BLOCK PAGE!!!

Subscribe For Access

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Saving Project...

This is a service / maintenance or supply contract in Sacramento, California. Contact the soliciting agency for additional information.

ANNUAL ON-RAMPING for the Prequalification of Sources List For the Natomas Levee Cutoff Wall Construction Contracts For the U.S. Army Corps of Engineers, Sacramento District W9123823S1000 This is the ANNUAL ON-RAMPING for the PREQUALIFICATION OF SOURCES LIST (PSL) announcement (previous notice W9123822S1000), 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: Slurry Supported Cutoff Wall Construction: 1) Ahtna Great Lakes E&I JV 2) Forgen, LLC 3) Geo-Solutions, Inc. 4) Maloney-Odin JV 5) Nordic Industries, Inc. 6) Odin Construction Solutions, Inc. 7) Soletanche Bachy International-Nicholson Joint Venture 8) Treviicos Corporation Deep Cutoff Wall Construction: 1) Bauer Foundation Corp. 2) JAFEC USA, Inc. 3) Malcolm International, LLC 4) Raito, Inc. 5) Soletanche Bachy International-Nicholson Joint Venture 6) Treviicos Corporation Earth Embankment Construction: 1) A. Teichert & Son, Inc. 2) Forgen, LLC 3) Maloney-Odin JV 4) Nordic Industries, Inc. 5) Odin Construction Solutions, Inc. 6) Soletanche Bachy International-Nicholson Joint Venture 7) Kiewit Infrastructure West Co. If you are already pre-qualified for the features above you wish to perform, kindly confirm your continued interest, via email, to jeffrey.m.post@usace.army.mil, no later than 1:00 PM (1300) Pacific Daylight Time (PDT), 31 August 2023. The U.S. Army Corps of Engineers (USACE), Sacramento District is seeking to expand the PSL for the Natomas Cutoff Wall Construction Contracts. 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 cutoff 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. This PSL will be established by Fiscal Year and therefore will be available for projects solicited from October 1, 2023, through 30 September 2024. Presently, the Government anticipates one project this upcoming Fiscal Year with an estimated FAR 36.204(g) Magnitude of Construction of between $5,000,000 and $10,000,000. The PSL will be used as a vehicle to solicit 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 cutoff call construction throughout the Sacramento Valley and Natomas Basin 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 $44.5M. 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 determined qualified for the PSL, Contractors must qualify for the experience listed in #1-3 below or in any combination thereof: The prime Contractor, the key Subcontractor, a Joint Venture Partner (JVP), or a Merged Company (MC) must demonstrate prior experience constructing levee cutoff walls used for seepage control within the last ten (10) years in any one of the following methods: 1. Slurry Supported Cutoff Wall Construction: Conventional slurry supported cutoff wall construction project experience must include the use of long-reach excavators or clamshells and include the construction of at least two (2) soil bentonite (SB) cutoff walls and two (2) slag cement-cement bentonite (SCCB) completed cutoff wall projects. This may be submitted as four (4) separate projects or as few as two (2) projects if each project includes one SB and one SCCB wall within it. Multiple headings completed on one (1) contract will be considered evidence of experience for one (1) construction project. For each project, the following cutoff wall standards must have been met to demonstrate sufficient capability: a. A minimum of 50 feet deep; b. A minimum of 24-inches wide; c. A minimum of 500 feet long; d. A maximum permeability of 1x10-6 cm/sec for SB cutoff walls; e. A maximum permeability of 1x10-6 cm/sec for SCCB cutoff walls at the end of the curing time period specified in the project's contractual requirements; and f. The SCCB cutoff wall must have had a minimum unconfined compressive strength of 50 psi at the end of the curing time period specified in the project's contractual requirements. 2. Deep Cutoff Wall Construction: Deep cutoff wall construction project experience must include completed construction of at least one (1) deep cutoff wall project including, but not limited to, Deep Mixing Method (DMM) / Deep Soil Mixing (DSM) / Cutter Soil Mixing (CSM) / One Pass Trenching (OPT) /Trench Cutting Re-Mixing Deep (TRD) method cutoff operating the batch plant and delivery system to the cutoff wall location, and all associated work with constructing the cutoff wall. Multiple headings completed on one (1) contract will be considered evidence of experience for one (1) construction project. For each project, the following cutoff wall standards must have been met to demonstrate sufficient capability: a. A minimum of 75 feet deep; b. A minimum of 24-inches wide; c. A minimum of 500 feet long; d. A maximum permeability of 1x10-6 cm/sec; and e. A minimum unconfined compressive strength of 50 psi at the end of the curing time period specified in the project's contractual requirements. 3. Earth Embankment Construction: The prime Contractor, key Subcontractor, JVP, or a MC must demonstrate prior experience constructing earth embankments within the last five (5) years that includes the construction of at least one (1) project with placement of at least 50,000 cubic yards of engineered fill for flood control levee, earth dam, or earthen embankment for water retention or conveyance. For each earth embankment construction project, the following standards must have been met to demonstrate sufficient capability: a. Embankment construction for flood control purpose with a minimum embankment height of ten (10) feet; b. Coordination with and performance of utility relocations (utility poles, water supply, gas line, etc.) to comply with flood control requirements; and, c. Excavation support to provide installation of utilities with a minimum excavation depth of five (5) feet. 4. Cutoff Wall Construction Project Experience Supporting Data. Example projects must include documentation such as contract document excerpts for each project submitted that demonstrate cutoff wall length, width, depth, permeability, and strengths requirements, as appropriate, and laboratory and testing data for cutoff wall permeability and strengths, as appropriate. 5. Earth Embankment Construction Project Supporting Data. Example projects must include documentation such as contract document excerpts for each project submitted evidence experience in completed construction of at least one (1) project that included placing at least 50,000 cubic yards of engineered fill for flood control levee, earth dam, or earthen embankment for water retention or conveyance, completed in the last five (5) years. 6. Include a point of contact for each project submitted. There is no page limit for submissions, however, please flag or mark the pages to assist in verification of the requested data. Data must be provided in Adobe PDF or Microsoft XLS format. 7. Demonstrated single bonding capability of at least $10M and aggregate bonding capability of at least $200M. 8. Past Performance information must demonstrate receipt of satisfactory or above ratings for all projects used to demonstrate previous experience. 9. Certification/statement that all responses to the Prequalification of Sources Questionnaire (i.e. the capabilities statement) are accurate and have been completed by a principal of the Contractor / construction company seeking addition to the PSL. Solicitation Process: 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. 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. 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. 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: Time permits the solicitation, submission, and evaluation of sealed bids; The award will be made on the basis of price and other price-related factors; It is not necessary to conduct discussions with the responding offerors about their bids; There is a reasonable expectation of receiving more than one sealed bid. 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. 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. 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). 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. 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: Submission of the completed Prequalification of Sources (PSL) requirements above 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 #1-3, or in any combination thereof. Note additional requirements as needed in #4-8 above. Completed submissions shall be returned in Adobe PDF format. Interested Firms shall respond to this Prequalification of Sources Announcement no later than 1:00pm (1300) PDT, 31 August 2023. All interested firms must be registered at www.sam.gov to be eligible for award of Government contracts. Email your responses to Jeff Post at jeffrey.m.post@usace.army.mil.

Final Planning

Water / Sewer

$10,000,000.00

Public - Federal

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

4 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
310
Active Projects
157
Bidding Soon
2,875
All Active Projects
1,132
Updated Recently

One Low Price

  • One license and one market
  • Details and key contacts on all bidding projects
  • Organize your pipeline with a digital bid board
  • Automatically match opportunities to your profile
  • Saved searches deliver daily project leads to your email inbox

Market Pricing Around

  • All Starter Product functionality
  • Access to all documents (plans, specifications, and addenda)
  • Access to planning projects
  • Access to contact information
  • Ability to Export

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

Find better bids. Win.

Get Started Now

Get the right
data with Project Intelligence

Share with your network.

Project Shared

with

example@example.com

Upgrade now for industry‑leading commercial construction data.

You've reached the free-view limit.

Thousands of projects are added every week - don't miss out. Explore the best product options for your business and subscribe today.

Get Access Now

Choose what you would like to do.

Seen enough? Want to see more? Subscribe on your own or talk to one of our sales reps.

October 1, 2023

September 30, 2024

img_map_placeholder

Multiple Locations, Sacramento, CA


Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.