Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2018 FBO #6082
MODIFICATION

Y -- Prequalification of Sources #2 for Horizontal Construction Contracts For Southwestern Border Security and Immigration Enforcement Improvements

Notice Date
7/17/2018
 
Notice Type
Modification/Amendment
 
NAICS
237310 — Highway, Street, and Bridge 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
W9126G18RBI01
 
Archive Date
8/16/2018
 
Point of Contact
Donald C. Sumner, Phone: 8178861341
 
E-Mail Address
donald.c.sumner@usace.army.mil
(donald.c.sumner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
***THIS ANNOUNCEMENT IS POSTED ON BEHALF OF USACE FORT WORTH DISTRICT*** This is a PREQUALIFICATION OF SOURCES announcement, issued in accordance with DFARS 236.272. 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), Fort Worth District is seeking to create a Prequalified Sources List for horizontal construction projects in support of the Department of Homeland Security (DHS) Border Infrastructure Program in the states of California, Arizona and Texas. The Prequalified Sources List will be available for use while other acquisitions are underway for similar requirements. It is anticipated that use of the Prequalified Sources List will occur for up to 18 months after the list is established, and possibly longer. The Prequalified Sources List will be used as a vehicle to solicit several stand-alone "C" type construction contracts with a total value of up to approximately $1.8B. Only firms on the Prequalified Sources List will be eligible to compete for these solicitations. The Border Infrastructure projects that are likely to advertised to the firms on the Prequalified Sources List include a mix of border fence, border patrol roads, border access roads, border lights, border gates (for access to border monuments, for maintenance, and for Border Patrol operational use), border drainage improvements, levee walls, and other miscellaneous improvements, repairs, and alterations. The North American Industry Classification System (NAICS) code for procurements offered to firms on the Prequalified Sources list is 237310, Highway, Street, and Bridge Construction, which has a small business size standard of $36.5M. Bonding Requirements (Specific to Individual "C" type Contracts to be Awarded): Pursuant to the Miller Act, Performance and Payment bonds shall be provided for each project awarded under the Prequalified Sources List. Notice to Proceed (NTP), will not be issued until after the selected offeror provides sufficient bonding to cover the work required as communicated under the project solicitation. Process for Qualification: The Prequalified Sources List will be established by Fort Worth District. The DHS projects intended to be awarded via solicitation to the Prequalified Sources List may be awarded by Fort Worth District, Albuquerque District, Galveston District, or Los Angeles District. An industry day conference will be held via webinar approximately 10 days after this announcement is posted and will be open to parties interested in being considered for inclusion in the Prequalified Sources List. Specific time and location will be announced via amendment to this posting within 72 hours of the initial announcement. To be considered qualified for the Prequalified Sources List, firms must meet the following minimum requirements (additional information on required responses is detailed in the attached questionnaire including standards of acceptability where applicable): 1. Single bonding capability of at least $150M and aggregate bonding capability of at least $350M. 2. Capability to perform at least three $150M+ construction contracts concurrently. 3. Completed a horizontal construction contract in the Contiguous United States with a contract price of $150M or more within the last five years (including identification of the project and a brief description.) Offerors should also include the past performance rating (if any) by the owner on the questionnaire (criteria 4.), if the offeror was rated. 4. Demonstration of Satisfactory or Above Past Performance Record. 5. An accounting system that can support Fixed-Price Economic Price Adjustment (FPEPA) and Fixed-Price Incentive Firm Target (FPIF) contracts. 6. Ability to successfully comply with the provisions of FAR 52.219-8, Utilization of Small Business Concerns. 7. Acceptable responses on implementation approach for construction of the planned type of border infrastructure in a remote construction sites in the Southwestern United States adjacent to the International Border with Mexico. (Refer to the Prequalification of Sources Questionnaire for acceptability criteria and additional details). 8. Certification that all responses to the Prequalification of Sources Questionnaire are accurate and complete by a principal of the firm. Past Performance (Criteria 4): Offerors are required to provide customer reference name(s), company affiliation and current contact information (phone number and email address) for the horizontal construction contract in the Contiguous United States with a contract price of $150M or more within the last 5 years (completion date no earlier than July 2013) referenced in questionnaire item 3. For Federal projects submitted, the Offeror should submit finalized CCASS or CPARS reports, otherwise the customer reference(s) and contract information in response to the FBO questionnaire will be considered for the Offeror and its team members. The Government may contact the Offeror's provided project reference to evaluate the overall level of satisfaction. References identified in 3e may be asked to comment on items such as quality of service, timeliness, adherence to contract schedules, including the administrative aspects of performance, management of the work, subcontract management, including timely payment to subcontractors or suppliers, ability to resolve problems quickly and effectively, safety, relations between the owner and contractor, level of support, and professional and accurate communication exchanges. Past Performance information (e.g. CCASS or CPARS reports) submitted by offerors under Factor 4 will be considered and verified. The Selection Panel will be provided any relevant past performance information from Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture or teaming arrangement) identified in the offeror's responses, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the Offeror. All complete submissions will be evaluated by a Source Selection Evaluation Board (SSEB). All offerors rated as Acceptable by the SSEB for all eight factors will be placed on the Prequalified Sources List and will receive fair opportunity to compete for each action solicited from the established Prequalified Sources List. As noted, the purpose of the Prequalified Sources List is to facilitate solicitation of several specific standalone "C" type contracts. All such contracts solicited from the Prequalified Sources List are expected to be Design-Build (DB). Responses submitted to the Prequalification of Sources Questionnaire and associated narrative responses will be used to determine qualification for the Prequalified Sources List, but may also be used in Phase I of the two-step DB selection process for contracts solicited from the Prequalified Sources List. Project-Specific Phase I Solicitation Procedures: 1. The Government will provide all firms on the Prequalified Sources List notification of its intent to advertise a requirement. The notification will include a brief summary of the requirement, specific evaluation criteria for Phase I, general information about the evaluation criteria that will be used for the Phase II solicitation, and a request for each firm to provide the Government with responses to the evaluation criteria and a positive or negative statement of interest in proposing on the project. 2. The firms will be provided a closing date by which they must respond to the Phase I notification of intent for each project. Any pre-qualified firm that fails to respond to the notification of intent within the allowed time with all required information will not be considered for award. 3. After the specified closing date for receipt of interest, the Government will evaluate each firm's competitive qualifications based on the responses to the Phase I notification of intent, which will represent Phase I of the two-phase selection process. 4. Project-specific Phase II Request for Proposals (RFPs) will be sent to the five (5) most highly rated firms in the Phase I evaluation. The Government reserves the right to send project-specific Phase II RFPs to more or less than the five most highly rated firms in the Phase I evaluation. 5. Any prequalified firm that responded to the Phase I evaluation criteria and was not one of the firms provided with project-specific Phase II RFP may request a debriefing from the contracting officer. Project Specific Phase 2 Solicitation Procedures: 1. The due date for receipt of proposals will generally be 30 days after issuance of an RFP. A Source Selection Evaluation Board (SSEB) composed of individuals with relevant technical expertise will evaluate all technical proposals received in response to the RFP. An attorney shall be a non-voting member. The Deputy for the Office of Small Business Programs (D, OSBP) may serve as an advisor to the SSEB and the Small Business Administration (SBA) Procurement Center Representative (PCR) may serve as an advisor to the SSEB for review and evaluation of the submitted small business participation plans and subcontracting plans. All voting members of the SSEB will independently review each technical proposal, prepare a technical analysis of each proposal, and assign an appropriate adjectival rating for each factor and performance risk. A price analysis will be completed and a cost analysis may be completed if determined to be necessary. 2. The Best Value Trade-off (BVTO) solicitations shall also state, at minimum, whether all evaluation factors other than price, when combined are (1) significantly more important that cost or price; (2) approximately equal to cost or price; (3) significantly less important that cost or price (10 USC 2305(A)(iii) and 41 USC 3306(c)(1)(c)). 3. A Source Selection Advisory Council (SSAC) shall be convened for all contracts over $100M and any other occasion that it is determined to be in the best interest of the Government. 4. The Source Selection Authority (SSA) will review the SSEB technical analysis and the SSACs comparative analysis (when applicable), but the award decision will represent the SSA's independent judgment of best value to the Government. The SSA's decision shall be based on a comparative assessment of all proposals against all evaluation criteria contained in the solicitation. The SSA's decision will be documented in a Source Selection Decision Document (SSDD) and will include the rationale for any business judgments and trade-offs made or relied on by the SSA including benefits associated with any additional costs. 5. The selected proposal will be awarded using BVTO procedures. The RFP may state an intention to award based on initial offers received without discussions. However, the Government will reserve the right to enter discussions if it is determined to be in the Governments best interest. Aviation and Missile Research, Development, and Engineering Center (AMRDEC) Safe File Exchange: Phase II solicitations and Contractor proposals will be sent via AMRDEC safe file exchange. 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 Solicitation number is: W9126G18RBI01 5. The Bidder Inquiry key is: 7ZYNAY-2C37P6 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. 8. Inquiries submitted to ProjNet after 1500 Central Time on 27 July 2018 may not be answered. Protests: Protests, as defined in FAR 33.101, that are filed directly with an Agency, and copies of any protests that are filed with the Government Accountability Office (GAO) shall be served to the Contracting Officer, Mr. Tony Reed (addressed as follows) by obtaining written and dated acknowledgment of receipt from Mr. Tony Reed, USACE Fort Worth District, 819 Taylor St, Fort Worth TX 76102 and by submitting the protest at SWF-protest@usace.army.mil. Responses to this Prequalification of Sources announcement shall contain: 1. The completed Prequalification of Sources Questionnaire. The questionnaire 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. All questions on the questionnaire must be answered for the response to be considered valid. Completed questionnaires shall be returned in Microsoft Excel format. Narrative attachments to the questionnaire shall be returned in Microsoft Word format AND Adobe PDF. 2. A letter from your firm's surety documenting the single bonding capability of at least $150M and the aggregate bonding capability of at least $350M. 3. Firms may submit as Teams or Joint Ventures. a. If the offeror is a Joint Venture, it must be registered in SAM.gov and a copy of the Joint Venture Agreement must be included with the submission. b. If the offeror is a Teaming Arrangement, a copy of the Teaming Agreement or Letters of Commitment must be included with the submission. Interested Firms shall respond to this Prequalification of Sources Announcement no later than 1700 hours Central Time 1 August 2018. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to border.infrastructure@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W9126G18RBI01/listing.html)
 
Record
SN04994334-W 20180719/180717230759-2e5a8bcfb3ab13e617bd917156edbd6c (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.