SOLICITATION NOTICE
Y -- Design and Construction of Debris Boom for Harry S. Truman Lake & Dam (Warsaw, Missouri)
- Notice Date
- 3/20/2025 7:43:43 AM
- Notice Type
- Presolicitation
- 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
- W912DQ25R1004
- Archive Date
- 04/20/2025
- Point of Contact
- ERICK OTTOSON, Phone: 8163893878, Laura Hedrick, Phone: 8163893023
- E-Mail Address
-
erick.s.ottoson@usace.army.mil, Laura.L.Hedrick@usace.army.mil
(erick.s.ottoson@usace.army.mil, Laura.L.Hedrick@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, Kansas City District, intends to issue a two-phase design-build solicitation that will result in a firm-fixed-price construction contract for a requirement at Harry S. Truman Lake and Dam in Warsaw, Missouri. This acquisition will be set aside exclusively for small business concerns and will be conducted as a negotiated procurement in accordance with Federal Acquisition Regulation (FAR) Part 15, using two phase design-build selection procedures as described in FAR subpart 36.3 and other applicable authorities. The purpose of this project is to design and construct a debris boom to stop debris, logs, and other floating objects from entering the dam spillway. The contractor will be responsible for the design and construction of the site-specific debris boom system, to include the required submittals and construction of any necessary anchorage systems. The following is a non-exhaustive list of desired features/characteristics that the Government anticipates including in the solicitation. The following list is preliminary and is subject to revision. Minimum 24-inch diameter boom. High visibility color. All material must be environmentally safe and appropriate for the location of construction. Boom system must include, at a minimum, one 20-foot-wide or larger manual opening service gate. Service gate to provide a minimum of 7 foot draft depth. Boom system must include a portion that could be removed or hinged to allow access for larger service equipment such as a spud barge. Removable section, at a minimum, must be 40 feet in width. Boom system must include fail-safe linkage to prevent anchor point failure. Minimum design service life of 45 years. Debris boom should be unsinkable and made of solid material able to maintain buoyancy even when punctured. Boom floats should be suitable for use in temperatures ranging from -38�F (-39�C) up to 130�F (54�C). In Phase 1 of the procurement, interested offerors will submit proposals demonstrating their qualifications to successfully execute the work. The Government will evaluate the offerors� qualifications in accordance with the criteria described in the request for proposals (RFP) and will select the most highly qualified offerors�with a target number of three�to submit Phase 2 proposals. In Phase 2 of the procurement, a solicitation amendment will be issued only to the selected Phase 1 offerors, inviting them to submit a technical proposal and a price proposal. The Government will evaluate the proposals in accordance with the criteria described in the RFP. At the conclusion of Phase 2, the Government�s intent is to award a single firm-fixed-price design-build construction contract to the offeror whose proposal offers the best value to the Government using a tradeoff process considering the evaluation factors from both phases. The applicable North American Industry Classification System (NAICS) Code is 237990 for Other Heavy and Civil Engineering Construction. The estimated period of performance for completion of the awarded contract is 420 calendar days from the notice to proceed (NTP). The estimated magnitude of this project, including all option contract line items (CLINs), is between $1,000,000 and $5,000,000. The solicitation is expected to be available not less than 15 days of this notice, but within the next 60 days, and Phase 1 proposals are expected to be due at least 30 days after the solicitation release date unless solicitation amendments extend the due date and time. The due date and time will be specified in the solicitation. The due date and time for Phase 2 proposals will be specified in a subsequent amendment to the solicitation that will be issued only to the specific offerors who are selected for Phase 2. At this time, no Pre-Solicitation Conference is planned for this solicitation. If the Government does elect to hold a Pre-Solicitation Conference, the Pre-Solicitation Announcement will be modified accordingly. There will be a site visit planned for this solicitation. The details to attend the site visit will be included in the solicitation. Bid bonds will be required in Phase 2 in the amount of 20% of the offeror�s proposed price or $3,000,000.00, whichever is less. Payment and performance bonds will be required for the full amount (100%) of the awarded contract before NTP can be issued. The contact information to submit technical inquiries and questions relating to the solicitation will be provided in the solicitation when it is made available. Interested offerors must have an active registration in the System for Award Management (SAM) database prior to submitting proposals. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://sam.gov. (Instructions for new registration can be found at the following link: https://sam.gov/entity-registration.) It is highly encouraged that all prospective offerors start the SAM registration process as soon as possible. Proposals from contractors without an active SAM registration will NOT be considered for award. If the offeror is a Joint Venture (JV), the JV entity must have a valid SAM registration in the SAM database representing the JV as one business/firm/entity. SAM.gov registration is free of charge. If you have questions about Government procurements in general or need assistance with SAM.gov registration, assistance may be available through the APEX Accelerators program (formerly known as the Procurement Technical Assistance Program). To find an APEX Accelerator near you, please visit https://www.apexaccelerators.us/#/. THIS IS A FREE SERVICE BY A NONPROFIT PAID FOR BY THE U.S. GOVERNMENT. This requirement will be synopsized and solicited, and proposals will be received, through the Procurement Integrated Enterprise Environment (PIEE) System Solicitation Portal. In order to submit a proposal for this requirement through the PIEE Solicitation Portal, contractors will first need to register for the PIEE �Proposal Manager� role. How to Register: 1. Navigate to https://piee.eb.mil/xhtml/unauth/help/newuser.xhtml 2. Select Register [bottom left] 3. Select Agree [bottom left] 4. Select Vendor from the role type list 5. Create a User ID and Password and follow the prompts [next] 6. Create Security Questions [next] 7. Complete your User Profile Information [next] 8. Complete your Supervisor or Approving Official Information [next] 9. Complete Roles - Step 1. Select SOL-Solicitation, Step 2. Select Proposal Manager, Step 3. Click Add Roles, Step 4. Fill in your Location Code (CAGE Code) [next] 10. Provide a justification for your registration [next] 11. Follow the remaining prompts to submit your registration More detailed instructions on the PIEE vendor registration process can be found at: https://pieetraining.eb.mil/wbt//xhtml/wbt/portal/overview/vendorRegister.xhtml For training/instructions on submitting a proposal in PIEE, please visit the web-based training page at: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml Utilizing SAM.gov and the PIEE Solicitation Portal will normally be the only methods of distributing amendments, updates, and questions and answers prior to closing; therefore, it is the offeror�s responsibility to check the website (SAM or PIEE) periodically for any amendments to the solicitation. These websites are occasionally inaccessible due to maintenance. The Government is not responsible for any loss of internet connectivity or for an offeror�s inability to access the documents at the referenced websites. For any questions or inquiries on this notice, contact the primary point of contact listed on this announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ce4e2931f6874ac4b417c0f15a92e2b6/view)
- Place of Performance
- Address: Warsaw, MO 65355, USA
- Zip Code: 65355
- Country: USA
- Zip Code: 65355
- Record
- SN07379319-F 20250322/250320230048 (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 |