Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
SPECIAL NOTICE

99 -- Kansas Citys Levees Program - Draft Solicitation for Comments

Notice Date
7/15/2020 8:06:24 AM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ20B7001-SN
 
Response Due
8/7/2020 10:00:00 PM
 
Archive Date
08/23/2020
 
Point of Contact
Jay B. Denker, Phone: 8163893934, David J. Walsh, Phone: 8163893352
 
E-Mail Address
Jay.B.Denker@usace.army.mil, david.j.walsh@usace.army.mil
(Jay.B.Denker@usace.army.mil, david.j.walsh@usace.army.mil)
 
Description
Special Notice � Draft Solicitation for Comments: W912DQ20B7001-SN Kansas Citys Levees Program, Argentine and Armourdale/CID Levee and Floodwall Raises Design/Bid/Build (DBB) Contract.� The DBB construction contract will raise approximately 90,000 feet of levee and floodwall along the Argentine, Armourdale, and CID levee units. Efforts include an approximate four to five-foot raise to be completed with a combination of levee raises, floodwall replacements, new floodwall, and levee and floodwall modifications. Other features include modifications to gatewells, utility relocations, and numerous railroad closure structures. Underseepage improvements include berms and relief wells. The North American Industry Classification System (NAICS) Code is 237990, (Other Heavy and Civil Engineering). Estimated Magnitude of Construction:� Between $250,000,000 and $500,000,000 This solicitation and resulting contract is using a Two-Step Sealed Bidding procurement method as described in Far Part 14.5. Instructions: The U.S. Army Corps of Engineers (USACE) Kansas City District is issuing this as a DRAFT request for technical proposals at 65% design for comments by Industry.� The DRAFT 65% solicitation documents can be downloaded from the projnet site via a Plan Room Key. Please email Jay Denker at Jay.B.Denker@usace.army.mil with your firm�s DUNS or CAGE Code from the Government�s SAM (System for Award Management) website.� The Plan Room Key will be provided via a reply email to your firm. An industry webinar is tentatively scheduled on July 21, 2020 to highlight and review this draft solicitation.� Additional information about the webinar will be provided with the Plan Room Key. *Interested offerors must have an active registration in the System for Award Management (SAM) to be eligible for award. Firms can register via the SAM internet web-site at https://www.sam.gov/portal/public/SAM/. If the offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one business/firm/entity. Overview of the Two-Step Sealed Bid Process This is a DRAFT �Two-Step Sealed Bid� for Kansas Citys Levees Program, Argentine and Armourdale/CID Levee and Floodwall Raises Design/Bid/Build (DBB) Contract to be performed in Kansas City, Missouri and Kansas City, Kansas.� The Contracting Officer will award a firm fixed-price construction contract to the responsive and responsible bidder whom the Government determines to have an acceptable Step One technical proposal, conforms to the solicitation requirements, is fair and reasonable, and bids the lowest overall price in Step Two. The actual Step One Request for Technical Proposals will be issued with approximately 95% complete sufficiently descriptive technical specifications.� The information contained in Step One is not binding on the Government, and the actual delivery or performance requirements will be contained in the invitation issued under Step Two.� Only those firms determined to be technically acceptable during Step One will be issued the 100% final technical specifications during Step Two. The two-step procedure is a combination of competitive procedures designed to obtain the benefits of sealed bidding while ensuring only technically acceptable firms participate in the priced sealed bid.� The process allows for the Step One technical proposal submission and evaluation to be performed concurrent with the development of the final 100% technical specifications. Step One ensures that only technically acceptable firms participate in the Step Two sealed bid process.��� Step One under this bidding process consists of the request for, submission, evaluation, and (if necessary) discussion of a technical proposal. Only one technical proposal may be submitted by each offeror. The proposals are evaluated for technical acceptability. The technical proposal shall not include prices or pricing information. In Step One, offerors should submit technical proposals that are complete and acceptable without the need for additional explanation or information. The Government may make a final determination regarding a proposal�s acceptability solely on the basis of the proposal as submitted. The Government may proceed with the second step without requesting further information from any offeror; however, the Government may request additional information from, or enter into discussions with offerors of proposals that are determined to be reasonably susceptible of being made acceptable.� Discussions will only be held if necessary, and if determined to be in the best interest of the Government. A notice of �acceptable� or �unacceptable� will be forwarded to each Step One offeror upon completion of the technical proposal evaluation and final determination.� The names of the offerors that submitted acceptable technical proposals will be listed on the Government�s https://beta.sam.gov website for the benefit of prospective subcontractors. In Step Two, an amendment with the final 100% technical specifications will be issued to only those offerors whose technical proposals are determined to be acceptable in Step One.� The normal sealed bid process in FAR Part 14 will be followed. In the second step, only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions, will be considered for award. Each bid in the second step must be based on the bidder's own technical proposal that was submitted, evaluated, and determined to be acceptable in Step One.� Bidders shall comply with the specifications and the bidder�s acceptable technical proposal. Point of Contact: The point of contact for all questions/inquiries is Jay Denker at phone number (816) 389-3934 or by email at jay.b.denker@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3800834758184e94b38b10dd4a62ef62/view)
 
Place of Performance
Address: Kansas City, KS 66101, USA
Zip Code: 66101
Country: USA
 
Record
SN05721640-F 20200717/200715230146 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.