Fort Peck Toe Drain Outfall Repair and Monitoring System

Agency: DEPT OF DEFENSE
State: Montana
Type of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Posted: Jan 30, 2023
Due: Feb 13, 2023
Solicitation No: W9128F23B0002
Publication URL: To access bid details, please log in.
Follow
Fort Peck Toe Drain Outfall Repair and Monitoring System
Active
Contract Opportunity
Notice ID
W9128F23B0002
Related Notice
W9128F23B0002
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 30, 2023 03:26 pm CST
  • Original Published Date: Nov 15, 2022 09:28 am CST
  • Updated Date Offers Due: Feb 13, 2023 02:00 pm CST
  • Original Date Offers Due: Dec 20, 2022 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Feb 28, 2023
  • Original Inactive Date: Jan 04, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1QA - CONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Fort Peck , MT 59223
    USA
Description

***Am0003 Extends the due date for the IFB Step-1 Proposal to 13 February 2023 at 2:00 PM CT. In addition, the Wage Determination has been udpated and added to this Amendment. Please review the amendment attachment. (Please be advised there was a system error and the numbering for the solicition moved to AM0003. There is NO Am0002).***



*** USACE Omaha Office did not receive Bids for the Fort Peck Toe Drain Repair and Monitoring System. Please continue to monitor SAM.GOV for more inforamtion. ***



19 January 2023 - Site Visit Attendee List has been uploaded to Attachments.



The U.S. Army Corps of Engineers (USACE) Omaha District hereby issues the Step-One IFB of a Full and Open Unrestricted Two-Step Invitation for Bid (IFB) that will result in one (1) Firm Fixed-Price contract for the Fort Peck Toe Drain Outfall Repair and Monitoring Project at the Fort Peck Dam, Fort Peck, Montana.



PROJECT SCOPE: The North American Industry Classification System (NAICS) Code is 237990 (Other Heavy and Civil Engineering Construction). The contractor shall provide all personnel, equipment, tools, vehicles, supervision, and other items necessary to remove and replace the existing drain outfall perforated pipe and monitoring system at the downstream toe of the dam. The work will include but not limited to dewatering of the area if required, excavation, demolition, installation of new pipes, placement of new filter material, backfill, installation of manhole, and sodding and seeding.



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 20 Dec 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 30 November 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 UEI Number NLT COB 29 Nov 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 lynne.d.reed@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.



Magnitude for this project is $500,000 to $1,000,000.



The point of contact for all questions/inquiries is Contract Specialist Ms. Lynne Reed 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

Related Document

Oct 19, 2022[Presolicitation (Original)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Oct 20, 2022[Presolicitation (Updated)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Nov 15, 2022[Solicitation (Original)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Jan 3, 2023[Solicitation (Updated)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Jan 5, 2023[Solicitation (Updated)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Jan 6, 2023[Solicitation (Updated)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Jan 19, 2023[Solicitation (Updated)] Fort Peck Toe Drain Outfall Repair and Monitoring System
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Status Details Open GNA HENRY DEEMER PCT Hand thinning forestry services in the

Montana Department of Transprotation

Bid Due: 5/07/2024

Draw Observation Services The Missouri Lottery is accepting bids for the purpose of

St. Louis Post-Dispatch

Bid Due: 5/02/2024

Follow Fort Peck Tour Guide Services Active Contract Opportunity Notice ID W9128F24Q0035 Related

DEPT OF DEFENSE

Bid Due: 4/26/2024

Status Details Open Reservations System for Fish Wildlife & Parks Reservation System for

Montana Department of Transprotation

Bid Due: 4/25/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.