Oregon Bids > Bid Detail

W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
Opps ID: NBD00159271387204466
Posted Date: Feb 27, 2023
Due Date: Mar 29, 2023
Solicitation No: W9127N23R0017
Source: https://sam.gov/opp/0b887e3f1d...
Follow
W9127N23R0017 GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES
Active
Contract Opportunity
Notice ID
W9127N23R0017
Related Notice
W9127N23R0017
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
US ARMY ENGINEER DISTRICT PORTLAND
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
  • Contract Opportunity Type: Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 27, 2023 11:19 am PST
  • Original Date Offers Due: Mar 29, 2023 12:00 pm PDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 13, 2023
  • 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:
    Portland , OR
    USA
Description

Synopsis for INDEFINITE DELIVERY CONTRACT FOR GEOLOGIC AND GEOTECHNICAL ENGINEERING SERVICES FOR THE PORTLAND DISTRICT



General Information



Document Type: Synopsis/ Solicitation Notice



Solicitation Number: W9127N23R0017



Document Type: Synopsis Notice



Synopsis Posted Date: 27 FEB 2023



Original Response Date: 29 MAR 2023



Current Response Date: Same



Classification Code: C – Architect and Engineering Services



NAICS Code: 541330 – Engineering Services



Contracting Office Address



U.S. Army Corps of Engineers (USACE), Portland District



333 SW First Ave.



Portland, OR 97204



1. CONTRACT INFORMATION.



The resulting contract will be an Architect-Engineer (A-E) Indefinite Delivery Indefinite Quantity (IDIQ), firm-fixed-price (FFP) contract for Geologic and Geotechnical Engineering Services. This contract is being procured in accordance with the Architect and Engineering Selection Statute (formerly the Brooks Act) as implemented in FAR Subpart 36.6. Firms will be selected for negotiation based on demonstrated competence and qualifications for the required work as outlined in Federal Acquisition Regulation (FAR) 36.602-1 and DFAR 236.602-1. This synopsis will facilitate the award of one single award task order contract (SATOC) with capacity of $5 million and an anticipated duration of five years starting from the award date. North American Industrial Classification System Code (NAICS) is 541330, Engineering Services, which has a size standard of $25.5 million or less in average annual receipts over the last 3 years. This announcement is a Total Small Business Set-Aside IAW FAR 19.5. Contact award is anticipated for the fourth quarter of Fiscal Year 2023.



The wages and benefits of listed services employees (see FAR 22.10) performing under this contract must be at least equal to those determined by the Department of Labor under the Service Contract Act under http://www.wdol.gov, as determined relative to the employee’s office location (not the location of the work).



To be eligible for contract award, a Prime/JV (firm) must be registered in the Department of Defense (DOD) System for Award Management (SAM). Register via the SAM Internet Site at https://www.sam.gov or by contacting the Service Desk at 1-866-606-8220.



The contract awarded under this announcement will be administered by the U.S. Army Corps of Engineers, Portland District. The Portland District may elect to transfer capacity to the Seattle, WA, or Walla-Walla, WA, Omaha, NB or Kansas City, MO, districts for work within their area of responsibility (AOR).



2. PROJECT INFORMATION. Geology, geotechnical engineering, and engineering geology services for the evaluation, analysis, design, and inspection of civil works projects including, but not limited to, dams, levees, jetties, and facilities. The location of work performed under this contract (place of performance) shall be stated in the individual Task Orders; however, the Government expects the bulk of the Task Orders to be issued by the Portland District (NWP) for work with the NWP AOR. Typical services include:




  • Field investigations including geophysical explorations; groundwater and water well investigations; landslide investigations; drilling, sampling, and logging of soils and rocks from land and over water; and in-situ testing.

  • Laboratory testing to determine soil and rock properties.

  • Design and installation of instrumentation including piezometers, monitoring wells, and inclinometers.

  • Site characterization including geologic mapping, subsurface interpretations, evaluation of soil and rock conditions and properties, and groundwater conditions.

  • Design of features to support construction activities, such as excavations, dewatering, and temporary retaining structures.

  • Analysis and design for seepage, slope stability, shallow and deep foundations, retaining walls, embankments, and ground improvement.

  • Analysis and design of rock masses including blasting, rock supports, rock slopes, rock foundations for structures, tunnels in rock, and foundation grouting.

  • Seismic analysis and design including ground motion studies, seismic analysis of existing structures, and seismic design of new structures.

  • Consulting on the analysis, design, and construction of roller-compacted concrete structures.

  • Preparation of documents including geotechnical data reports, analysis reports, design documentation reports, plans and specifications, and post-construction reports.

  • Engineering during construction and inspection services.



3. SELECTION CRITERIA.



Selection Process for SATOC Negotiation



In accordance with 40 U.S.C. Chapter 11 (Selection of Architects and Engineers Statute), the applicable provisions of the Competition in Contracting Act (PUB. L. 98-369, 98 Stat. 1175), the applicable provisions of the Federal Acquisition Streamlining Act (Pub. L. 103-355, 108 Stat. 3243), and FAR 16.500(d), NWP will select a single firm for SATOC negotiation using the procedures set forth in FAR Subpart 36.6 and Defense Federal Acquisition Regulation Supplement (DFARS) Subpart 236.6.




  • In accordance with FAR 36.602-3(a), the Selection Board (the board), will review the Standard Form (SF) 330s submitted in response to the synopsis.

  • In accordance with FAR 36.602-3(b) and DFARS 236.602-1(a), the board will evaluate those SF 330s in accordance with the criteria in FAR 36.602-1 and DFARS Procedures, Guidance, and Information (PGI) 236.602-1, as set forth in greater detail in this synopsis.

  • In accordance with FAR 36.602-3(c), the board will hold discussions with at least three of the most highly qualified firms.

  • On the basis of the above, in accordance with FAR 36.602-3(d), the board will determine the firms most highly qualified to perform the required services described in this synopsis.

  • The Source Selection Authority will review the board’s recommendations in accordance with FAR 36.602-3(d) and make the final selection of the most highly qualified firm.



See below for a discussion of the selection criteria with supplemental instructions regarding the opportunity to submit SF 330s specific to the requirement.



Selection Criteria for SATOC Negotiation



Selection criteria for this contract will be based upon the following selection criteria, listed in descending order of importance. Criteria “A” through “E” are primary. Criteria “F” and “G” are secondary and will only be used as “tie-breakers” among firms that are essentially technically equal. The firms that demonstrate the highest aggregate qualifications relevant to the primary selection criteria will be considered the most highly qualified to perform the required services described in this synopsis.



Primary Criteria:



Criterion A - Specialized experience and technical competence (FAR 36.602-1(a)(2)). The board will evaluate five (5) completed projects demonstrating the team’s specialized experience and technical capabilities with regard to geotechnical services, engineering investigations, evaluations, analysis and design for new construction, repair and renovation. Firms evaluated as highly qualified will demonstrate experience in the following areas, listed in order of importance:




  1. Subsurface exploration for Geotechnical and Geologic studies

  2. Geotechnical Instrumentation, e.g., piezometers, and inclinometers

  3. Foundation Engineering

  4. Embankment Design

  5. Geotechnical Earthquake Engineering

  6. Dam Safety Investigations for USACE

  7. Landslide Investigations and Hazard Analysis

  8. Tunnelling in Soft ground

  9. Underground Utilities

  10. Roads and Parking Areas

  11. Materials sampling and testing (soil, rock, pavement)



To be considered, experience must have been performed within the last ten (10) years. Work Incidental to AE Services will only be evaluated for experience in conjunction with AE work. If a firm is using a subcontractor's experience to demonstrate the team’s experience, the firm shall submit letters of commitment from those subcontractors and any key personnel employed by those subcontractors



Additional considerations: projects completed on a civil works operating project, demonstrating knowledge of access and permitting requirements, shall be evaluated more favorably for this criterion. Projects completed no more than five (5) years prior to the specified submission date shall be evaluated more favorably for this criterion.



The basis of the evaluation for this criterion will be the information in Sections F, G and H of the SF 330, Part I.



Criterion B - Professional qualifications (FAR 36.602-1(a)(1)). The board will evaluate the firm’s professional qualifications including education, registration, technical certification, training, and longevity of relevant experience of the Key Personnel in relation to their role on the project. Firms shall provide a minimum of one (1), but no more than two (2), resumes for each Key Personnel position, identified below. If providing additional resumes beyond the number requested for each key personnel, the board will review the maximum number in the order presented in the SF330. The board will not evaluate the other resumes.



Do not generalize professional registrations or certifications; provide specific details. All disciplines, except those specifically noted, require an applicable professional license, registration, or certification. For the purpose of this criterion, a foreign license, registration, or certification is not applicable.



The education, training, professional registration, proposed job title, and overall relevant experience of key personnel will be considered. The board shall consider experience relevant if similar to the specialized experience described in Criterion A.



Where proposing more than one individual (resume) for any discipline, the board shall consider the cumulative qualifications of all resumes within that discipline. An individual can only support one discipline (i.e., an individual cannot submit resumes for multiple disciplines).



This criterion is primarily concerned with the qualifications of the key personnel identified by the firm and not the number of personnel, which is under Criterion D - Capacity.



Submit resumes in Section E of the SF 330 for each of the Key Personnel in the disciplines below (listed in descending order of importance): Geotechnical Engineer(s) (GE), Engineering Geologist(s) (PEG), and Geologist(s) (PG, PEG), Project Managers(s).



Additional considerations: The Government evaluates more favorably key personnel that worked on the example projects in Criterion A. The Government may evaluate key personnel employed by the Prime/JV more favorably.



The basis of the evaluation will be the information in Sections E, G, and H of the SF 330, Part I.



Criterion C - Past performance (FAR 36.602-1(a)(4)). Past performance is an important consideration in the selection of A-E firms. Past performance is an indicator of a firm’s ability to perform a contract successfully.



The board will evaluate relevant Past Performance in terms of quality of work, and compliance with performance schedules. The board will consider any information that a firm submits on its past performance on recent similar contracts, including design-build contracts. DoD A-E Contractor Performance Assessment Reporting System (CPARS) is the primary source of information on past performance. The board queries CPARS for all firms submitting an SF 330. If there is any conflict in past performance records, CPARS is the official record. When a CPARS evaluation is not available, firms may also elect to submit a Past Performance Questionnaire (PPQ) for each project in Section F of the SF 330 as described in the Supplemental Instructions, below.



The board will first consider the relevancy of each performance evaluation on A-E services contracts which are similar to the proposed contract. The more relevant the information, the more weight it carries. This relevancy consideration shall include: 1) Similarities of the work in terms of Portland District geology, and geotechnical scope 2) Key personnel, branch offices, and subcontractors involved in the project, 3) The firm’s role in proposed contract, 4) Currency (recency) of the information, 5) General trends in a firm’s performance, 6) Credibility and detail of the past performance report, 7) Recent DOD contracts for similar projects (a firm that has earned excellent evaluations on recent DOD A-E contracts for similar projects will be ranked relatively higher on past performance IAW DFARS 236.602-1 and PGI 236.602-1(a)(6)(B)).



The board will then rate the confidence in the firm based on the ratings of its past performance, with an emphasis on quality of work, cost control, and compliance with performance schedules. The Government may consider the extent to which past projects were performed by proposed key personnel. The result is a single confidence rating.



Where no recent/relevant performance record is available or the firm's performance record is so sparse that the Government can assign no meaningful confidence assessment rating, the firm will not be evaluated favorably or unfavorably on the factor of past performance.



Complete evaluations, and not summaries, will be reviewed if the board is considering downgrading or eliminating a firm due to adverse past performance.



In addition to the above, the Government may review other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the PPIRS (Past Performance Information Retrieval System) including CPARS, using all CAGE/DUNS (Commercial and Government Entity/Data Universal Numbering System) numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the firm’s SF 330, inquiries of owner representative(s), FAPIIS (Federal Awardee Performance and Integrity Information System), or other databases; telephone interviews with organizations familiar with the firm’s performance, Government personnel with personal knowledge of the firm’s performance capability, and any other known sources not provided by the firm.



While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate, and complete past performance information rests with the firm. It is the responsibility of the firm to explain how the past performance information is relevant to the proposed contract. A firm can also provide information on problems encountered in prior contracts and discuss actions that it has taken to remedy any unsatisfactory performance.



Criterion D - Capacity (FAR 36.602-1(a)(3)). The board will consider available capacity of key disciplines and the firm’s ability to perform approximately $1,000,000 in work of the required type in a one-year period. The evaluation will specifically consider the availability of an adequate number of personnel, identified in Criterion B, above.



Firms shall provide a table summary of the number of personnel for each key discipline, with separate columns for (1) Prime/JV capacity, (2) team subconsultant capacity, and (3) total team capacity for each key discipline in Section H of the SF 330. Function code (fc) and descriptions must correspond to "List of Disciplines (Function Codes)" in the SF330 Instructions. Where a function code does not exist, the Government described the requirement in Criterion B. Responses must be coordinated with Part II, subpart 9, "Employees by Discipline".



The Government will evaluate each firm's Part II of the SF 330 to determine if the function code capacity and claimed numbers of personnel support the information in Section H. Part II of the SF 330, which requires identification of each individual employed by the firm by one function code, may exceed the numbers reported in Section H, but not be less. The Government measures capacity by number of personnel, not percentage of availability.



The basis of the evaluation will be the information in Section H, Part I in addition to the SF 330, Part II.



Criterion E - Knowledge of the Locality (FAR 36.602-1(a)(5)). The board will evaluate the team’s knowledge of the physiographic area, and local geology. This includes knowledge of geological features, and climatic conditions, previous work utilizing local geotechnical and engineering geology statues, local construction methods that are unusual or unique, and inspection of civil works throughout the Pacific Northwest, specifically within the USACE NWP AOR.



Additional consideration: The Government may evaluate more favorably geotechnical projects performed at NWP operating project sites.



The basis of the evaluation will be the information in Section H of the SF 330, Part I.



Secondary Criteria:



The secondary criteria will not be applied by a preselection board and will only be used by a selection board as a "tie-breaker," if necessary, in ranking the most highly qualified firms. The secondary criteria will not be commingled with the primary criteria in the evaluation system. The secondary criteria are listed in the order of importance



Criterion F - Volume of DoD Contract Awards (Defense PGI 236.602-1(a)(6)(A)). The board shall evaluate the 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.



The basis of the evaluation will be the A-E provided listing of the required information in Section H of the SF330, Part I.



Criterion G - SB and SDB Participation (Defense PGI 236.602-1(a)(6)(C)). The board shall evaluate the extent of participation of SB, SDB, historically black colleges and universities (HBCU), and minority institutions (MI). Participation shall be measured as a percentage of the total anticipated contract effort, regardless of whether the SB, SDB, HBCU or MI is a prime contractor, subcontractor, or joint venture partner; the greater the participation, the greater the consideration. Note: Each firm that is a small business must certify itself as such on the SF 330 Part II.



The basis of the evaluation will be the information in Section C of the SF330, Part I, in addition to the certification provided in the SF 330, Part II.



4. SUBMISSION REQUIREMENTS. Interested firms having the capabilities to perform this work must Submit one. pdf copy of the SF 330 Part I and required attachments via email to Kristel Flores, Contract Specialist, at Kristel.M.Flores@usace.army.mil and Clinton Jacobsen, Contracting Officer, at Clinton.M.Jacobsen@usace.army.mil no later than 12:00 PM (noon) 29 MAR 2023. All responses must be received by the specified due date and time to be considered. Any responses received after that date and time will not be considered. This is not a request for proposal. The SOW is provided for reference on the type of Task Order likely to be issued under this SATOC and is not part of the board's evaluation.



THIS NEW ANNOUNCEMENT IS A TOTAL SMALL BUSINESS SET-ASIDE IAW FAR 52.219-6 WITH LIMITATIONS ON SUBCONTRATING IAW FAR 52.219-14. The applicable NAICS Code IS 541330, Engineering Services, and the small business size standard is $25.5 million. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at Carol.A.Mcintyre@usace.army.mil.



The SF330 has a total page limitation of 80 printable pages, with Section H limited to fifteen (15) pages. The 80 printed page limit excludes Part II. For all SF330 sections, use no smaller than 11 pt. font.



A-E submissions shall be handled by the Government in accordance with FAR 15.207 and 15.208, including the late proposal rules in FAR 15.208. A firm will not be considered if its SF 330 Part I is not signed, unless the SF 330 Part I is accompanied with a signed cover letter or a current signed SF 330 Part II. If a firm does not submit a SF 330 Part II with its SF 330 Part I, or have one on file, it will not be considered (FAR 36.603(b)). Additional information on how to prepare an A&E submittal can be found in Engineering Pamphlet (EP) 715-1-4 – Competing for Architect-Engineer Contracts Awarded by the U.S. Army Corps of Engineers (9/30/2004) USACE publications website: www.publications.usace.army.mil.



Supplemental Instructions



These requirements are supplemental to the instructions found on the SF 330.



1. SF 330 Part I, Section C



The Government recognizes the Prime/JV and their subconsultants identified in Section C of the SF 330 as the team. If additional room is needed to complete Part I, Section C because the proposed team consists of more than six firms, attach as many additional Part I, Section C as necessary to complete Part I, Section C. If submitting additional Part I, Section Cs, alter the identifiers in the first column (i.e., a. – f.) using the same convention so that each member of the team has a unique identifier. For example, the first six firms would be identified as a. – f., the second six firms would be identified as g.



2. SF 330 Part I, Section E



Submit one Part I, Section E for each of the following key personnel:




  • Project Manager(s) - fc 48, Professional license or registration (ex: P.E.), registered in the state(s) where the work is performed (WA, OR, ID, MT)

  • Geotechnical Engineer(s) (GE) - fc 27, Professional license or registration (ex: P.E.), registered in the state(s) where the work is performed (WA, OR, ID, MT)

  • Engineering Geologist(s) (PEG) - no fc, Professional license or registration (ex: P.G., PHG), registered in the state(s) where the work is performed (WA, OR, ID, MT)

  • Geologist(s) (PG, PEG) - fc 30, Professional license or registration (ex: P.G., LG.), registered in the state(s) where the work is performed (WA, OR, ID, MT)



Note: Function codes (fc) are in SF330 Instructions, "List of Disciplines", and reported in Part II - General Qualifications.



3. SF 330 Part I, Section F



Submit five (5) projects that demonstrate your team’s experience performing work similar to that described in this synopsis. To be considered, each project must have been performed within ten (10) years of the date that responses to this synopsis are due. If the firm provides more than five (5) example projects, the Government evaluates only the first five (5) examples in the order presented in the SF330.



Submit one Part I, Section F for each project. If additional room is needed to complete Block 25 because more than six firms from Part I, Section C were involved in the project, attach a continuation page providing only the necessary additional Block 25 information. Alter the firm identifiers in the first column as needed for consistency with Part I, Section C. For each project in Section F, include the project owner’s contact information.



If the firm provides a specific task order as its “project,”" include the base contract number(s) and the task order number(s) for reference purposes. If the firm provides a site-specific contract as its “project,” provide the contract number for reference purposes.



Clearly state in each project description the extent of work (as percentage of fee) performed by the Prime/JV and each team subconsultant, phase of work (percent completed), and date of completion. A completed project is defined as one in which the firm’s performance of the work for which it was hired is 100% complete.



Please note: The Government defines a “project” as work performed at one site or at a single operating site (dam, lock, ect.). An indefinite-delivery/indefinite-quantity (IDIQ) contract or other similar ordering vehicle is not considered a “project.” A single task order issued under an IDIQ or other similar ordering vehicle may be considered a “project.” However, a single “project” may span multiple task orders or contracts if they are for multiple phases of the project at the same site.



4. SF 330 Part I, Section H



Volume of DoD Contracts



Submit one Part I, Section H providing information regarding all DoD A-E contracts awarded to all firms listed in Part I, Section C within the past twelve (12) months from issue date of this synopsis. List all contract numbers, task orders, and modifications, and include their award dates and total negotiated fees. Submit additional pages only if necessary to provide complete information.



5. Past Performance



Submit information regarding past performance as an attachment to the SF 330. For each project submitted in Part I, Section F, submit one of the following:




  • A completed Contractor Performance Assessment Reporting System (CPARS) evaluation, if available.

  • If a completed CPARS evaluation is not available, submit a completed Past Performance Questionnaire (PPQ) for the project. The standard PPQ for USACE is Form PPQ-0 (9/30/11) and is provided as an attachment to this synopsis. Firms are advised to ensure correct phone numbers and email addresses are provided for the client point of contact. Do not submit a PPQ when a completed CPARS evaluation is available.

    • If the firm is unable to obtain a completed PPQ from a client for a project(s) before the submission closing date, the firm should complete and submit the first page of the PPQ, which will provide contract and client information for the respective project(s).

    • Firms should follow up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Kristal Flores, via email at Kristel.M.Flores@usace.army.mil, prior to the submission closing date. Firms shall instruct the clients to refer to the synopsis number in the subject line.

    • PPQs are source selection materials. All successfully submitted PPQs will receive an email confirmation upon receipt. If the firm does not receive the confirmation, it is the firm’s responsibility to follow up to ensure the Government has received the information.





6. SF 330, Part II



Submit one SF330, Part II for each firm listed in Part I, Section C.



Questions and Inquiries about this Synopsis



All inquiries regarding this synopsis will be submitted via ProjNet-BidSM. Telephone and email inquiries will not be accepted. ProjNet-BidSM is a web-based program that allows submitters to post questions regarding the synopsis and to view all questions by other submitters and answers by USACE. ProjNet-BidSM can be accessed through ProjNetSM at https://www.projnet.org/projnet/. To access the ProjNet-BidSM website the first time:




  1. Click the Bid tab

  2. Click Bidder Inquiry. (The Agency is USACE.)

  3. Enter the following information for access:

    • The Bidder Inquiry Key: DCBFIP-FS9XQ8

    • Valid business contact information (e.g., Company name, contact person, business address, phone number and email address). (Required on first project only)

    • Establish secret question and answer which will be used as a password. (Required on first project only).



  4. For subsequent access use your email address, the Bid Inquiry Key and response to the secret question to access the ProjNet-BidSM Module.

  5. Submit questions or review questions and answers. (A firm who submits a question will receive an automated email notification that their question has been received. When an answer is posted to a question, the question and answer is then available for all other bidders to review.

  6. For a specific step-by-step for POSTING YOUR INQUIRIES, is available in the Reference link on the Contract Viewer.

  7. For questions about the ProjNet-BidSM, please contact the Call Center help desk toll free at 1-800-428-HELP, which operates from 8AM to 5PM (Central US time zone). ProjNet-BidSM questions can also be emailed to the helpdesk at staff@rcesupport.com.



The cutoff for questions and inquires is 7 calendar days before Synopsis closes (22-MAR-2023). All submitters will be held to have reviewed the questions and responses in ProjNet-BidSM prior to their submission. Nothing in the synopsis is changed unless an amendment is posted on https://sam.gov/content/home


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 333 SW FIRST AVE
  • PORTLAND , OR 97204-3495
  • 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 >