Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2021 SAM #7110
SPECIAL NOTICE

Y -- USACE SPK Levee Cutoff Wall Construction Prequalification of Sources List (PSL)

Notice Date
5/18/2021 2:24:42 PM
 
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
 
Solicitation Number
W9123821S1000
 
Response Due
4/26/2021 5:00:00 AM
 
Archive Date
06/18/2021
 
Point of Contact
Nickie Cruthirds, Contract Specialist
 
E-Mail Address
tiffany.cruthirds@usace.army.mil
(tiffany.cruthirds@usace.army.mil)
 
Description
Update: Based on evaluation of Contractor qualifications against the criteria established in the PSL posting, as amended, Contractors have been added to the PSL as listed in the attachment.� ------------------------------------------------------------------------------------------------------------------- This announcement is issued to obtain sources for inclusion on a Prequalification of Sources List (PSL) for future levee cutoff wall construction contracts in support of the U.S. Army Corps of Engineers (USACE) Sacramento District (SPK) throughout the Sacramento Valley and Natomas Basin with a particular focus on levee improvements along the Sacramento and American Rivers in California. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. GENERAL SCOPE: The objective of the Prequalification of Sources process is to identify and select responding Contractors that demonstrate the capability and capacity to successfully support critical USACE cutoff wall construction projects. Responses to this Notice will be used to establish a list of qualified Contractors, from which SPK cutoff wall construction contracts will be solicited and awarded in calendar year 2021 and 2022. The PSL will establish the pool of competition for the construction of approximately eighteen (18) miles of levee improvement construction projects consisting of cutoff wall construction with incidental miscellaneous efforts (e.g., earthwork, storm-water pollution prevention, traffic control and asphalt cutting and paving). Potential requirements may include construction of cutoff walls using conventional, Deep Mix Method (DMM) / Deep Soil Mixing (DSM) / Cutter Soil Mixing (CSM) / One Pass Trenching (OPT) / or Trench Cutting Re-Mixing Deep Method (TRD) methods as well as conventional materials including soil bentonite and/or slag cement-cement bentonite. Contractors will be considered for the PSL based on their ability to meet specific technical criteria, bonding capacity, capability to concurrently complete large construction projects, previous experience completing large cutoff wall construction projects, financial accounting capabilities, and past performance as set forth in the Minimum Qualifications. The selection process will be objective as Contractors will clearly meet or not meet the Minimum Qualifications. Only Contractors that meet all of the Minimum Qualifications in which they respond to will be considered for placement on the PSL. It is currently anticipated that the PSL will be used to solicit and award six (6) contracts in 2021 and 2022, ranging in estimated values of $10M - $120M. It is anticipated that all requirements pursued using the PSL will be solicited using Federal Acquisition Regulations (FAR) Part 14 (Sealed Bidding) procedures and that solicitations will result in the award of firm-fixed-price contracts. SPK expects that the conditions under FAR Part 14 will be met for most contract actions; however, in the event that one of these conditions is not met, or if it is determined to be in the Government�s best interest, then the Government reserves the right to issue Requests for Proposals (RFPs) and follow procedures prescribed in FAR Part 15 (Contracting by Negotiation). Establishment of the PSL does not restrict the Government to using the PSL; contracts for similar requirements may be acquired using other acquisition approaches. Additionally, the Government may solicit and award contracts in excess of the estimated values if determined to be in the Government�s best interest. The North American Industrial Classification System (NAICS) code for contracts that will be awarded as a result of the resulting PSL is 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. Contractors meeting the Minimum Qualifications are invited to provide capability statements to the point of contact listed below. PSL MINIMUM QUALIFICATIONS: To be determined qualified for the PSL, Contractors must qualify for the experience listed in #1-3 below or in any combination thereof: Cutoff Wall Construction: The prime Contractor, the key Subcontractor, a Joint Venture Partner (JVP), or a Merged Company (MC) must demonstrate prior experience constructing levee cutoff walls used for seepage control within the last ten (10) years in any one of the following methods: 1. Slurry Supported Cutoff Wall Construction: Conventional slurry supported cutoff wall construction project experience must include the use of long-reach excavators or clamshells and include the construction of at least two (2) soil bentonite (SB) cutoff walls and two (2) slag cement-cement-bentonite (SCCB) completed cutoff wall projects. This may be submitted as four (4) separate projects or as few as two (2) projects if each project includes one SB and one SCCB wall within it. Multiple headings completed on one (1) contract will be considered evidence of experience for one (1) construction project. For each project, the following cutoff wall standards must have been met to demonstrate sufficient capability: - A minimum of 50 feet deep; - A minimum of 24-inches wide; - A minimum of 500 feet long; - A maximum permeability of 1x10-6 cm/sec for SB cutoff walls; - A maximum permeability of 1x10-6 cm/sec for SCCB cutoff walls at the end of the curing time period specified in the project�s contractual requirements; and - The SCCB cutoff wall must have had a minimum unconfined compressive strength of 50 psi at the end of the curing time period specified in the project�s contractual requirements. 2. Deep Cutoff Wall Construction: Deep cutoff wall construction project experience must include completed construction of at least one (1) deep cutoff wall project including, but not limited to, Deep Mixing Method (DMM) / Deep Soil Mixing (DSM) / Cutter Soil Mixing (CSM) / One Pass Trenching (OPT) / Trench Cutting Re-Mixing Deep (TRD) method cutoff walls. This experience must include setting up and operating the batch plant and delivery system to the cutoff wall location, and all associated work with constructing the cutoff wall. Multiple headings completed on one (1) contract will be considered evidence of experience for one (1) construction project. For each project, the following cutoff wall standards must have been met to demonstrate sufficient capability: - A minimum of 75 feet deep; - A minimum of 24-inches wide; - A minimum of 500 feet long; - A maximum permeability of 1x10-6 cm/sec; and � - A minimum unconfined compressive strength of 50 psi at the end of the curing time period specified in the project�s contractual requirements. 3. Earth Embankment Construction: The prime Contractor, key Subcontractor, JVP, or a MC must demonstrate prior experience constructing earth embankments within the last five (5) years that includes the construction of at least one (1) project with placement of at least 50,000 cubic yards of engineered fill for flood control levee, earth dam, or earthen embankment for water retention or conveyance. For each earth embankment construction project, the following standards must have been met to demonstrate sufficient capability: - Embankment construction for flood control purpose with a minimum embankment height of ten (10) feet; - Coordination with and performance of utility relocations (utility poles, water supply, gas line, etc.) to comply with flood control requirements; and, - Excavation support to provide installation of utilities with a minimum excavation depth of five (5) feet. 4. Cutoff Wall Construction Project Experience Supporting Data. Example projects must include documentation such as contract document excerpts for each project submitted that demonstrate cutoff wall length, width, depth, permeability, and strengths requirements, as appropriate, and laboratory and testing data for cutoff wall permeability and strengths, as appropriate. 5. Earth Embankment Construction Project Supporting Data. Example projects must include documentation such as contract document excerpts for each project submitted evidence experience in completed construction of at least one (1) project that included placing at least 50,000 cubic yards of engineered fill for flood control levee, earth dam, or earthen embankment for water retention or conveyance, completed in the last five (5) years. 6. Include a point of contact for each project submitted. There is no page limit for submissions, however, please flag or mark the pages to assist in verification of the requested data. Data must be provided in Adobe PDF or Microsoft XLS format. 7. Demonstrated single bonding capability of at least $10M and aggregate bonding capability of at least $200M. 8. Past Performance information must demonstrate receipt of satisfactory or above ratings for all projects used to demonstrate previous experience. 9. Certification/statement that all responses to the Prequalification of Sources Questionnaire (i.e. the capabilities statement) are accurate and have been completed by a principal of the Contractor / construction company seeking addition to the PSL. Contractors listed under the approved Sacramento District Levee Improvements Seepage & Stability PSL (W9123820S0001) for DMM Cutoff Walls and SB & SCCB Cutoff Walls need only request to be included in the equivalent categories of this PSL by e-mail to the Contract Specialist. Contractors that would to be added to this PSL for Earthwork must provide the data required to validate minimum qualifications.� QUESTIONS: All questions must be submitted through the ProjNet Suite Bidder Inquiry System: https://www.projnet.org/projnet -� Please review the solicitation, plans, and specifications in their entireties, and review previous questions and answers in ProjNet, before submitting a new inquiry. - To submit and review inquiries, prospective Offerors must be a registered user or self-registered user in ProjNet. To self-register: from the ProjNet homepage, click on the �Quick Add� link. Select USACE as the agency, enter the Bidder Inquiry Key listed below, enter your e-mail address, and then click �Continue�. Fill in all required information and click �Add User�. - From this page you can view all current inquiries or add a new inquiry. - ProjNet will e-mail an acknowledgement that a new question has been submitted and will send a subsequent e-mail when the answer to their question has been posted. - The Solicitation Number�is: W9123821S1000 - The Bidder Inquiry Key is: 59UQ9T-ZDBRN8 - ProjNet will be closed to new inquiries five (5) business days before the solicitation closing date to ensure adequate time is available to respond to questions and amend the posting, if necessary. - The ProjNet call center operates weekdays from 0800 / 8:00 A.M. to 1700 / 5:00 P.M., U.S. Central Time Zone (Chicago); they can be reached by calling 1-800-428-HELP. RESPONSES: Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. Respondents will not be notified of the results of any review conducted or the capability statements received. The Minimum Qualifications listed above are not reflective of actual specification requirements for a particular requirement; each contract must be constructed according to that project�s specifications. Please provide responses by e-mail to the Contract Specialist, Nickie Cruthirds, at (tiffany.cruthirds@usace.army.mil) by 0800 / 8:00 a.m. (PST) Monday, 26 April 2021. Please include Notice number W9123821S1000 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/303a3ee8fda4468d82c2f14e49e4b916/view)
 
Record
SN06005171-F 20210520/210518230113 (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.