Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2019 FBO #6551
MODIFICATION

Y -- Prequalification of Sources List for Cutoff Wall Levee Improvements - Seepage and Stability Construction Contracts, USACE Sacramento

Notice Date
10/31/2019
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-20-S-0001
 
Archive Date
11/21/2019
 
Point of Contact
DeAnna L. Mannel, Phone: 916-557-6690, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
deanna.l.mannel@usace.army.mil, Melissa.A.DeNigris@usace.army.mil
(deanna.l.mannel@usace.army.mil, Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. 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 four contract actions over approximately the next four years. 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 $100M 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 on the Sacramento and American Rivers. 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 $39.5M. 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 detail how they meet the following minimum requirements: The Contractor's company, subcontractor, joint venture partner (JVP), or merged company (MC) must have experience in cutoff walls used for seepage control within the last ten (10) years from this announcement. Multiple headings on any one contract must be considered as one construction project experience. 1. Conventional slurry supported cutoff wall construction project experience must include using long-reach excavators or clamshells and include at least two (2) soil bentonite (SB) cutoff walls and two (2) slag cement-cement-bentonite (SCCB) completed cutoff wall projects. For each of the four (4) projects the following cutoff wall standards must have been met to demonstrate sufficient capability: • A minimum of 50 feet deep; • A minimum of 24-inches wide; • A minimum of 500 feet long; • A maximum permeability of 1x10-6 cm/sec for SB cutoff walls; • A maximum permeability of 1x10-6 cm/sec for SCCB cutoff walls at the end of the curing time period specified in the project's contractual requirements; and • The SCCB cutoff wall must have had a minimum unconfined compressive strength of 50 psi at the end of the curing time period specified in the project's contractual requirements. 2. Deep Mix Method (DMM) cutoff wall construction project experience must include in-situ soil mixing methods classified as: Wet Rotary Shaft (WRS), Wet Rotary End (WRE), Wet Rotary and Jet End (WJE) or Wet Vertical Panel (WVP), as described in the Federal Highway Administration manual Deep Mixing for Embankment and Foundation Support. This experience must also include completed construction of at least two (2) DMM cutoff wall projects including, but not limited to, Deep Soil Mixing (DSM) / Cutter Soil Mixing (CSM) / One Pass Trenching (OPT). 3. Trench Cutting Re-Mixing Deep (TRD) method cutoff walls. This experience must include setting up and operating the batch plant and delivery system to the cutoff wall location, and all associated work with constructing the cutoff wall. For each of the two (2) projects the following cutoff wall standards must have been met to demonstrate sufficient capability: • A minimum of 75 feet deep; • A minimum of 24-inches wide; • A minimum of 500 feet long; • A maximum permeability of 1x10-6 cm/sec; and • A minimum unconfined compressive strength of 50 psi at the end of the curing time period specified in the project's contractual requirements. 4. Earth Embankment Construction Project Experience. The Contractor's company, subcontractor, JVP, or MC must have experience in completed construction of at least one (1) project that included placing at least 50,000 cubic yards of engineered fill for flood control levee, earth dam, or earthen embankment for water retention or conveyance, completed in the last five (5) years. 5. Cutoff Wall Construction Project Experience Supporting Data. Example projects provided must include documentation such as contract document excerpts, not to exceed 5 pages, for each project submitted which demonstrate cutoff wall length, width, depth, permeability, and strengths requirements, as appropriate, and laboratory and testing data for cutoff wall permeability and strengths, as appropriate. Additionally, each example project must include a point of contact that may be reached if needed to verify the data. 6. Cutoff Wall Construction Project Experience Submission. Prequalification will be based on the cutoff wall method submitted and approved. This could include one or both of the cutoff wall methods described. 7. Single bonding capability of at least $50M and aggregate bonding capability of at least $200M. 8. Past Performance information that demonstrates satisfactory or above ratings for the projects used to demonstrate previous experience. Certification/statement that all responses to the Prequalification of Sources are accurate and complete by a principal of the firm. An individual's experience gained through employment with previous companies may qualify as the firm's experience provided the individual was substantially involved in the construction of a cutoff wall. Such substantial involvement must be clearly documented in the Capability Statement. For individual-based experience the following additional information must be provided for each individual comprising the firm's experience: • Identify the specific requirement / project. • Identify the scope of the project. • Identify the individual's title and role on the project. • Describe the scope of the individual's labor effort on the project. • Describe how the individual's experience constitutes "substantial involvement." On Ramp Procedures: The Government reserves the right to utilize an On Ramp concept, to maintain sufficient competition among the PSL by adding additional contractors to the list annually. This will be done by requesting and evaluating capabilities in a manner consistent with this original announcement. The Sacramento District will implement the following opportunity to add additional PSL holders: 1. An On Ramp notice will be synopsized on the Federal Business Opportunities website (www.fbo.gov). The notice shall identify by name, the contractors who have already been added to the list. The notice shall contain the description of the prequalification requirements. 2. The potential contractors shall be required to meet the same capabilities established in the original PSL notice for each factor that was established. The evaluation and admission of sources will be on the same basis as the evaluation of capabilities used for the original PSL. 3. The announcement of a new On Ramp notice shall be made annually. 4. Immediately upon on-ramping, each selected contractor is eligible to bid in response to any solicitation utilizing the specified PSL procedures. Solicitation Process: 1. The Government will provide all of the firms on the Prequalified Sources List notification of its intent to advertise a requirement via a Presolicitation Notice. The purpose of this notice is twofold. In addition to signaling the Government's intent to advertise a requirement, this notice will also be used for subcontracting opportunities. 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. 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. 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 and if proceeding as a small business set-aside, only prequalified small businesses would be eligible for a contract award. 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. Department of Defense (DoD) Secure Access File Exchange (SAFE): Solicitations will be distributed via DoD SAFE to those contractors that indicated a positive interest in the project at hand and intent to bid using DoD 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: W91238-20-S-0001 5. The Bidder Inquiry key is: 5Q8QHJ-STS4FW 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 800-428-HELP. Responses to this Prequalification of Sources announcement shall contain: 1. The completed Prequalification of Sources Questions listed above (#1-8). The responses 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 elements must be answered for the response to be considered valid. Completed responses shall be returned in Microsoft Excel format. Narrative attachments 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 $50M and the aggregate bonding capability of at least $200M. PLEASE NOTE: The first project will be solicited in November 2019 using the PSL. Therefore, the pre-solicitation notice will be posted immediately following the posting of the results of the firms on the PSL. Interested Firms shall respond to this Prequalification of Sources Announcement no later than 6 November 2019. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your responses to DeAnna Mannel at DeAnna.L.Mannel@usace.army.mil and Melissa DeNigris at Melissa.A.DeNigris@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-20-S-0001/listing.html)
 
Place of Performance
Address: Sacramento, California, United States
 
Record
SN05487201-W 20191102/191031230704-a5b614820782ab7efc38897629c22aa2 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.