Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SPECIAL NOTICE

Y -- Prequalification of Sources List - American River Common Features � Sacramento River and American River Erosion Contracts

Notice Date
2/23/2021 5:28:47 AM
 
Notice Type
Special Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Response Due
3/10/2021 12:00:00 PM
 
Archive Date
05/10/2021
 
Point of Contact
Melissa A. DeNigris, Phone: 9165575137, DeAnna Wagner, Phone: 9165576690
 
E-Mail Address
Melissa.A.DeNigris@usace.army.mil, DeAnna.L.Wagner@usace.army.mil
(Melissa.A.DeNigris@usace.army.mil, DeAnna.L.Wagner@usace.army.mil)
 
Description
*****ProjNet Key has been updated.***** 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 upon completion of the capabilities review. The U.S. Army Corps of Engineers (USACE), Sacramento District is seeking to create a Prequalified Sources List (PSL) for levee improvement bank protection/bank stabilization construction, also known as the Erosion Contracts for the Sacramento and American Rivers�within the Sacramento Valley. The objective of the PSL process is to identify and select responding firms that demonstrate the capacity and capability to successfully support critical USACE bank protection/bank stabilization 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 bank protection/bank stabilization construction project, 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 eight contract actions over the next four years. As such, it is likely that a legitimate need will continue for the next 6 years or 72 months. 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 15 (i.e., Contracting by Negotiation (i.e., Best Value either Lowest Priced Technically Acceptable or Tradeoff)) when determined to be in the Government�s best interest. 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 meet the following minimum requirements: 1. The Contractor must have completed construction of one or more water resources projects, preferably Earthwork, in the last ten years, which contain the following work:�� �a) Placement of rocks in a river - minimum 30,000 Tons �b)�Excavation/Placement of soil fill on riverbanks - 100,000 cubic yard �c)�Sediment control during in water work (excavation or rock placement) with the use of turbidity curtains, coffer dams or similar structure. 2. The Contractor must have completed construction of one or more water resources projects, preferably Biotechnical Bank Protection, in the last ten years, which contain the following work:�� Biotechnical bank protection involving erosion blanket installation, live cuttings, seeding and woody material with a minimum footprint of one acre. 3.�Single�bonding capability of at least $30M and aggregate bonding capability of at least $200M. 4. Past Performance information that demonstrates satisfactory or above ratings for the projects used to demonstrate previous experience. 5.�Certification/statement that all responses to the Prequalification of Sources criteria are accurate and complete by a principal of the firm. Annual PSL: The PSL will be established annually and be available for the project or projects listed to be solicited that calendar year. For instance, American River Contract 1 and Sacramento River Contract 1 both have current RTA dates in calendar year 2021, therefore the first PSL will cover calendar 2021 and will be available for these two projects. In calendar year 2022, a new PSL will be set up to accommodate the projects solicited in that calendar year.� Annual PSL�s will allow contractors to be removed from the list if they are no longer interested and allow new contractors to be added to the list. This will be done by requesting and evaluating capabilities in a manner consistent with the calendar year 2021 PSL procedures. In the event contractor A was on the calendar year 2021 list and wanted to be included in the calendar 2022 list, a new submission would be required for the PDT�s review. If the submission has updated project information, it must be highlighted for ease of Government review. All new contractors wishing to be included on the new annual PSL, will be required to follow the strict submission requirements of the original PSL notice. All PSL notices will be posted to beta.SAM.gov. Once the PSL is established, a notice will be posted to beta.SAM.gov and shall identify by name, the contractors who are added to the list. Solicitation Process: 1.� The Government will provide all of the firms on the Prequalified Sources List an email notification of its intent to advertise a requirement. 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 determining prime contractor interest, to determine if the requirement should be set-aside for small business.� 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 being the prime contractor on the project. A separate Pre-solicitation Notice will be posted to beta.SAM.gov announcing the upcoming solicitation for the projects.� This notice will serve as a way of notifying potential sub-contractors of a new opportunity.� 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.� The date of bid opening will be at least 30 days after issuance of an IFB. 5.� The bid results will be made available to all bidders via beta.SAM.gov. 6.� 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. 7.� After an affirmative determination of contractor responsibility is made per FAR 9.104. The Government will proceed with contract award. 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 . Verify all information on the next screen is correct and click . 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: W9123821S0006 5.� The Bidder Inquiry key is: 6NE458-K6VP2R 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 800-4289-HELP. Interested Firms shall respond to this Prequalification of Sources Announcement no later than 10 March 2021 at 3pm. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your response to Melissa DeNigris at Melissa.A.DeNigris@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8fccdf1912ca40aca7bb81f524b5b118/view)
 
Place of Performance
Address: Sacramento, CA, USA
Country: USA
 
Record
SN05923879-F 20210225/210223230110 (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  © 1994-2020, Loren Data Corp.