Search Contract Opportunities

ANNUAL ON-RAMPING for the Prequalification of Sources List For American River Common Features (ARCF) 2016

ID: W9123822S0045 • Type: Special Notice
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: Jan. 23, 2023, 2:21 p.m. EST

***** 23 JAN 23: THIS NOTICE UPDATES THE ATTACHED REVISED PSL TO INCLUDE CAMENZIND DUTRA JV.*****

***** 23 NOV 22: THIS NOTICE UPDATES THE ATTACHED REVISED PSL HOLDERS LIST AS OF 23 NOV 2022 *****

ANNUAL ON-RAMPING for the Prequalification of Sources List

For American River Common Features (ARCF) 2016

Sacramento River and American River Erosion Construction Contracts

For the U.S. Army Corps of Engineers, Sacramento District

W9123822S0045

This is the ANNUAL ON-RAMPING for the PREQUALIFICATION OF SOURCES LIST (PSL) announcement (previous notice W9123821S0006), issued in accordance with DFARS 236.272 and the U.S. Army Corps of Engineers Acquisition Instruction (UAI) 5136.272. 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 Selection.

The following is a list of prequalified contractors:

Earthwork

Ahtna Great Lakes E&I JV

Continental Heavy Civil Corp.

Fisher Anderson JV

Forgen

Maloney-Odin JV

Nordic

Odin

San Rafael Rock Quarry

Steelhead Constructors

Sukut

Suulutaaq

Teichert

Teichert-Odin JV

Biotechnical Bank Protection

Ahtna Great Lakes E&I JV

Continental Heavy Civil Corp.

Decker Landscaping

Fisher Anderson JV

Ford Construction

Forgen

Landology

Maloney-Odin JV

Nordic

Odin

San Rafael Rock Quarry

Steelhead Constructors

Sukut

Suulutaaq

Teichert

Teichert-Odin JV

Barge Work

Anderson Dragline

Continental Heavy Civil Corp.

Lind Marine

Vortex

San Rafael Rock Quarry

If you are already pre-qualified for the features above you wish to perform, kindly confirm your continued interest.

The U.S. Army Corps of Engineers (USACE), Sacramento District is seeking to expand the PSL for the erosion construction contracts within the Sacramento Valley. The objective of the Prequalification of Sources process is to identify and select responding firms that demonstrate the capacity and capability to successfully support critical USACE erosion 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 similar construction projects, financial accounting capabilities to support potential Government fixed-price contracts, 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 one Sacramento River project with an estimated DFARS 36.204(ii) Magnitude of Construction of between $25,000,000 and $100,000,000, and one American River project with an estimated FAR 36.204(i) Magnitude of Construction of between $10,000,000 and $25,000,000 in the next year . 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 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 SPK projects that are likely to be constructed under stand-alone contracts that will be advertised to the firms on the PSL for levee improvement bank protection/bank stabilization construction within the Sacramento Valley with a particular focus on levee improvements on the Sacramento and American Rivers.

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. The Product Service Code (PSC) is Y1PC

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:
  • Placement of rocks in a river - minimum 30,000 Tons
  • Excavation/Placement of soil fill on riverbanks - 100,000 cubic yard
  • 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.

Solicitation Process:

  1. The Government will provide all of the firms on the Prequalified Sources List notification of its intent to advertise a requirement via a Presolicitation Notice. 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 subcontracting opportunities. 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 proposing on the project.

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.

  1. 4. Per FAR 36.103(a), Contracting Officers shall use sealed bid procedures for a construction contract if the conditions in 6.401(a) apply. Therefore, the Government will consider if:
    1. Time permits the solicitation, submission, and evaluation of sealed bids;
    2. The award will be made on the basis of price and other price-related factors;
    3. It is not necessary to conduct discussions with the responding offerors about their bids;
    4. There is a reasonable expectation of receiving more than one sealed bid.

5. SPK expects that these conditions will be met for most, if not all, contract actions contemplated for use with the PSL. 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 to consider entering into discussions with offerors, then the Government reserves the right to issue Requests for Proposals (RFP) and follow procedures prescribed in FAR Part 15.

6. As it is expected that most if not all contemplated projects will proceed as FAR Part 14 acquisitions, the date of bid opening will generally be 30 days after issuance of an IFB.

7. The bid results will be made available to all bidders (i.e., those contractors on the PSL that actually submitted a bid but not those contractors on the PSL that did not bid).

8. 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.

9. After an affirmative determination of contractor responsibility is made per FAR 9.104, the Government will proceed with contract award.

Procurement Integrated Enterprise Environment (PIEE): Solicitations will be posted in PIEE and all bids will be submitted there as well. The website is https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.

Responses to this Prequalification of Sources announcement shall contain:

  1. The completed Prequalification of Sources requirements above. The 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. All requirements must be answered for the response to be considered valid to demonstrate the experience listed in #1-4, or in any combination thereof. Completed submissions shall be returned in Adobe PDF format.

2. A letter from your firm's surety documenting the single bonding capability of at least

$30M and the aggregate bonding capability of at least $200M.

3. Certification/statement that all responses to the Prequalification of Sources requirements are accurate and complete by a principal of the firm.

Interested Firms shall respond to this Prequalification of Sources Announcement no later than 18 August 2022 5:00pm PST. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your responses to Howard Gregory at Howard.E.Gregory@usace.army.mil

Posted: Nov. 23, 2022, 3:36 p.m. EST
Posted: Aug. 3, 2022, 5:14 p.m. EDT

Overview

Response Deadline
Dec. 31, 2022, 8:00 p.m. EST (original: Aug. 18, 2022, 8:00 p.m. EDT) Past Due
Posted
Aug. 3, 2022, 5:14 p.m. EDT (updated: Jan. 23, 2023, 2:21 p.m. EST)
Set Aside
None
Place of Performance
Sacramento, CA 95815 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
On 8/3/22 USACE Sacramento District issued Special Notice W9123822S0045 for ANNUAL ON-RAMPING for the Prequalification of Sources List For American River Common Features (ARCF) 2016 due 12/31/22.
Primary Contact
Name
Howard Gregory   Profile
Phone
(916) 557-5217

Secondary Contact

Name
Melissa A. DeNigris   Profile
Phone
(916) 557-5137

Documents

Posted documents for Special Notice W9123822S0045

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Special Notice W9123822S0045

Similar Active Opportunities

Open contract opportunities similar to Special Notice W9123822S0045

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > US ARMY ENGINEER DISTRICT SACRAMENT
FPDS Organization Code
2100-W91238
Source Organization Code
100221301
Last Updated
Jan. 28, 2023
Last Updated By
melissa.a.denigris@usace.army.mil
Archive Date
Jan. 28, 2023