Z -- Enviromental Remedial Action Contract
ID: N6247024R0072Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVFACSYSCOM ATLANTICNORFOLK, VA, 23508-1278, USA

NAICS

Remediation Services (562910)

PSC

REPAIR OR ALTERATION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE) (Z2QA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, through the Naval Facilities Engineering Command (NAVFAC) Atlantic, is soliciting proposals for an Environmental Remedial Action Contract (N62470-24-R-0072), aimed at providing remediation services for contaminated sites across various states and territories. This procurement is a 100% Small Business Set-Aside, with a total maximum contract value of $95 million, covering one base year and four optional years, and will be awarded as a Cost Plus Award Fee (CPAF) contract. The contractor will be responsible for executing remedial actions in compliance with federal regulations such as CERCLA and RCRA, addressing a range of contaminants at sites including those on the Superfund National Priority List. Interested parties should contact Elizabeth Eliason-Carey at Elizabeth.S.Eliason-Carey.civ@us.navy.mil or 757-322-4844 for further details, and must ensure registration in the Procurement Integrated Enterprise Environment (PIEE) as outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The government document is an overview of multiple federal requests for proposals (RFPs) and grants, aimed at enhancing various sectors through allocated funding. Key topics include the distribution of financial resources to state and local projects, federal initiatives, and community development efforts. It emphasizes the importance of compliance with federal regulations and standards for recipients. The document outlines various criteria for eligibility, including necessary qualifications and reporting requirements that applicants must fulfill to secure funding. Additionally, it highlights the importance of transparency and accountability in managing these grants. By delineating the procedural framework for applying for these federal funds, the document serves as a guide for organizations aiming to leverage government support for their development projects, thereby fostering community growth and infrastructure improvement. The overall purpose is to ensure effective allocation of resources while maintaining regulatory oversight and facilitating economic and social development through strategic funding opportunities.
    The document outlines a set of directives relevant to safety and health standards within the U.S. Army Corps of Engineers (COE) and associated construction and testing environments. Key regulations include the current versions of the COE's “Safety and Health Requirements Manual” and OSHA standards addressing workplace safety. Additionally, it references multiple ASTM standards that evaluate organizations involved in the testing and inspection of materials like steel, concrete, and soil, ensuring adherence to construction and engineering criteria. Security guidelines from the Industrial Security Manual and regulations regarding classified material safeguard against espionage, emphasizing the importance of compliance in government-related projects. These directives form a framework that contractors and grantees must follow to ensure safety, quality control, and regulatory compliance in federal and state project proposals.
    The document appears to reflect issues related to government procurement processes, likely within the context of Requests for Proposals (RFPs) and federal grants at various governmental levels. The document discusses protocols related to hazardous materials, compliance measures, and stipulations for environmental safety in projects that involve alterations to existing structures. Key points include the identification of hazardous substances such as asbestos, and hazardous waste materials that necessitate mitigation efforts prior to any construction activities. It emphasizes the importance of adhering to health and safety regulations, including abatement procedures to manage these materials effectively. The document serves as a guide for ensuring compliance with applicable laws and regulations, thereby safeguarding the environment and ensuring public safety during construction activities. Altogether, the document highlights the critical need for thorough assessments and risk management in project planning phases, stressing the responsibilities of contractors and regulatory compliance to protect both workers and the public.
    The document outlines the requirements for completing Attachment JL.12, Factor 1 Corporate Experience Form, for the government solicitation N62470-24-R-0072. Offerors must provide detailed information about their corporate experience through specific sections of the form, which includes data on standalone and Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts. The document emphasizes adherence to the form's format, with projects not submitted accordingly being ineligible for evaluation. Essential information required includes firm details, contract values, performance history, and descriptions of technical and administrative complexities associated with the contracts. The form also includes tables to document the types and extent of work performed, task order completion statuses since November 2021, and interaction with regulatory authorities. A final section calls for detailed summaries of work accomplishments relevant to the solicitation’s requirements, including the nature of contaminants handled and any innovative technologies employed. This structured approach facilitates systematic evaluation of offerors' corporate experience in relation to the proposed project.
    The document outlines the requirements for offerors responding to a federal Request for Proposals (RFP) regarding specialized technical experience in remediation methods. It requires bidders to indicate their relevant experience in specific remediation methods across three example projects. Key methods listed include soil covering, landfill capping, contaminated soil excavation, and various techniques for managing sediment and hazardous materials. The offerors must provide contract titles for each example project, and only one form is allowed for all submissions. This framework aims to ensure that potential contractors demonstrate competency in a range of environmental remediation services, which is critical for the evaluation of their corporate experience under the solicitation guidelines. Overall, it serves as a structured approach to assess technical capabilities essential for fulfilling federal and state-level projects that address environmental remediation efforts.
    The Award-Fee Plan for Environmental Remedial Action Contract N62470-24-R-0072 outlines the framework for evaluating contractor performance and determining earned award fees based on specific criteria under Cost Plus Award Fee (CPAF) Task Orders. The contract includes a one-year base period and four optional years, focusing on program management and technical services supporting environmental remediation. Performance evaluations occur every six months by the Award Fee Evaluation Board (AFEB) and the Fee Determining Official (FDO), who make unilateral decisions regarding fee distribution based on the evaluations. The plan allows for changes and adjustments to the evaluation criteria, ensuring transparency and documentation throughout the evaluation periods. Additionally, detailed evaluation criteria are provided for Program Management and Technical Services, emphasizing quality management, cost control, and effective communication. The structure highlights responsibilities of government personnel in the evaluation process and defines the methodologies for assessing contractor performance. This plan exemplifies the federal contracting process, promoting accountability and incentivizing contractors to meet and exceed performance standards in environmental remediation efforts.
    The NAVFAC/USACE Past Performance Questionnaire (Form PPQ-0) is designed for contractors to detail their project experience and performance to assist in federal procurement evaluations. Contractors complete sections on their firm’s information, contract specifics, project descriptions, and client details. Clients, in turn, assess the contractor's performance based on various criteria, including quality of work, timeliness, customer satisfaction, management effectiveness, cost management, safety compliance, and general responsiveness to contractual obligations. They assign ratings ranging from "Exceptional" to "Unsatisfactory" for each performance aspect. The completed questionnaire will be submitted with proposals and can be reused for future submissions. The government retains the right to verify the provided information. This document plays a critical role in the evaluation process for federal RFPs and grants, emphasizing performance history in contractor selection, which is essential for maintaining quality in federal projects.
    The document is a submission of direct labor bid and billing rates for various personnel categories related to a federal government contract (N62470-24-R-0072). It lists multiple key personnel roles, including Program Manager, Senior Project Engineer, Quality Control Program Manager, and several others, each with a bid rate and a percentage mark-up for direct labor. Notably, all bid rates are indicated as $0.00, suggesting no current financial proposals or existing salaries for these positions. The structure stipulates that ceiling rates must stay below 15% above proposed rates and lists necessary disclaimers regarding additional labor categories and wage rate requirements. This submission is crucial for setting financial parameters for upcoming projects and ensuring compliance with labor standards in government contracts, thereby reflecting transparency and accountability in the bidding process. Overall, the document serves as a vital component for establishing labor costs in line with federal guidelines and contract specifications.
    The document pertains to the Direct Labor Rate Escalation Submission for federal contracts under solicitation N62470-24-R-0072. It details various labor categories, notably key personnel roles such as Program Manager, Project Engineer, and Safety Manager, each listing a labor rate of $0.00 and an escalation factor of 0%. The submission specifies that labor rate ceilings must not exceed 15% over proposed hourly rates and prohibits adding additional labor categories outside those specified. It includes a table layout for potential individual/average labor rates across multiple option years, though rates listed are currently marked as zero. This information is structured to comply with Service Contract Labor Standards and is critical for ensuring transparency in pricing for government contracts while maintaining the requirements outlined in the solicitation. Adherence to these guidelines is necessary for eligible contractors to participate effectively in the bidding process and ensure proper compensation for labor under the contract.
    The document pertains to the identification of uncompensated overtime ratios for employees exempt from the Fair Labor Standards Act (FLSA) in response to a federal Request for Proposal (RFP), N62470-24-R-0072. The primary purpose is to instruct offerors to complete a table that identifies the proposed ratio of uncompensated overtime applicable to all FLSA-exempt personnel within a specific labor category throughout the contract duration. Key points include the definitions of terms like 'Base Hourly Rate' and 'Proposed Rate Adjusted for Uncompensated Overtime,' alongside a formula to calculate the ratio of hours worked over the standard 40-hour workweek. For example, if a Project Manager works 42 hours, the ratio would be 95.2%, and this would adjust the base hourly rate accordingly. Additional guidance is referred to in Section L of the solicitation. This SOP clarifies the expectations for potential contractors regarding labor compensation and overtime implications in their proposals, ensuring compliance with federal labor standards while maintaining cost-effectiveness in project execution. Overall, it outlines a systematic approach for the evaluation of labor cost proposals related to uncompensated overtime for government contracts.
    The document outlines instructions for completing Attachment JL.4, related to the indirect rates build-up and award fee application relevant for contractors involved in federal projects. It emphasizes the use of base indirect rates in accordance with established accounting practices for the base and option years. Offerors are required to complete the document in Microsoft Word and provide it in Excel format to maintain calculative transparency. The section also instructs bidders to detail the expected distribution of work among the prime contractor, joint venture partners, and cost-reimbursable subcontractors. Key components include specifying indirect cost elements such as fringe, overhead, and general and administrative expenses while noting that the award fee will not apply to cost-reimbursable subcontractors' costs at any tier. Each option year is structured similarly, allowing for continuity in submissions. This document serves as a guideline to ensure clarity and compliance in the financial components of proposals, reflecting the government’s standards for procurement and contract management.
    The document provides instructions for completing Attachment JL.5, a form essential for the federal government’s indirect ceiling rate and award fee application. It outlines that offerors must adjust indirect rate categories according to their accounting systems and submit the form in both Microsoft Word and Excel formats. The form requires detailed cost elements including Fringe, Overhead, General and Administrative (G&A), and award fee rates for multiple contract years (Base Year and Option Years 1-4). Instrumental to the proposal, the multiplier rate is emphasized; it is not an indirect ceiling rate itself but is used to demonstrate how indirect rates and award fees apply across various cost elements. The document clarifies that if actual indirect rates fall below proposed maximum rates, actual rates will be applied instead. The instructions address multiple sections of the solicitation/contract for further guidance. In summary, this document serves as a guide for offerors to appropriately calculate and report indirect costs and award fees, ensuring compliance with government contracting standards.
    The document outlines the maximum direct hourly labor rate ceilings for Service Contract Labor Standards (SCA) and Wage Rate Requirements (Construction) (DBA) labor categories associated with a federal contract, referenced as N62470-24-R-0072. It specifies that these ceilings are defined at the applicable wage determination plus an undisclosed percentage. Furthermore, if the actual labor rates incurred during contract execution are lower than the established maximums, the actual rates will apply. Additional details can be found in Sections H6 and L of the related solicitation or contract. This document serves to clarify wage standards and compliance requirements for contractors involved in federal projects, ensuring adherence to labor regulations and fair compensation practices within construction and service contracts. It reflects the government's commitment to transparency and standards in contracting procedures.
    The document outlines the requirements for firms submitting proposals in response to an RFP (Request for Proposal), specifically concerning the reporting of their indirect rates. Bidders must fill out a specified table detailing their fiscal year periods, historical and year-to-date indirect rates, and their proposed rates, aligning with previously provided attachments referred to in the solicitation. They are required to indicate whether their historical rates have been government audited and provide relevant audit reports or determinations. If not audited, they must mention if they have submitted rates for audit and provide pertinent details regarding the cognizant Defense Contract Audit Agency (DCAA) office. Additionally, the rates to be reported include categories such as Fringe, Home Overhead, Field/Site Overhead, Material & Subcontracts Handling, and General & Administrative (G&A) costs. This document is an integral part of the RFP process, focusing on cost proposal transparency and fiscal accountability for government contracting engagements.
    The document pertains to the proposed rate for the Program Management Office (PMO) within the context of a federal request for proposals (RFP) identified as N62470-24-R-0072. It specifies that the proposed PMO rate must not exceed 3%, with references to additional pertinent information found in Sections C, H24, and L of the solicitation or contract. The emphasis on the rate cap serves to standardize costs associated with program management, ensuring that proposals remain competitive while adhering to federal guidelines for budgeting and financial planning in government contracts. This rate will likely impact how contractors formulate their bids, balancing the need to provide quality management services against the restriction on overhead costs. The document underscores the importance of compliance with government spending regulations and the strategic allocation of resources in federal contracting.
    The document outlines the Cost Model Base Year and Option Years 1 to 4 for the federal RFP N62470-24-R-0072. It details direct labor costs, labor categories, hours, and associated costs for various key personnel and task roles, emphasizing the required labor rates. The structure includes sections for direct labor, indirect costs, and an overview of total expenses including travel, fixed-price subcontracts, and general administrative costs. The document stipulates that rates must be provided for all labor categories and that no alterations can be made to labor categories or costs associated with travel or subcontractors. The purpose of the document is to create a standardized cost model for proposal submissions, ensuring transparency and compliance with federal contracting requirements. Further instructions emphasize the necessity of submitting the document in Excel format with intact calculations for accuracy in cost assessments. This model serves as a key reference for contractors to outline their proposed costs accurately while adhering to federal guidelines.
    The document outlines a Request for Proposal (RFP) for an Environmental Remedial Action Contract, specifically N6247024R0072, issued by the U.S. Navy. The contract aims to secure services for remedial actions at environmentally contaminated sites across various locations, including Navy and Marine Corps installations. It specifies a minimum guaranteed contract value of $10,000 and a total maximum value of $95 million over several option years. Key responsibilities of the contractor include providing personnel and materials for emergency responses, conducting remedial and removal actions, and ensuring compliance with numerous federal regulations like CERCLA and RCRA. The contractor is also accountable for employing various remediation methods, including bioremediation, excavation, and capping. Personnel requirements are stringent, mandating qualified staff for key roles such as Program Manager, Safety Manager, and Project Scientist, each with specific academic and professional credentials. The RFP emphasizes adherence to environmental protections during project execution, necessitating compliance with numerous regulatory frameworks. The document details contract management expectations, including reports, financial oversight, and project updates, ensuring clarity in communication and operational efficiency. Overall, this RFP underscores the government's commitment to environmental remediation and regulatory compliance within the framework of federal contracting.
    The document appears to be corrupted and contains unreadable or garbled text, making it impossible to ascertain a clear main topic, key ideas, or supporting details that would be typical for government requests for proposals (RFPs) or grants. Given that RFPs typically outline the government's needs and requirements for potential contractors, the original content's core message and intent cannot be extracted or summarized effectively as intended. In these types of documents, one would generally expect details regarding funding opportunities, project objectives, application guidelines, selection criteria, and deadlines. However, without accessible information, it's crucial to refer to a flawless version of the file to provide an accurate and coherent summary reflecting the document's purpose. Therefore, the file in question cannot be summarized or analyzed meaningfully due to its corrupted state, which precludes the extraction of relevant content regarding government RFPs or grants.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    N62470-24-R-0058
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Atlantic (NAVFACSYSCOM ATLANTIC), is seeking proposals for a Cost-Plus-Award-Fee (CPAF) Indefinite-Delivery, Indefinite-Quantity (IDIQ) single award contract for architect and engineering (A-E) environmental support services. The primary objective of this procurement is to provide comprehensive long-term environmental action support for the Navy, specifically within NAVFAC Atlantic's areas of responsibility, which include the NAVFAC Mid-Atlantic, NAVFAC Washington, NAVFAC Europe Africa Central (EURAFCENT), and Puerto Rico. These services are crucial for ensuring compliance with environmental regulations and supporting the Navy's sustainability initiatives. Interested parties can reach out to Anna Bellinger at anna.bellinger@navy.mil or 757-322-4920, or Rebecca Douglas at rebecca.douglas@navy.mil or 757-322-4704 for further information. An amendment (0001) has been issued, and interested firms should refer to the PIEE Solicitation Module for additional details.
    R--Services to perform remedial activities and environmental contaminated sites predominately at Navy and Marine Corps installations.
    Buyer not available
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY: Services to performing remedial activities at environmentally contaminated sites predominately at Navy and Marine Corps installations. This procurement is seeking services for performing remedial activities at environmentally contaminated sites, primarily at Navy and Marine Corps installations. The sites include those ranked on the Superfund National Priority List (NPL) and non-NPL sites regulated under various environmental acts. The work will be performed at various locations within Naval Facilities Engineering Command, Southwest (NAVFAC SW) footprint, with a focus on California. The contract may be a Multiple Award Contract with a maximum value of $240M. Small and large businesses may be eligible to participate. An Industry Day will be held on July 25, 2016, in San Diego, CA, for interested firms to learn more about the technical services required.
    Environmental Protection Agency (EPA), Single- Award Task Order contract (SATOC) for the American Creosote Site (ACW) in Jackson, TN
    Buyer not available
    The Department of Defense, through the United States Army Corps of Engineers (USACE) Savannah District, is soliciting proposals for a Single-Award Task Order Contract (SATOC) valued at approximately $90 million for environmental remediation services at the American Creosote Site (ACW) in Jackson, TN. The contract aims to address hazardous toxic and radioactive waste, including tasks such as assessment, investigation, and removal of environmental contaminants, while explicitly excluding military munitions response services. This procurement is a total small business set-aside, emphasizing the importance of small business participation in federal contracts, and the proposal submission deadline is set for February 5, 2025, at 2:00 PM Eastern Time. Interested contractors should register in the System for Award Management (SAM) and submit proposals electronically via the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module, with further inquiries directed to David Jimenez at david.a.jimenez@usace.army.mil or Chad Arnett at chad.a.arnett@usace.army.mil.
    Welsbach Remedial Action SATOC
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide Environmental Remediation Services for the Welsbach Superfund Site located in Gloucester City and Camden, New Jersey. The procurement aims to identify firms capable of conducting remedial action activities, including excavation, transportation, and disposal of radiologically contaminated soil, as well as environmental monitoring and project management. This initiative is critical for addressing contamination at a multi-property site that includes former gas mantle manufacturing facilities and surrounding properties, with a total contract value anticipated at $95 million over a five-year period. Interested firms must respond to the Sources Sought notice by submitting their qualifications and relevant project experience to Lauren Minzenberger at lauren.o.minzenberger@usace.army.mil, with the solicitation expected to be published in Fiscal Year 2025.
    Sources Sought Notice-Remedial Action at Roebling Steel Superfund Site
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, Kansas City District, is seeking qualified small businesses to provide environmental remediation services at the Roebling Steel Superfund Site in New Jersey. The objective of this Sources Sought Notice is to identify firms capable of conducting remedial action activities, including the installation of a soil cap, building demolition, and the management of contaminated materials, as part of a phased remediation approach mandated by the EPA. This opportunity is crucial for addressing significant environmental contamination resulting from historical steel manufacturing operations at the site, which spans approximately 200 acres. Interested firms are encouraged to submit their qualifications and relevant project experience by emailing Heather Scott at heather.a.scott@usace.army.mil, with the anticipated contract value ranging between $25 million and $100 million and a projected performance period of five years, with solicitation expected in Fiscal Year 2025.
    Environmental Services for Non-Hazardous Waste Removal/Disposal Services at Norfolk Naval Shipyard, Portsmouth, Virginia
    Buyer not available
    The Department of Defense, through the Naval Facilities Engineering Command Mid-Atlantic, is soliciting proposals for environmental services related to the removal and disposal of non-hazardous waste at the Norfolk Naval Shipyard in Portsmouth, Virginia. The procurement aims to ensure efficient and compliant waste management services, which are critical for maintaining operational readiness and environmental standards at the facility. This opportunity is set aside for small businesses under the Small Business Administration guidelines, with the relevant NAICS code being 562111 for Solid Waste Collection. Interested parties can reach out to Christine Briggs at christine.t.briggs2.civ@us.navy.mil or by phone at 757-341-0090, or Asia Bracey at asia.c.bracey.civ@us.navy.mil or 757-341-1226 for further details.
    Remedial Action Operations at Former Fort Devens, Devens, Massachusetts
    Buyer not available
    The Department of Defense, through the U.S. Army Corps of Engineers, New England District, is seeking qualified contractors for an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract focused on environmental services and remedial action operations at the former Fort Devens and the former Sudbury Training Annex in Massachusetts. The contract, set aside for the SBA 8(a) Business Development Program, will encompass long-term monitoring, operations and maintenance activities, remedial action operations, and community relations support, particularly addressing contaminants such as solvents, petroleum, metals, and per- and polyfluoroalkylated substances (PFAS). This initiative is critical for the ongoing environmental remediation efforts at these sites, which have been under federal oversight since being placed on the National Priorities List in 1989. The total contract capacity is $25 million, with a five-year ordering period anticipated to begin with a solicitation release in early 2025. Interested parties can contact Brian Mannion at brian.t.mannion@usace.army.mil or by phone at 978-318-8478 for further information.
    SPE603-25-R-0503 DFSP Norwalk and DFSP San Pedro Environmental Services
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Energy, is soliciting proposals for environmental services at the Defense Fuel Support Points (DFSP) in Norwalk and San Pedro, California, under solicitation SPE603-25-R-0503. The procurement aims to secure indefinite-delivery indefinite-quantity (IDIQ) firm fixed-price contracts for environmental remediation, compliance, and facility maintenance services, with a primary goal of site closure and restoration while adhering to regulatory requirements. This initiative is crucial for managing environmental liabilities and ensuring compliance with federal, state, and local regulations, particularly concerning contamination from petroleum hydrocarbons and per- and polyfluoroalkyl substances (PFAS). Interested parties must register in the System for Award Management (SAM) and submit their proposals by the specified deadlines, with a total estimated funding of $2.5 million for Norwalk and $7 million for San Pedro, and a performance period from July 1, 2025, to June 30, 2029, with an option for a six-month extension. For further inquiries, contact Rhoji Fernandez at Rhoji.Fernandez@DLA.mil or Mark A. Laskoski at mark.laskoski@dla.mil.
    Mold Remediation, Mold Removal - Naval Weapons Station Earle
    Buyer not available
    The Department of Defense, through NAVFACSYSCOM Mid-Atlantic, is soliciting quotes for mold remediation and removal services at Naval Weapons Station Earle in Colts Neck, New Jersey. The project aims to address mold contamination in buildings C-10, C-11, and C-12, covering approximately 15,000 square feet, and includes tasks such as mold remediation, insulation removal and replacement, and post-remediation testing, all while adhering to strict safety and environmental regulations. This initiative underscores the importance of maintaining environmental integrity and safety standards in federal facilities, while also providing opportunities for small businesses under a Total Small Business Set-Aside. Interested contractors must submit their quotes by 11:00 AM EST on February 14, 2025, following a mandatory site visit scheduled for January 29, 2025, and can direct inquiries to Shelley Toribio at shelley.toribio@navy.mil or Joseph Henrius at joseph.p.henrius.civ@us.navy.mil.
    Remediation MATOC
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers (USACE) - Europe District, is seeking qualified firms to provide environmental investigation and remediation services under a Multiple Award Task Order Contract (MATOC) for the Remediation MATOC project. The primary objective of this procurement is to support the Army Environmental Cleanup Strategy (AECS) by executing various environmental services, including site inspections, environmental assessments, and cleanup activities at military installations across Germany, Benelux, and Poland, ensuring compliance with U.S. and Host Nation environmental regulations. This contract, valued at approximately $45 million over a five-year period, emphasizes performance-based contracting and requires contractors to maintain quality control and safety protocols during operations. Interested firms must submit their letters of interest and relevant qualifications to SFC Sterling Alphonse at sterling.j.alphonse@usace.army.mil and Christian Solinsky at christian.solinsky@usace.army.mil by February 19, 2025, at 10:00 hours Central European Summer Time.