Search Contract Opportunities

Pipestem Dam Spillway Modification Project, Pipestem Creek, Jamestown, ND.   4

ID: W9128F22B0002 • 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 W9128F22B0002

The U.S. Army Corps of Engineers (USACE) Omaha District intends to issue a Full and Open Unrestricted Two-Step Invitation for Bid (IFB) that will result in one (1) Firm Fixed-Price contract for the Pipestem Dam Spillway Modification Project on the Pipestem Creek near Jamestown, ND.

The North American Industry Classification System (NAICS) Code is 237990, (Other Heavy and Civil Engineering Construction).

Estimated Magnitude of Construction: Between $100,000,000 and $250,000,000

PROJECT SCOPE: This DBB construction contract will consist of a stepped roller compacted concrete (RCC) spillway chute structure with an integrated three-stage labyrinth crest control structure, approach walls, and stilling basin. Together, the chute structure and stilling basin will prevent the initiation of spillway erosion at the downstream end of the spillway. Dikes on the left and right sides of the spillway channel will train the flow into the chute structure and provide flanking protection to prevent erosion from initiating outside of the spillway channel. The spillway modification also includes lowering of the upstream spillway channel and the approach channel to 6 to 8 feet below existing grade.

TWO-STEP PROCUREMENT: This solicitation and resulting contract are using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5.

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.

The Step One solicitation, issued as a Request for Technical Proposal, is expected to be available on or about 6 May 2022 via Contract Opportunities at https://sam.gov/.

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

Under this bidding process, Step One consists of the request for submission, evaluation and (if necessary) discussion of a technical proposal. Only one (1) technical proposal may be submitted by each offeror. The proposals will be evaluated for technical acceptability. Again, 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://sam.gov/ website for the benefit of prospective subcontractors.

In Step Two, an amendment to the solicitation will be issued along with the final 100% technical specifications and construction drawings to only those offerors whose technical proposals are determined to be acceptable in Step One . The normal sealed bidding process in FAR Part 14 will be followed in Step Two. Only bids based upon technical proposals determined to be acceptable, either initially or as a result of discussions for Step One, will be considered for award. Each bid in Step Two 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.

Bid bonds will be required to be submitted with the Step Two bid submission.

Payment and Performance Bonds will be required for the full amount (100%) at the time of contract award before the Notice to Proceed (NTP) can be issued.

A site visit is tentatively scheduled for the week of 15 May 2022. Individuals interested in attending must register in advance by sending a request that includes the attendee's name, the firm being represented and the firm's DUNS NLT COB 12 May 2022. This will allow the Government to plan the best approach for the site visit based on the number of interested firms. Attendance may be limited to prime contractor participation. E-mail all requests to wayne.c.weidenhamer@usace.army.mil.

Interested prime contractors must have an active System for Award Management (SAM) registration. Firms can register via the SAM website at https://sam.gov/. If an offeror is a Joint Venture (JV), the JV entity must have valid SAM registration in the SAM database representing the JV as one (1) business/firm/entity.

The point of contact for all questions/inquiries is Contract Specialist Wayne Weidenhamer at the email above.

Overview

Response Deadline
June 6, 2022, 3:00 p.m. EDT Past Due
Posted
March 31, 2022, 3:13 p.m. EDT
Set Aside
None
Place of Performance
Jamestown, ND 58401 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
90%
On 3/31/22 USACE Omaha District issued Presolicitation W9128F22B0002 for Pipestem Dam Spillway Modification Project, Pipestem Creek, Jamestown, ND. due 6/6/22. The opportunity was issued full & open with NAICS 237990 and PSC Y1KA.
Primary Contact
Name
Wayne C. Weidenhamer   Profile
Phone
None

Secondary Contact

Name
Jessica R. Jackson   Profile
Phone
None

Documents

Posted documents for Presolicitation W9128F22B0002

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9128F22B0002

Award Notifications

Agency published notification of awards for Presolicitation W9128F22B0002

Contract Awards

Prime contracts awarded through Presolicitation W9128F22B0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9128F22B0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9128F22B0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > NWD > W071 ENDIST OMAHA
FPDS Organization Code
2100-W9128F
Source Organization Code
100255233
Last Updated
March 31, 2022
Last Updated By
wayne.c.weidenhamer@usace.army.mil
Archive Date
March 31, 2022