Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
MODIFICATION

Y -- Prequalification of Sources for Cutoff Wall Levee Improvement Construction Contracts

Notice Date
4/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-18-S-1618
 
Point of Contact
Gregory L. Treible, , Mary H. Chong, Phone: 9165576886
 
E-Mail Address
Greg.L.Treible@usace.army.mil, mary.chong@usace.army.mil
(Greg.L.Treible@usace.army.mil, mary.chong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Prequalification of Sources For Cutoff Wall Levee Improvement Construction Contracts For the United States Army Corps of Engineers, Sacramento District This is a PREQUALIFICATION OF SOURCES announcement, issued in accordance with DFARS 236.272 and the U.S. Army Corps of Engineers Acquisition Instruction (UAI) 5236.272. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Respondents will be notified of the results of the Prequalification of Sources Selection. The U.S. Army Corps of Engineers (USACE), Sacramento District is seeking to create a Prequalified Sources List (PSL) for levee improvement cutoff wall construction within the Sacramento Valley. Cutoff wall construction shall be self-performed by the prime contractor and the prime must manage or self-perform other aspects of the project. The objective of the Prequalification of Sources process is to identify and select responding firms that demonstrate the capacity and capability to successfully support critical USACE cutoff wall construction projects and thus establish a PSL. Identifying and selecting prequalified sources will be based solely on the responding firm's ability to meet the specific criteria that assess the firm's bonding capability, capability to concurrently complete large construction projects, previous experience completing a large cutoff wall construction project, financial accounting capabilities to support potential government fixed-price contracts, and past performance. The selection process will be objective in that responding firms either meet or fail to meet the criteria. Failure to meet any one of the criteria may result in non-selection. The criteria were designed to ensure selection of clearly qualified contractors with experience and capability relevant to the anticipated requirements, provide competition, and minimize subjectivity in the Government's assessment. The PSL will be available for use while other acquisitions are underway for similar requirements. The PSL will be reviewed annually to ensure a legitimate need exists. Presently, the Government anticipates at least nine contract actions over the next five years. As such, it is likely that a legitimate need will continue for the next 72 months. The PSL will be used as a vehicle to solicit several stand-alone "C" type construction contracts where the high-end of any single contract is not expected to exceed $53m at this time. This, however, does not preclude the Government from soliciting and awarding a contract in excess of this amount if determined to be in the Government's best interest. After the PSL is established, the Government intends to proceed by issuing solicitations using FAR Part 14 procedures (i.e., Invitation for Bid (IFB)). However, the Government reserves the right to issue solicitations using FAR Part 15 (i.e., Contracting by Negotiation (i.e., Best Value using Lowest Price Technically Acceptable up to and potentially including Trade-Off)) when determined to be in the Government's best interest. The SPK projects that are likely to be constructed under stand-alone contracts that will be advertised to the firms on the PSL include cutoff walls using conventional, Deep Mix Method (DMM) / Deep Soil Mixing (DSM) / Cutter Soil Mixing (CSM) / One Pass Trenching (OPT) / or Trench Cutting Re-Mixing Deep Method (TRD) methods and conventional materials including soil bentonite and/or slag cement-cement bentonite. Projects will be located within the Sacramento Valley with a particular focus on levee improvements to the Natomas Basin, Sutter Basin, Yuba River Basin, and West Sacramento Basin. The North American Industry Classification System (NAICS) code for procurements offered to firms on the Prequalified Sources list is 237990, Other Heavy and Civil Construction, which has a small business size standard of $36.5M. Bonding Requirements: Pursuant to the Miller Act, Performance and Payment bonds shall be provided for each project awarded under the PSL. Notice to Proceed (NTP), will not be issued until after the successful bidder or offeror provides sufficient bonding to cover the work required as communicated under the project solicitation. To be considered qualified for the PSL, firms must meet the following minimum requirements: 1. Satisfactorily self-performed and completed construction of at least three soil bentonite or slag cement-cement-bentonite cutoff walls in the last 10 years. Each project must meet the following criteria: a a minimum of 45 feet deep, b 30-inches wide, c 1,000 feet long, and d Permeability of no more than 1x10-6 cm/sec. Self-performance is defined as: operating the trench excavator or Deep Mix Method (DMM) / Deep Soil Mixing (DSM) / Cutter Soil Mixing (CSM) / One Pass Trenching (OPT) / Trench Cutting Re-Mixing Deep Method (TRD) equipment, setting up and operating the batch plant and delivery system to the cutoff wall location, and all associated work with constructing the cutoff wall. The mix design is not considered part of the self-performance requirement. The contracts contemplated for award under the PSL may have different specifications for different methods. Although a contractor may be qualified for one method, they may not be qualified for every method. However, to be added to the PSL, a contractor need only demonstrate the capability (with respect to the self-performance standard) of operating the trench excavator and/or any of the following methods: DMM, DSM, CSM, OPT, TRD. 2. Satisfactorily performed and completed the construction of at least three levee projects including either (1) levee construction, or (2) levee degrading and reconstruction for the purpose of cutoff wall construction. Each project submitted for experience must have included a minimum levee embankment quantity of 75,000 cubic yards. 3. Must have a single bonding capability of at least $10m and aggregate bonding capability of at least $30m. 4. Past Performance information that demonstrates satisfactory ratings on for the projects used to demonstrate previous experience; and/or that indicates a recommendation to use the contractor for future projects (e.g., CPARS evaluation). 5. Certification that all responses to this Prequalification of Sources sources-sought notice are accurate and complete by a principal of the firm. All firms submitting documentation meeting the standards for prequalification will be placed on the PSL and will receive fair opportunity to compete for each action advertised to the firms on the Prequalified of Sources List. Rolling Admissions: After the Prequalified Sources List has been established, firms that wish to be added to the List may submit responses at any time according to the instructions stated in the original PSL announcement. The Government reserves the right to review a submission and notify a firm of its acceptance status within (30) calendar days after acknowledging receipt of a submission. Solicitation Process: 1. The Government will provide all of the firms on the Prequalified Sources List notification of its intent to advertise a requirement. The notification will include a brief summary of the requirement, and a request for each firm to provide the Government with a positive or negative statement of interest in proposing on the project. Additionally, a notice will be posted on FBO.gov for subcontractor opportunities only. To be clear, the FBO.gov announcement will not serve as an invitation for bidders that are not already on the Prequalified Sources List. 2. The firms will be provided a closing date by which they must respond positively or negatively to their interest in competing on the specific project. Any pre-qualified firm that fails to respond to the notification of intent within the allowed time will not be considered for award. In addition to indicating an interest in the project, small businesses on the Prequalified Sources List must also provide proof of sufficient bonding capacity. If the solicitation is issued as a small business set-aside (see para. 3 below), then proof of bonding capacity will have been used to demonstrate that the small business concern can responsibly compete. 3. After the specified closing date for receipt of interest, the Government will consider whether the "rule of two" is met per FAR 19.502-2(b) to determine if the project must be set aside for the small businesses on the list. If the "rule of two" is met, then an IFB solicitation will be issued among only those small business firms on the prequalified list. 4. Per FAR 36.103(a), contracting officers shall use sealed bid procedures for a construction contract if the conditions in 6.401(a) apply. Therefore, the Government will consider if: a. Time permits the solicitation, submission, and evaluation of sealed bids; b. The award will be made on the basis of price and other price-related factors; c. It is not necessary to conduct discussions with the responding offerors about their bids; and d. There is a reasonable expectation of receiving more than one sealed bid. 5. SPK expects that these conditions will be met for most if not all contract actions contemplated for use with the PSL. However, in the event that one of these conditions is not met; or if it is determined to be in the Government's best interest to consider entering into discussions with offerors, then the Government reserves the right to issue Requests for Proposals (RFP) and follow procedures prescribed in FAR Part 15. 6. As it is expected that most if not all contemplated projects will proceed as FAR Part 14 acquisitions, the date of bid opening will generally be 30 days after issuance of an IFB. 7. The bid results will be made available to all bidders (i.e., those contractors on the PSL that actually submitted a bid - but not those contractors on the PSL that did not bid). 8. Upon identification of the apparent-low bid, the bid will be reviewed for conformity to the solicitation requirements (i.e., responsiveness) and contractor responsibility must be considered. 9. After an affirmative determination of contractor responsibility is made per FAR 9.104., the Government will proceed with contract award. Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Safe File Exchange: Solicitations will be distributed via AMRDEC Safe to those contractors that indicated a positive interest in the project at hand and intent to bid using AMRDEC Safe. Requests for Information: Interested parties shall submit questions concerning this announcement via Bidder Inquiry in ProjNet at www.projnet.org/projnet. 1. To submit and review bid inquiry items, interested parties will need to be a current registered user or self-register in the system. To self-register, go to the aforementioned web page and click on the BID tab, select Bidder Inquiry, Select agency USACE, and enter the Bidder Inquiry Key for this announcement (listed below), your email address, and then click <login>. Verify all information on the next screen is correct and click <continue>. 2. From this page, you may view all bidder inquiries or add an inquiry. 3. Interested parties will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by the Government Technical Review Team. 4. The Sources Sought number is: W91238-18-S-1618 5. The Bidder Inquiry key is: 77R29W-AIAJEC 6. Interested Parties are requested to review the Bidder Inquiry System for answer to questions prior to submission of a new inquiry. 7. The Bidder Inquiry call center can be contacted with questions concerning the use of Bidder Inquiry. The call center operates weekdays from 8am to 5pm Central time. The telephone number for the call center is 800-4289-HELP. Responses to this Prequalification of Sources announcement shall contain: 1. A Completed Prequalification of Sources Capabilities Statement clearly demonstrating how the firm meets the minimum qualification requirements contained herein. This submission must be signed by a principal of the firm to be considered valid. Submissions with electronic signatures are acceptable and have the full force and effect of ink signatures. 2. A letter from your firm's surety documenting the single bonding capability of at least $10m and the aggregate bonding capability of at least $30m. Interested Firms shall respond to this Prequalification of Sources Announcement no later than 27 April 2018. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to Gregory Treible at Greg.L.Treible@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-S-1618/listing.html)
 
Record
SN04897811-W 20180425/180423230623-bee425a9e229a3738778d4007ee5a0a0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.