Agency: | DEPT OF DEFENSE |
---|---|
State: | Federal |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Posted Date: | Jan 10, 2023 |
Due Date: | Aug 1, 2023 |
Solicitation No: | W9128F19R0064 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
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.
Prequalification of sources for levee repairs in the Missouri River Basin
**UPDATE** January 10, 2023 4:15 CT
The PSL was established for a 3-year period, which ends next month. USACE still has several levee systems that are not entirely repaired, and 2 levee systems damaged in 2019 that were recently authorized for federal assistance. Consequently, the PSL is being extended an additional year until August 2023. This SAM notification includes the attached revised table of projects with red text denoting updates from the last table.
We are projecting solicitations being advertised for Salt Creek (second contract), R520, and R548. Dates are not ready to be divulged. There is the possibility of several other Missouri River levee systems having small follow up contracts after being mostly repaired using Rapid Disaster Infrastructure MATOC. Most likely in that group are L611/614 and R613/616, but you will still see placeholders on the list for other Missouri River levee systems.
POC: Please send all applications and questions to Ms. Lynne Reed at lynne.d.reed@usace.army.mil on or before 01 August 2023 by COB.
DESCRIPTION:
Added: Jul 02, 2019 11:04 am Modified: Aug 16, 2019 12:48 pm Prequalification of Sources
Levee Repair Construction Contracts
United States Army Corps of Engineers, Omaha District
ANNOUNCEMENT
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) 5136.272. 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 process.
The U.S. Army Corps of Engineers (USACE), Omaha District is seeking to create two Prequalified Sources Lists (PSL) for levee repairs in the states of Iowa, Missouri, and Nebraska. As a result of flooding in the spring of 2019, there are damages to 33 federal and non-federal levee systems with over 500 miles of earthen levees with the Omaha District. The levees are in the Missouri River Basin on the Missouri River and its tributary rivers and creeks within the Omaha District. The attached list of projects entitled "PSL Projects Missouri River Basin" contains a description of each planned levee repair project.
The majority of levee repair construction shall be self-performed by the prime contractors under this prequalification. The objective of the PSLs is to identify and select responding firms that demonstrate the capacity and capability to successfully support critical levee repairs without relying entirely on subcontractors. Subcontracting will be allowed, but will not be part of the prequalification process.
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, previous experience completing construction of levee projects or cut/fill grading operations, 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 will result in nonselection. The criteria ensure selection of clearly qualified contractors with experience and capability relevant to the anticipated requirements, provide competition, and minimize subjectivity in USACE's assessment.
The PSLs will be available for use while other acquisitions are underway for similar requirements. The PSLs will be reviewed annually to ensure a legitimate need exists. Presently, USACE anticipates at least 28 contract actions over the next three years. As such, it is likely that a legitimate need will continue for the next 36 months. The PSL will be used as a vehicle to solicit multiple stand-alone construction contracts varying from $250,000 to potentially $20,000,000. This, however, does not preclude USACE from soliciting and awarding a contract in excess of this amount if determined to be in the government's best interest.
Due to the variance in anticipated contract size, prequalification of sources will be conducted for the following increments: $5,000,000. PSL 1 will be for projects estimated to be less than $5,000,000. PSL2 will be for projects estimated to be more than $5,000,000. A firm who is qualified for PSL2 is automatically qualified for PSL 1.
After the PSLs are established for each threshold, USACE intends to proceed by issuing solicitations using FAR Part 14 procedures (i.e., sealed bidding).
The North American Industry Classification System (NAICS) code for procurements using 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 contract awarded under the PSL. Typically, Notice to Proceed (NTP) will not be issued until after the successful bidder provides sufficient bonding. However, in some time-sensitive situations, USACE may issue NTP at award, which will be stated in the solicitation.
QUALIFICATION REQUIREMENTS
To be considered qualified for the PSLs, firms must meet the following minimum requirements:
SET-ASIDES
All firms submitting documentation meeting the standards for prequalification will be placed on the PSL for its approved threshold. However, placement on the PSL does not guarantee a firm will be solicited for every requirement within its approved threshold. The contracting officer will consider the following set- asides:
For the State of Iowa, the disaster area includes the following counties: Adair, Allamakee, Audubon, Boone, Bremer, Buena Vista, Butler, Calhoun, Carroll, Cass, Cherokee, Clay, Crawford, Dallas, Decatur, Dickinson, Emmet, Fayette, Franklin, Fremont, Greene, Guthrie, Hamilton, Hancock, Hardin, Harrison, Howard, Humboldt, Ida, Iowa, Jasper, Kossuth, Lyon, Madison, Mahaska, Marshall, Mills, Monona, Montgomery, O'Brien, Osceola, Page, Plymouth, Pocahontas, Polk, Pottawattamie, Sac, Shelby, Sioux, Tama, Union, Webster, Winnebago, Winneshiek, Woodbury, and Wright.
For the State of Missouri, the disaster area includes the following counties/areas: Andrew, Atchison, Buchanan, Carroll, Chariton, Holt, Platte, and Ray.
For the State of Nebraska, the disaster area includes the following counties/areas: Adams, Antelope, Banner, Blaine, Boone, Box Butte, Boyd, Brown, Buffalo, Burt, Butler, Cass, Cedar, Cherry, Cheyenne, Colfax, Cuming, Custer, Dakota, Dixon, Dodge, Douglas, Deuel, Fillmore, Franklin, Frontier, Furnas, Gage, Garden, Garfield, Gosper, Greeley, Hall, Harlan, Holt, Howard, Jefferson, Johnson, Keya Paha, Kimball, Knox, Lancaster, Lincoln, Logan, Loup, Madison, Merrick, Morrill, Nance, Nemaha, Nuckolls, Otoe, Pawnee, Phelps, Pierce, Platte, Richardson, Rock, Saline, Sarpy, Saunders, Scotts Bluff, Seward, Sheridan, Sherman, Sioux, Stanton, Thayer, Thurston, Valley, Washington, Wayne, Webster, Wheeler, and York Counties and the Santee Sioux Nation, Ponca Tribe of Nebraska, Omaha Tribe of Nebraska, Sac and Fox, and Winnebago Tribe.
If additional counties are declared disaster areas for the spring 2019 flood event, they will be considered to meet the definition of the local area for the purposes of this prequalification notice.
If a firm did not reside in one of the disaster areas listed above as of March 13, 2019 and requests to be classified as local, it must submit compelling evidence that its primary business is derived from the disaster area. A mere statement to this effect or incomplete calculations are inadequate.
The contracting officer may elect to utilize both local area and small business set-asides in the same solicitation within the PSL or no set-asides whatsoever. The contracting officer may also elect to advertise solicitations for levee repairs contracts outside of the PSL entirely. These decisions will be made on a case-by-case basis with considerations including (but not limited to) adequate competition, small business goals, number of small business bidders, administrative efficiency, pricing trends, and industry feedback.
ROLLING ADMISSIONS
After PSL1 and PSL2 have been established, firms that wish to be added to a PSL may submit responses at any time according to the instructions stated in this announcement. USACE reserves the right to hold responses received after the first 30 days of this PSL announcement to review in an efficient manner, but for no more than 90 days. A firm will typically be notified of USACE's review within 7 days of the review. A firm who is initially determined to not meet the qualification standards may re-submit its response no more than once every 90 days thereafter provided its qualifications have changed.
SOLICITATION PROCESS
REQUESTS FOR INFORMATION
Interested parties shall submit questions concerning this announcement via Bidder Inquiry in ProjNet at www.projnet.org/projnet.
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
Interested firms shall respond to this Prequalification of Sources announcement no later than 1 August 2019 to be eligible for the first solicitations issued. All interested firms must be actively registered at www.sam.gov using NAICS 237990 to be eligible for award of federal contracts.
Responses to this Prequalification of Sources announcement shall not exceed 12MB and shall contain:
Attachments:
PSL Projects Missouri River Basin Past Performance Questionnaire
Added: Jul 22, 2019 3:13 pm Modified: Aug 16, 2019 12:48 pm
**PSL PROJECTS MISSOURI RIVER BASIN SPREADSHEET REVISED 22 JULY 2019.**
**Updated to read: A firm who is initially determined to not meet the qualification standards may re-submit its response no more than once every 90 days thereafter provided its qualifications have changed.
Aug 8, 2022 | [Presolicitation (Updated)] Prequalification of Sources, Levee Repair Construction Contracts, United States Army Corps of Engineers, Omaha District |
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow Whittier Narrows Dam Safety Modification Project Active Contract Opportunity Notice ID W912BV23R0039
Federal Agency
Bid Due: 4/30/2024
Follow Z--Rehabilitation of Coast Guard Station Active Contract Opportunity Notice ID 140P6424B0002 Related
Federal Agency
Follow Z2DA--Upgrade Building Automation System at all Buildings Active Contract Opportunity Notice ID
Federal Agency
Bid Due: 6/05/2024
Follow Z--REPLACE VISITOR CENTER ROOF, MISP Active Contract Opportunity Notice ID 140P5324R0027 Related
Federal Agency