Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SOLICITATION NOTICE

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

Notice Date
1/13/2021 12:56:24 PM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W071 ENDIST KANSAS CITY KANSAS CITY MO 64106-2896 USA
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ20B7001
 
Response Due
4/6/2021 12:00:00 PM
 
Archive Date
04/21/2021
 
Point of Contact
Jay B. Denker, Phone: 8163893934, David J. Walsh, Phone: 8163893352
 
E-Mail Address
Jay.B.Denker@usace.army.mil, david.j.walsh@usace.army.mil
(Jay.B.Denker@usace.army.mil, david.j.walsh@usace.army.mil)
 
Description
Solicitation Notice������������ W912DQ20B7001 The U.S. Army Corps of Engineers (USACE) Kansas City District has issued the Solicitation for 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. The solicitation is available on ProjNet located in the plan room.� Please email Jay Denker at Jay.B.Denker@usace.army.mil and provide your firm�s DUNS or CAGE Code and the plan room key will be provided by e-mailed.� This solicitation and resulting contract is using a Two-Step Sealed Bidding procurement method as described in FAR Part 14.5. 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 within 10 days after contract award. 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 the Step 1 Site Visit:� This site visit will be conducted in two parts; 1) October 16, 2020 a WebEx meeting will be conducted to provide necessary background information to support the upcoming site visits; 2) Physical site visits on October 20 and 21.� All contractors need to be registered for this site visit 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. Please email Jay Denker at Jay.B.Denker@usace.army.mil and provide your firm�s DUNS or CAGE Code and the plan room key will be provided by e-mailed.� 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f7249538c49448a3919b4f455324a5c4/view)
 
Place of Performance
Address: Kansas City, KS 66101, USA
Zip Code: 66101
Country: USA
 
Record
SN05891235-F 20210115/210113230105 (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.