Florida Bids > Bid Detail

PREQUALIFICATION OF SOURCES: Herbert Hoover Dike (HHD), County Road 720 Milling and Resurfacing, Glades County, Florida

Agency:
Level of Government: Federal
Category:
  • T - Photographic, Mapping, Printing, and Publications Services
Opps ID: NBD00159073505930272
Posted Date: Oct 20, 2022
Due Date: Nov 3, 2022
Solicitation No: W912EP22R0025
Source: https://sam.gov/opp/9796fe500d...
PREQUALIFICATION OF SOURCES: Herbert Hoover Dike (HHD), County Road 720 Milling and Resurfacing, Glades County, Florida
Active
Contract Opportunity
Notice ID
W912EP22R0025
Related Notice
Department/Ind. Agency
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: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Oct 20, 2022 12:06 pm EDT
  • Original Published Date: Sep 15, 2022 01:06 pm EDT
  • Updated Response Date: Nov 03, 2022 02:00 pm EDT
  • Original Response Date: Oct 06, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    FL
    USA
Description

Prequalification of Sources



Herbert Hoover Dike (HHD), County Road 720 Milling and Resurfacing, Glades County, Florida



United States Army Corps of Engineers, Jacksonville District



ANNOUNCEMENT



This is a PREQUALIFICATION OF SOURCES announcement, 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 process.



SITE VISIT



An organized site visit has been scheduled for 26 October 2022. Participants should contact the USACE POC, Greg Daniels at 561-358-9835 or Gregory.L.Daniels@usace.army.mil on or before 25 October 2022, to receive final details, to include the time and meeting location. Failure to contact the identified POC before the required date/time may result in your company being ineligible to attend the site visit. The site visit engineer shall provide notes and the sign in roster to be posted to the GPE after the conclusion of the site visit.



SCOPE OF WORK



The U.S. Army Corps of Engineers (USACE), Jacksonville District is seeking to create a Prequalified Sources List (PSL) for Herbert Hoover Dike (HHD), County Road (CR) 720 Milling and Resurfacing, Glades County, Florida. The Project consists of milling and resurfacing CR720 and Griffin Road. Once CR720 and Griffin Road are resurfaced, pavement markings shall be installed. All work will be performed within the CR720 and Griffin Road right of way and shall be in accordance with Florida Department of Transportation (FDOT) standards. CR720 is bound by US 27 to the west and the Glades County line to the south. CR720 is approximately 9.2 miles long and meanders between agriculture land and single-family homes. CR720 is composed of five ninety degree turns with straight sections of pavement in between each curve. Each curve has guardrails on either side of the roadway just off the edge of the pavement. CR720 also crosses two railroad tracks. Roadside ditches exist on either side of most of the road. There are above grade and below grade utilities that will need to be accounted for during construction. Utility impacts and drainage improvements are not anticipated. The work must be performed one lane at a time while managing and controlling traffic around the work site as closing CR720 and Griffin Road to vehicular and pedestrian traffic is prohibited.



The objective of the PSL is to identify and select responding firms that demonstrate the capacity and capability to successfully perform the work required for the subject project. Information from major subcontractors may be submitted in response to this announcement with a signed Letter of Commitment.



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, previous experience milling, resurfacing, and implementing maintenance of traffic, and past performance on a two-lane asphalt rural road in accordance with FDOT standards. The selection process will be objective in that responding firms either meet or fail to meet the criteria. Exchanges with responding firms may occur if the Contracting Officer determines them necessary. Failure to meet any one of the criteria will result in non-selection. The criteria ensure selection of clearly qualified contractors with experience and capability relevant to the requirement, provide competition, and minimize subjectivity in USACE's assessment.



The PSL will be used to solicit one firm-fixed price construction contract with a magnitude of construction between $5,000,000 and $20,000,000 using FAR Part 15 procedures (i.e., Contracting by Negotiation).



The North American Industry Classification System (NAICS) code for procurement using the Prequalified Sources List is 237310, Highway, Street, and Bridge Construction. The Small Business Size Standard for this project is $39.5 million.



BONDING REQUIREMENTS



Performance and payment bonds shall be provided for a contract awarded under the PSL. Typically, Notice to Proceed (NTP) will not be issued until after the successful offeror provides sufficient bonding.



QUALIFICATION REQUIREMENTS



To be considered qualified for the PSL, firms must meet the following minimum requirements:



1. Experience: Furnish documentation utilizing the attached Company Specialized Experience Form showing that your firm has completed two projects within the last 10 years that encompass the following:



a. Milling an asphalt road at least five miles long in accordance with FDOT.



b. Resurfacing an asphalt road at least five miles long in accordance with FDOT.



c. Designed, installed, and implemented a maintenance of traffic plan on a two-lane rural road while not closing the road to pedestrian or vehicular traffic.



d. Performed quality assurance testing in accordance with FDOT standards and requirements as it pertains to milling and resurfacing an asphalt road.



It is not required that all experiences be shown on the same project. At least two projects must be shown to describe each of the four minimum experience requirements. Therefore, up to eight projects may be included in the response. Note the page limitation of 25 pages for this information. Each project should have a value of at least $2,000,000. Relevant experience includes implementing a maintenance of traffic plan, milling an asphalt road, resurfacing an asphalt road, and performing quality assurance testing on an asphalt road.



2. Past Performance: Information that demonstrates satisfactory ratings by the client for each of the projects cited in Experience above that indicates a recommendation to use the contractor for this project. A completed Past Performance Questionnaire, CPARS evaluation, or equivalent from the client meets this requirement. The firm's self-assessment of its own performance is not requested and will not be substituted for the client's assessment. Additional past performance information from other contracts that represents a risk to future satisfactory performance may be considered by the qualification authority. This information could include contract terminations, safety violations, cure notices, tax delinquencies, non-compliance with subcontracting plans, non-compliance with labor laws, assessment of liquidated damages, and adversarial management practices or behaviors as viewed by the client. The USACE may consider past performance information from any source it deems relevant.



3. Bonding: A firm must be bondable to the magnitude of construction listed for this project.



SOLICITATION PROCESS



1. USACE will provide all firms who respond to this announcement notification of its inclusion or non-inclusion in the PSL. Notification will be sent via e-mail to the firm's designated e-mail address. The contracting officer will endeavor, but is not required, to provide the notice to PSL firms at least 3 days prior to issuing the solicitation.



2. The solicitation will be posted to a secure government point of entry, the Procurement Integrated Enterprise Environment (PIEE) Solicitation Module at https://piee.eb.mil/. Only firms in the PSL will receive a copy of the solicitation. Amendments to the solicitation will be posted to the same forum as the original solicitation.



3. Solicitations will reflect the proposal due date and time and how to submit a proposal through the PIEE Solicitation Module.



4. The award will be made utilizing the lowest price technically acceptable source selection process in accordance with FAR 15.101-2.



5. Upon identification of the apparent low offer, the proposal will be reviewed for conformity to the solicitation requirements and contractor responsibility must be considered. After an affirmative determination of contractor responsibility and price reasonableness, USACE will proceed with contract award.



6. The award notice will be made available to the entire PSL via e-mail. Firms or entities outside of the PSL will not be provided individual award notices. However, the award information (company name, address, and total amount) for a federal contract will be released publicly on SAM.gov.



REQUESTS FOR INFORMATION



Interested parties shall submit questions concerning this announcement via Bidder Inquiry in ProjNet at www.projnet.org/projnet.



1. To submit and review inquiry items, interested parties will need to be a current registered user or self- register in the system. To self-register, go to the aforementioned web page and click on the BID tab, select Bidder Inquiry, select agency USACE, and enter the Bidder Inquiry Key for this announcement (listed below), your email address, and then click . Verify all information on the next screen is correct and click .



2. From this page, you may view all bidder inquiries or add an inquiry.



3. Interested parties will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by USACE Technical Review Team.



4. The Special Notice number is: W912EP22R0025



5. The Bidder Inquiry key is: VBTC9Z-MV44P8



6. Interested Parties are requested to review the Bidder Inquiry System for answer to questions prior to submission of a new inquiry.



7. The Bidder Inquiry call center can be contacted with questions concerning the use of Bidder Inquiry. The call center operates weekdays from 8am to 5pm Central time. The telephone number for the call center is 800-4289-HELP.



RESPONSES



Interested firms shall respond to this Prequalification of Sources announcement no later than 3 November 2022 at 2:00 PM Eastern Daylight Time (EDT) to be eligible for consideration for the upcoming solicitation. All interested firms must be actively registered at www.SAM.gov to be eligible for award of federal contracts. Email your electronic response to James Tracy at james.t.tracy@usace.army.mil and courtesy copy I'sis Hill at isis.s.hill@usace.army.mil, and Dewayne Sparks at dewayne.a.sparks@usace.army.mil. Responses to this Prequalification of Sources announcement shall not exceed 12MB and shall contain:



1. Experience: Narrative identifying the required experience stated in Paragraph 1 of QUALIFICATION REQUIREMENTS, performed within the last 10 years. Narrative must be in sufficient detail to determine the type of work, location, timeframe, value, quantities, client, and whether it was a prime contract or subcontract. If your firm was a subcontractor, the value and quantities stated should be those of the subcontract, not the entire contract. Do not submit projects completed by teaming partners or planned major subcontractors unless there is an approved joint venture or mentor-protégé agreement or a signed Letter of Commitment from the major subcontractor to the offeror. Narrative attachments shall be returned in a searchable Adobe PDF. Page Limitation: 25 pages. Minimum font size: 11 point.



2. Past Performance: Information that demonstrates satisfactory ratings by the client for all projects cited for Experience. The information should indicate the client's recommendation of the firm for future projects. A CPARS evaluation or its equivalent from the client would meet this requirement. If no rating exists, submit the attached Past Performance Questionnaire (PPQ) completed by the client. The name, address, phone, and e-mail of the client must be included in the submission. Information submitted by the firm regarding its own assessment of Past Performance will be disregarded. Page Limitation: None. Minimum font size: 11 point.



3. Bonding: A current letter documenting bonding capacity for the magnitude of construction listed for this project. Page Limitation: 1 page.



4. Designated E-mail: Designate a single e-mail address from your firm to be utilized for the solicitation notice, solicitation posting, amendments, and award notice under this PSL. It is recommended that this e-mail not be tied to any single person. The e-mail account must be able to receive e-mails of 10MB file size. If multiple e-mail addresses are provided, only the first e-mail address will be utilized.



5. Certifications: Certification by the principal of the firm regarding:



a. CAGE code, eligibility for federal contract awards, and active registration in SAM.



b. Business Classification: Certify your business's size standard under NAICS 237310 with a $39.5 million size standard. Include any other small business representations as well. In the event of a conflict with what is certified and what is in SAM, representations from SAM will be utilized by USACE.



c. Accuracy and Completeness: Certify that all information contained in the response is accurate and complete.



Experience, Past Performance, and Bonding will be evaluated for purposes of meeting prequalification standards. Designated E-mail and Certifications are not prequalification standards that are passed or failed but will affect notification and eligibility for solicitations under the PSL.



Attachments:



Company Specialized Experience Form



Past Performance Questionnaire


Attachments/Links
Contact Information
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 >