Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2018 FBO #6169
SOURCES SOUGHT

Y -- Kansas City Pump Station Construction Contract

Notice Date
10/12/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-18-SS-1012
 
Archive Date
11/15/2018
 
Point of Contact
Willie E. Hodges, Phone: 8163893469, Delos Halterman, Phone: 816 389-3503
 
E-Mail Address
willie.e.hodges@usace.army.mil, Delos.C.Halterman2@usace.army.mil
(willie.e.hodges@usace.army.mil, Delos.C.Halterman2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912DQ-18-SS-1012 Notice Type: Sources Sought For Kansas City Levee Pump Station Construction Contracts For the United States Army Corps of Engineers, Kansas City District This is a SOURCES SOUGHT announcement, issued in accordance with DFARS 236.272 and the United States Army Corps of Engineers (USACE) 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. The USACE Kansas City District (NWK) is engaged in on-going efforts to plan a variety of levee infrastructure improvements within the Kansas City area for earliest possible implementation. The Kansas City Levee program emphasizes fast and effective delivery of infrastructure supporting levee improvements. NWK is seeking capable contract support with interest in future delivery of Design-Build efforts to be performed on the pump stations such as but not limited to Argentine, Armourdale, and Central Industrial District pump stations in the Kansas City area. The Design-Build contracts will be to either construct new flood pump stations replacing old facilities, and/or improve/alter existing flood pump stations. Work is integral to urban levee systems near the Kansas and Missouri Rivers and may be expected to include temporary flood protection, continuous operation of existing facilities during construction, and control of surface and ground water. This mission requires an urgent response including an application of diverse resources to ensure all necessary issues are addressed during design, real estate acquisition, and contract procurement. The near-term strategy is to the establish two Prequalified Sources Lists (PSL) to address FY19-FY22 urgent and complex priorities to the USACE Kansas City District designated pump stations along but not limited to the Argentine, Armourdale, and Central Industrial District levee units. One PSL will be for unrestricted business concerns and one list will be small business concerns. The Prequalification Procedures described below reflects the process by which the PSL will be established and admit new contractors over time while this need for prequalification as described exists. 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 a target of three contract actions over the next four years. As such, it is likely that a legitimate need will continue for the next 48 months. The PSL will be used as a vehicle to solicit several stand-alone "C" type Design Build construction contracts. 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 KC Pump Station projects that are likely to be constructed under stand-alone contracts that will be advertised to the firms on the PSL to include replacement and/or modification of existing pump stations (in accordance with EM 1110-2-3102 General Principles of Pumping Station Design and Layout, EM 1110-2-3104 Structural and Architectural Design of Pumping Stations, EM 1110-2-3105 Mechanical and Electrical Design of Pumping Stations, EM 1110-2-1913 Design and Construction of Levees, and EM 1110-2-2902 Conduits Culverts and Pipes), implementation of pressure relief well systems, in-situ pipe rehabilitation, construction of structural and/or earthen cofferdams, and access to construction areas by land and/or barge operations. Projects will be located within the Kansas City District with a particular focus on Pump Station Replacement, Refurbishment, or Upgrades. The North American Industry Classification System (NAICS) code for procurements offered to firms on the Prequalified Sources list is NAICS Code 237990 Other Heavy and Civil Engineering Construction, which has a small business size standard of $36.5M. To be considered qualified for the PSL, firms must meet the following minimum requirements: 1. Bonding Capability: Single bonding capability of at least $30M and the firm must state their total aggregate bonding capability. A letter from your surety will be required to verify the firms bonding capabilities. 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. 2. Capacity: Capability to perform at least one $30M and two $20M construction contracts concurrently. 3. Real Estate: Must have capability to facilitate the process of real estate acquisition with interest in relevant experience with railroad coordination. 4. Experience: Completed at least one levee pump station design and construction contracts near large rivers in the United States with individual contract prices of $10M or more within the last ten years. Include identification of the project and a brief description. Identify any design and construction contracts that included construction work adjacent to or conflicting with operational railroads. 5. Past Performance: Offerors will need to provide relevant past performance information for the projects used to demonstrate previous experience. The past performance information needs to convey how work was executed in an environment requiring continuous operation of facilities during construction and control of surface and ground water. Past performance needs to include how the following technical disciplines were utilized: Civil design, structural engineering, mechanical engineering, electrical engineering, geotechnical engineering, and real estate specialists. The Government may review past performance information retrieved through the 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) for large business, small business must submit their subcontracting participation plan with supporting documentation that they met the goals, and any other known sources not provided by the offeror. 6. Schedule Performance: Offerors will need to demonstrate their capability to meet schedule commitments on relevant past work. 7. An accounting system that can support Fixed-Price Economic Price Adjustment (FPEPA) and Fixed-Price Incentive Firm Target (FPIF) contracts. 8. Ability to successfully comply with the provisions of FAR 52.219-8, Utilization of Small Business Concerns. 9. Certification that all responses to this Prequalification of Sources sources-sought notice are accurate and complete by a principal of the firm. Responses to this announcement shall contain: 1. All firms submitting documentation to this Sources Sought shall demonstrate how they may meet the initial minimum standards identified above for the PSL. All firms must address items 1-9 in their response. Please note, that the minimum standards may not be limited to the items listed. A target of five large business contractors will be placed on a PSL and five small business contractors will be placed on a PSL. Each action will be determined which PSL will be the most advantageous to the Government and contractors will receive fair opportunity to compete for each action advertised to the firms on the Prequalified of Sources List. 2. 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. 3. A letter from your firm's surety documenting the single bonding capability of at least $30M and total aggregate bonding capability. A letter from your surety will be required to verify the firms bonding capabilities. 4. Responses to this announcement are required to be submitted to Mr. Willie Hodges at the below address No Later Than 2:00 P.M. on 30 October 2018. Mailing Address: U.S. Army Corps of Engineers, Kansas City District Attn: Mr. Willie Hodges, CECT-C 601 E. 12th Street Kansas City, MO 64106-2896 All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Please do not Email your response(s) to Willie Hodges.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-18-SS-1012/listing.html)
 
Place of Performance
Address: Geographical area of Kansas City and Kansas City, MO., United States
 
Record
SN05122207-W 20181014/181012230439-da41c598b50aaf7c5530fcc85af44360 (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.