STEP-ONE IFB - Pipestem Dam Spillway Modification Project, Pipestem Creek, Jamestown, ND.
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: May 13, 2022 02:09 pm CDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Jun 16, 2022
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code:
- NAICS Code:
- Place of Performance: Jamestown , ND 58401USA
Description
**13 May 2022 - DRAFT Bid Schedule Posted. This document is DRAFT and SUBJECT TO CHANGE, provided for INFORMATIONAL PURPOSES ONLY. DO NOT SUBMIT PRICING IN STEP ONE. BIDS WILL BE REJECTED**
**11 May 2022 - Site Visit Sign-In Sheet Posted**
**9 May 2022 - AM0001 Posted - Revised Section 00 22 00**
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 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 issued here.
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 10 May 2022. Individuals interested in attending must register in advance. See solicitation for details.
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.
Contact Information
Primary Point of Contact
- Wayne C. Weidenhamer
- wayne.c.weidenhamer@usace.army.mil
Secondary Point of Contact
- Jessica R. Jackson
- jessica.r.jackson@usace.army.mil