these disciplines as needed and negotiate fair and reasonable rates post-award:Acoustics, Air quality, Architectural Conservation, Building Envelope, Certified Commissioning Professional, Certified Value Analysis, Marine and Coastal Engineering, Construction Safety, Construction QA Inspections, Ecologist, Energy Modeling, Environmental Planning, Environmental Science, Exhibit/Media Design, Facility Condition Assessments, Geology, Hydrology, Historic Architecture, Historic Landscape Architecture, Industrial Hygiene, Interpretation, Land and Hydrographic Surveying, Landscape History, Marine Engineering, NEPA, Planning, Programmatic Accessibility (Section 504 & 508), Recreation Planning and Design, Roofing, Section 106 Compliance, Security, Seismic Engineering, Sustainable Technologies, Transportation and Traffic Engineering, Audio/Visual quality, Controls Engineer, Lighting Design, System Securities Design, Information Technologies Design, Telecommunications Design, Waterproofing, Wetlands, and Wildlife biology.Incidental services that may be required in the performance of specific task order requirements include: AutoCAD drafting and 3D modeling, Building Information Modeling, Revit, MicroStation, GIS, Microsoft Office applications, Project Scheduling Software, Adobe Acrobat, copying/printing, material support for field-assigned personnel, removal and replacement of building finishes, destructive testing, foundation testing, etc., may be required to determine actual site conditions. Restoration of surfaces (plaster/drywall repair, masonry, carpentry, backfill, etc.)Construction work performed in historic buildings, landscapes or sites will require continuous attention to and compliance with historic preservation guidelines. All work will be guided by NPS policies and directives, however historic resources often present unique and unusual conditions and the NPS encourages creativity in the development of preservation methods. Projects will require coordination with various review and planning entities. Prospective firms shall demonstrate experience with cultural landscapes and historic structures, archaic building and landscape materials and compatible contemporary design.SUSTAINABLE DESIGN: The U.S. Government has adopted sustainable design as the guiding principle for its planning, design, and construction projects. Sustainable design utilizes best available solutions within the design tradition and conserves global resources, utilizes energy efficiently, recycles materials and waste, and specifies ecologically responsible methods, practices, and materials in the construction and operations of Government facilities. Accordingly, the selected firm(s) must exhibit current credentials and demonstrated competency in sustainable design certifications and memberships in professionally recognized organizations that promulgate sustainable practices. Sensitivity to NPS values, standards, and sustainable design principles must be demonstrated.PRIMARY SERVICES REQUIRED: For the purpose of this contract, the services to be provided will be primarily Research, Inventory (Project Planning and Compliance Services), Programming and Site Analysis, and Supplemental Services (Pre-Design Services), Design and Construction Documents (Design Services) and Construction Management (Construction Management Services). A documented internal Quality Control program shall be applied to all services performed.A. Pre-Design Services includes but is not limited to (see https://www.nps.gov/dscw/design.htm)o Pre-DesignContextual AnalysisSite and Architectural ProgrammingInterpretive Program ¿ exhibits and waysides) and Contextual AnalysisIntegrated Design Narrative, including Universal Design recommendationsReview of Environmental Screening FormSustainability AnalysisRegulatory Analysis (jurisdictions, codes, permits)Complete a fully developed schematic design preferred alternativeClass C Construction Cost EstimateScope and Cost Validationo Schematic DesignEnvironmental Assessment or Environmental Impact Statement ActivitiesDesign Concepts AssessmentDevelop Design AlternativesPrepare Environmental Assessment or Environmental Impact StatementValue Based Decision MakingDevelop Schematic Design Preferred AlternativeSustainability AnalysisRegulatory Analysis (jurisdictions, codes, permits)Class B Construction Cost EstimateDevelopment Advisory Board Support DocumentsB. Design Services (See https://www.nps.gov/dscw/design.htm)o Design DevelopmentDesign Development DrawingsDivision 1 SpecificationsDivision 2 through 49 Outline SpecificationsConstructability AnalysisContract Price ScheduleSustainability AnalysisRegulatory Analysis (jurisdictions, codes, permits)PermittingDraft Class A Construction Cost EstimateValue Based Decision Makingo Construction DocumentsConstruction DrawingsDivision 1 SpecificationsDivision 2 through 49 Construction SpecificationsConstruction Submittal ListOperation & Maintenance (O&M) RequirementsConstructability AnalysisPermittingSustainability Analysis LEED documentationDesign Stage Value Analysis ReportFinal Class A Construction Cost EstimateSupplemental Design ReportsControl Documents for ExhibitsC. Planning and Compliance ServicesResearch and Data AcquisitionInventory, Resource Surveys, Resource Modeling, Wetland / Water Delineations, Functional Assessments, Field Work Plans, Feasibility Studies and ReportsArcheological, Historic Structure and Cultural Landscape Reports and AssessmentsNEPA Compliance and AssessmentsSection106 and NHPA ComplianceABAAS, Section 504 and Section 508 ComplianceOther Environmental Compliance (i.e., essential fish habitat assessments, biological assessments, wilderness eligibility assessment, statement of findings for floodplains and wetlands, coastal zone management consistency determinations, Wild and Scenic River Act section 7 determinations)GISStrategic PlanningCommunity EngagementFacilitationComment AnalysisResearch and Data Analysis for Visitor Use, Cultural and Natural Resources, and SocioeconomicsOther Special Studies (i.e., Air Quality, Visual Quality, Night Sky and Sound Quality or Impact Assessments, etc.)D. Cost Estimating, including Life Cycle Cost Analysis and Total Cost of Facility Ownership (TCFO)E. Permitting (i.e., Resource, Construction and Operating)The AE shall identify and assess all permits, licenses and insurance required for the conduct of projects through completion. If required conduct permitting as defined by task order.F. Project SchedulingG. Risk AnalysisH. Services During ConstructionSubmittal ReviewConstruction ObservationAddressing and Resolving Design IssuesI. Commissioning Services, including total building commissioning beginning as early as pre-design and continuing throughout design and constructionJ. Supplementary Services (i.e., geotechnical surveys, topographic surveys, environmental site assessments (Phase I and II), archeological investigations, condition assessments, human and ecological risk assessments, energy studies, hazardous material studies, etc.COORDINATION: The proposed work may extend over several fiscal years, involving projects at various stages, which will require that the selected firm(s) must be capable of providing and managing a multi-disciplinary team from within the firm or in conjunction with subconsultants. The A/E will need to have direct contact with Federal, State or local regulatory agencies to assure compliance with regulations, codes and policies.SPECIALIZED SERVICES: In the course of doing business with Architect/Engineering firms under contract with the NPS, the NPS occasionally needs to obtain specialized services from sub-consultants under the prime contract. In these instances, the majority of the work may be performed solely by the sub-consultant with little involvement of the prime contractor. Even though the work is performed primarily by the sub-consultant, NPS will ensure that the prime contractor is involved in all discussions and all correspondence is routed through the prime contractor. Prime contractors have indicated their concerns with the ceiling amounts and the effect these ¿pass-throughs¿ would have on the cap. This has been taken into consideration in establishing the maximum contract amount for this solicitation and the resultant contract(s). Prime contractors submitting statements of qualifications are advised that the NPS will continue to acquire such specialized services in this manner. The NPS does not allow the prime consultant an administrative handling or coordination fee on sub-consultant services.EVALUATION CRITERIA: The Government reserves the right to award contracts, based on the selection board's final selection list, in order of preference, to the firms considered most highly qualified to perform the work. Each selected firm shall be provided a fair opportunity to be considered for task orders to be issued. The Government will use such factors as experience, qualifications, past performance, environmental sensitivity, quality of deliverables, timeliness, geographic location, and other factors (i.e., knowledge of local construction practices, permitting, capability to utilize construction/project management software for timeline scheduling, etc.) that the Contracting Officer, in the exercise of sound business judgment, believes are relevant to the placement of orders.The following criteria shall be used in the evaluation of the prospective firms SF 330s submission listed in descending order of importance:1. Professional QualificationsFirms shall possess professional qualifications necessary for satisfactory performance of required similar services similar in nature to those required as part of this requirement. Information shall be provided to demonstrate the firms principals, key staff, and other consultants or disciplines required for contract performance including professional registrations, advanced degrees and recognized designations of industry professional organizations. Provide an organizational chart including the names of the key personnel, firms, disciplines, roles and responsibilities, length of employment with the firm, and technical expertise, and office location where work will be performed. Firm(s) shall provide a matrix clearly communicating which individuals and disciplines are included in the primary firm or partnership and the states in which the individuals hold a professional license or certification.2. Specialized Experience and Technical CompetenceFirms shall demonstrate specialized experience and technical competence in the types of work described above, including work produced at a level commensurate with similar projects and scope with various degrees of complexity. Project scopes include, but are not limited to, preparation of plans, specification, cost estimates, schedules, supplemental reports, graphics, etc. for each project. Similar project examples that represent a majority of the work that task orders may be issued against any resultant contract include the following:Renovation/rehabilitation/restoration of existing facilities, historic structures, and assets of the National Park Service.Renovation/new roadways, transportation corridors, parking lots, and bridges. Projects include all utilities, site improvements, and vehicular/ accessible pedestrian connections.Site improvements, vehicular and accessible pedestrian connections and revegetation.Rehabilitation/renovation projects will often include historic structures.Rehabilitation/renovation of historical landscapes. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation.Rehabilitation/renovation/new trail and corridor design. Projects include all utilities, site improvements, vehicular and accessible pedestrian connections, and revegetation.Rehabilitation/renovation/new seawalls, canals, breakwater systems, board walks, Marinas, wharfs, and associated aquatic structures. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation.Rehabilitation/create new cave trails entrances, and all associated needs for cave projects. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation.Renovation/new campgrounds and associated structures. Projects include all utilities, site improvements, and vehicular and accessible pedestrian connections, and revegetation.Conduct VA or VE studies at the design stage and utilizing value methods in decision making. Performing life cycle cost analysis or other methods of evaluating non-monetary benefits that will enable and assist the NPS in making benefit cost decisions and comparisons.3. CapacityFirm(s) shall have the capacity to accomplish the work in the required time with sufficient resources. Firm(s) shall demonstrate their ability to respond to expanded or multiple task orders on short notice and within established schedules, while maintaining a high standard of quality and controlling costs. The firm shall demonstrate their ability, and any subcontractors or partners ability, to provide engineering services across the entire nation. Considerations will include the overall capacity of the prime and any subcontractors or partners to perform the work in the required time; demonstrated ability to use quality control procedures and tools to ensure quality products, demonstrated ability to adhere to schedules and sufficient technical resources to undertake the potential and current workloads. Firm(s) shall include examples of Quality Control process records demonstrating effectiveness of firms procedures. Evaluation will be based on the number of personnel available in the various technical disciplines, the quantity of existing work under contract, the schedules for completing the existing work and abilities to deliver quality products on a timely basis.4. Sustainability, Resourcefulness, and InnovationFirm(s) shall demonstrate success and understanding of sustainable processes such as renewable technology integration, use of recovered materials, achieving waste reduction, energy efficiency in facility design, etc. Demonstrate resourcefulness in design that addresses the location and historic significance of the projects while reducing the Total Cost of Facility Ownership (TCFO). Demonstrate understanding of climate change and the increased risk to facilities and infrastructure during their design life and how climate resiliency and adaptability will be incorporated into designs due to the increasing potential of hazards including hotter temperatures, altered rainfall and snowfall, drought, wildfire, flooding, tornadoes, insect pests, and invasive species. Share examples and an ability to solve unique challenges in design and construction.5. Past PerformanceThe prime contractor and/or team members shall demonstrate successful performance on similar projects that are recent (within 5 years) and relevant. The prime contractor and/or team members shall demonstrate their experience in completing work of a similar nature as this requirement (to include scope, complexity and dollar value). The prime contractor and/or team members shall provide information to demonstrate how well the firm has performed on recent, relevant projects performed for any of the following entities: Governmental agencies (i.e. Federal or State) and/or private industry in terms of cost control, quality of work and compliance with performance schedules similar in nature to the work required as part of this announcement. Additional past performance information will be obtained through the Past Performance Information System database. Evaluation of this factor will be based on the past performance data from the projects presented in Section F of the SF 330 (provide references and current phone numbers).6. LocationWhile the preponderance of work will be performed within the Interior Region 3,4,5 (Minnesota, Wisconsin, Michigan, Ohio, Indiana, Illinois, Iowa, Missouri, Arkansas, Kansas, Nebraska, North and South Dakota), Area of Responsibility (AOR), the Government may execute task orders beyond this geographic area in limited circumstances where the Contracting Officer has made a written determination that the intended technical scope is within the terms and conditions of the contract and in the Governments best interest. Submitting firms should demonstrate knowledge of the area covered by these locations.Following an evaluation of the qualifications submitted, the firms that are considered to be the most highly qualified will be chosen for discussions in accordance with FAR 36.602-1. The shortlisted firms will be given an opportunity to demonstrate their capabilities by responding to questions provided through an oral presentation to the evaluation team via Microsoft Teams or some other form of video chat. Upon conclusion of these discussions and final ranking of firms, the most highly qualified firm(s) will be selected for price negotiation and other terms and conditions in accordance with FAR 36.606.In order to comply with the Debt Collection Improvement Act of 1996, all firms must be registered in the System for Award Management System (SAMS) at time of proposal to be considered for an award of a federal contract. For information regarding registration contact the SAMS website at: https://www.samg.vo/portal/public/SAM/.RATE SHEETTo simplify and increase efficiency in the negotiations and to assist in the execution of Task Orders against the IDIQ, the apparent most highly qualified firms, when notified, shall submit an acceptable Rate Sheet to the Contracting Officer to be eligible for award. The apparent most highly qualified firms shall provide a Rate Sheet within the requested time period to be identified by the Government (DO NOT SUBMIT UNTIL REQUESTED). The rate sheet shall include, but is not limited to, a description of direct labor categories, direct labor rates, annual escalation of all rates, G&A rates, overhead rates, Computer Assisted Design Rates and other recurring costs. Rate Sheet will be negotiated, and a formal Rate Agreement will be incorporated into the resultant IDIQ contract. Apparent most highly qualified firms, who fail to negotiate an acceptable Rate Sheet with the Contracting Officer will be ineligible for award. The contractor and sub-consultants agree to submit a Certificate of Current Cost or Pricing Data, as required by FAR 15.403-4(a).Firms are herein advised that if a fair and reasonable price cannot be negotiated with the most highly qualified firm(s), the Government reserves the right to close negotiations with that firm and open negotiations with the next most highly qualified firm(s). The process will be repeated until an appropriate number of IDIQ contracts have been successfully negotiated and awarded. 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 this announcement.SUBMISSIONS REQUIERMNETS: Firms that fully meet the requirements described in this announcement are invited to submit a Letter of Interest and the appropriate SF-330s. The Standard Form 330 may be obtained at http://www.gsa.gov/portal/forms/type/TOP. When submitting a SF-330, Architect-Engineer Qualifications, it is very important that all firms understand it is their responsibility to ensure they meet and provide all requirements of the solicitation and prepare the SF-330 in accordance with the requirements. Failure to comply with solicitation requirements may result in the firm being removed from the competition as the Government reserves the right to eliminate firms whose SF-330 do not conform.Include the firms Unique Entity ID(UEID) number and primary point of contact name, phone number and email on the cover page of the submittal and be sure to assemble your submittal in a manner that chronologically corresponds and addresses the Technical Evaluation Criteria.The SF-330 shall be clear, concise and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The SF-330¿s should not simply rephrase or restate the Governments requirements, but rather shall provide convincing rationale to address how the firm meets the Governments requirements. Firms shall assume the Government has no prior knowledge of their facilities and experience and will base its evaluation on the information presented in the firms SF-330, Qualification Statements.Submission of any additional material under Section H of the SF-330 is encouraged, but only to the extent that it graphically (via drawings and photographs) substantiates the relevant project work specifically described on the SF-330. The additional information provided under Section H of the SF-330 should not exceed (20) two-sided pages. For information in Section H of the SF-330 a 11-point font is required. Indicate in Section C.11 of the SF-330 if the prime has worked with the team members in the past five (5) years.Qualification packages are not provided, and no additional project information will be given to firms during the announcement period. All submissions must be clearly marked with the following caption "RELEASABLE TO GOVERNMENT AGENCIES FOR EVALUATION PURPOSES ONLY". The caption is required on the cover letter and first page of the SF-330. The caption does not need to be printed on every page of your submission. Qualification packages that fail to comply with the instruction or present ideas not pertinent to subject, may not be reviewed.Firms that fully meet the requirements described in this announcement shall submit your response in the form of two (2) electronic (USB Thumb Drive) copies. The instruction pages of are not required to be submitted as part of the SF-330. A page is defined as one side of an 8 1/2x11 inch sheet of paper, with at least one-inch margins on all sides with the exception of the organization chart. This can be submitted on 11x17 inch paper.Submit your qualification responses to the following address detailed below and insure it arrives by no later than 3:00 p.m. Central Daylight Time, 21-Nov-2022:National Park Service, Midwest RegionContracting ServicesATTN: Nicholas Murray601 Riverfront DriveOmaha, NE 68102Primary Contact:Nicholas M MurrayPhone: 402-278-1833Email: nicholas_m_murray@nps.govSubmit questions by email to nicholas_m_murray@nps.gov. Questions must be submitted within 15 working days of the posting date of this announcement. Any question submitted 15 days after the posting date of this announcement may not be answered by the Government. All responses to questions received will be posted via amendment to SAM.gov.REMINDER. THIS IS NOT A REQUEST FOR PROPOSAL!!!

601 Riverfront Drive  OMAHA , NE 68102  USALocation

Place Of Performance : 601 Riverfront Drive OMAHA , NE 68102 USA

Country : United StatesState : Nebraska

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541310Architectural Services
pscCode C211Architect - Engineer Services (including landscaping, interior layout, and designing)