by utility companies before federal, state, and local regulatory commissions, and rate increases that have an effect on federal customers within the utility service area.
1. The Performance Work Statement (PWS) is located in Section C of the solicitation.
2. Pursuant to Army Federal Acquisition Regulation Supplement (AFARS) 5116.505-90, a task and delivery order ombudsman shall be designated for the contracting activity. In accordance with UAI 5116.505-90, the Head of the Contracting Activity (HCA) retains the authority under AFARS 5116.505-90 to designate a task and delivery order ombudsman. The USACE Ombudsman is Ms. Paige H. Blechinger.
3. The procurement will be conducted as a full and open competition after exclusion of sources and will be set aside for small business concerns under NAICS code 541618 and Small Business Size Standard of $15,000,000.
4. The contract type will be Multiple Award Indefinite Delivery/Indefinite Quantity (ID/IQ) with Firm Fixed Price (FFP) Task Orders. The Government intends to award multiple - at least three (3) - ID/IQ contracts, as recommended in FAR 16.504(c)(2).
5. A Pre-Proposal Conference is not applicable to this service requirement.
6. The following are key milestones dates (NOTE: Any changes will be posted to
www.fbo.gov.)
Milestone/Date
Proposals Due: 05 July 2018
Award: 29 August 2018
7. The solicitation and any documents related to this procurement is available via the internet on the Federal Business Opportunities (FBO) website at the following address:
https://www.fbo.gov/.It is the offeror's responsibility to monitor the FBO site for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).
8. All contractual and technical questions may be submitted in writing to Caroline J. Brown at
caroline.j.brown@usace.army.mil. Telephone questions will not be accepted.