Search Contract Opportunities

Kansas Citys Levees, Argentine, Armourdale, and Central Industrial District Levee and Floodwall Raises   3

ID: W912DQ20B7001 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Pre-Solicitation Notice W912DQ20B7001

The U.S. Army Corps of Engineers (USACE) Kansas City District intends to issue a Full and Open unrestricted 2 Step Invitation for Bid (IFB) that will result in a Firm Fixed-Price contract for the Kansas Citys Levees, Argentine, Armourdale, and Central Industrial District (CID) Levee and Floodwall Raises.

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

PROJECT SCOPE: 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

This solicitation and resulting contract is using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5.

The Step 1 solicitation, which is issued as a Request for Technical Proposals, is expected to be available on or about 9 October 2020 on the Federal website at https://beta.sam.gov/.

The submission requirements of the Step 1 Request for Technical Proposals shall not include any prices or pricing information. Bid bonds / guarantees are not required to be submitted with the Step One technical proposal. Bid bonds will be required to be submitted with the Step 2 bid submission.

Payment and Performance Bonds will be required for the full amount (100%) of the awarded contract before the NTP can be issued.

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 and construction drawings. 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 must not include prices or pricing information.

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 and construction drawings 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 must comply with the 100% technical specifications and construction drawings and the bidder's acceptable technical proposal.

Prime Contractors, if your firm is interested in this project, a site visit is tentatively scheduled for the week of October 19th. If you plan to attend the site visit, please register by sending a request that includes your firms point of contact and DUNS number by 8 October 2020. This will allow us to plan the best approach for the site visit based on the number of interested firms. E-mail your request to Jay.b.Denker@usace.army.mil

Interested prime contractor must have an active registration in the System for Award Management (SAM), and be able to bond a $300 million construction project. Firms can register via the SAM internet web-site at http://www.sam.gov/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.

The official solicitation package will be posted to the Plan Room via www.projnet.org. PLAN ROOM KEYS WILL BE GIVEN TO PRIME CONTRACTORS PROVIDING SERVICES UNDER NAICS CODE 237990.

Please email Jay Denker at Jay.B.Denker@usace.army.mil and provide your firm's DUNS or CAGE Code to allow the Government to review your firm's SAM registration prior to issuing a plan room key. This can be done prior to the issuance of the solicitation.

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.

Overview

Response Deadline
Nov. 10, 2020, 1:00 p.m. EST (original: Nov. 10, 2020, 12:00 a.m. EST) Past Due
Posted
Sept. 18, 2020, 3:02 p.m. EDT (updated: April 23, 2021, 12:10 p.m. EDT)
Set Aside
None
Place of Performance
Kansas City, KS 66101 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
80%
On 9/18/20 USACE Kansas City District issued Presolicitation W912DQ20B7001 for Kansas Citys Levees, Argentine, Armourdale, and Central Industrial District Levee and Floodwall Raises due 11/10/20. The opportunity was issued full & open with NAICS 237990 and PSC Y1PZ.
Primary Contact
Name
Jay B. Denker   Profile
Phone
(816) 389-3934

Secondary Contact

Name
David J. Walsh   Profile
Phone
(816) 389-3352

Documents

Posted documents for Presolicitation W912DQ20B7001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W912DQ20B7001

Award Notifications

Agency published notification of awards for Presolicitation W912DQ20B7001

Contract Awards

Prime contracts awarded through Presolicitation W912DQ20B7001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W912DQ20B7001

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W912DQ20B7001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST KANSAS CITY
FPDS Organization Code
2100-W912DQ
Source Organization Code
100255257
Last Updated
April 23, 2021
Last Updated By
jay.b.denker@usace.army.mil
Archive Date
Nov. 25, 2020