South Dakota Bids > Bid Detail

Fort Randall Internal Erosion Mitigation

Agency:
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159136412167139
Posted Date: Dec 11, 2023
Due Date: Jan 5, 2024
Source: https://sam.gov/opp/a589b08f13...
Follow
Fort Randall Internal Erosion Mitigation
Active
Contract Opportunity
Notice ID
W9128F24B0001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NWD
Office
W071 ENDIST OMAHA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Dec 11, 2023 10:39 am CST
  • Original Published Date: Nov 02, 2023 02:50 pm CDT
  • Updated Response Date: Jan 05, 2024 02:00 pm CST
  • Original Response Date: Dec 15, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Jan 20, 2024
  • Original Inactive Date: Dec 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1KA - MAINTENANCE OF DAMS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Pickstown , SD 57367
    USA
Description View Changes

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 Fort Randall Internal Erosion Mitigation at Fort Randall Dam, Pickstown, SD.



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



Estimated Magnitude of Construction: Between $5,000,000 and $10,000,000.



PROJECT SCOPE: This DBB construction contract will consist of designing/implementing a dewatering system (as needed), placing a vertical filter using modern filter design for approximately 650 feet downstream of the eagle tree to protect against fines transport into the tailrace, tie the vertical filter into the existing filter behind the riprap downstream of a wall, remove the riprap along the tailrace bank downstream of the eagle tree and replace riprap with a properly designed filter underneath. Work may require installation of a dewatering system depending on the method of vertical filter installation utilized to ensure safe excavation and aid in construction.



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 5 January 2024 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 TBD. 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 TBD. 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 brandie.L.stallsworth@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 Brandie Stallsworth at the email above.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE 1616 CAPITOL AVENUE
  • OMAHA , NE 68102-4901
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >