Skip to main content

An official website of the United States government

You have 2 new alerts

Fort Randall Asbestos Tray Replacement

info alert

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: Presolicitation (Updated)
  • Updated Published Date: Jan 11, 2023 02:00 pm CST
  • Original Published Date: Dec 29, 2022 03:00 pm CST
  • Updated Response Date: Feb 24, 2023 02:00 pm CST
  • Original Response Date: Feb 14, 2023 02:00 pm CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: N061 - INSTALLATION OF EQUIPMENT- ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT
  • NAICS Code:
    • 238210 - Electrical Contractors and Other Wiring Installation Contractors
  • Place of Performance:
    Pickstown , SD 57367
    USA

Description

**11 Jan 23 - Step-One IFB is expected to be available on or about 25 Jan 23. Site Visit rescheduled to 7 Feb 23 (tentative).  Details will be provided in the Step-One IFB.**

The U.S. Army Corps of Engineers (USACE) Omaha District intends to issue a Two-Step Invitation for Bid (IFB) that will result in one (1) Firm Fixed-Price contract for the Asbestos Tray Replacement at Fort Randall Dam, South Dakota.

The North American Industry Classification System (NAICS) Code is 238210, Electrical Contractors and Other Wiring Installation Contractors.

Estimated Magnitude of Construction:  Between $1,000,000 and $5,000,000.

PROJECT SCOPE:  This is a construction contract to remove and replace transite asbestos cable trays at Fort Randall Dam, SD. Work includes supporting the cables that rest in the existing trays until new cable trays are installed, unbolting the transite asbestos trays from supports, taking the trays out of the tunnels and preparing them to be lifted by crane through access hatches on the generator floor, and transport and dispose of the trays at an approved landfill. Once the trays have been removed, the cables and remaining horizontal surfaces shall be wiped down/cleaned for dust that contains asbestos fibers, with all waste to be properly disposed of. Suitable replacement cable trays will be supplied and installed under this contract.

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 25 January 2023 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 31 January 2023.  Detailed information will be included in the Step-One IFB.

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 Brianna Boehne at brianna.boehne@usace.army.mil.

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