Kansas City Levees Program
Title: Kansas City Levees Program, Kansas City Metro Area, Kansas - W912DQ-19-SS-6001 Notice Type: SOURCES SOUGHT Response Date: July 3, 2019 NAICS Code: 237990 Other Heavy and Civil Engineering Const... Title: Kansas City Levees Program, Kansas City Metro Area, Kansas - W912DQ-19-SS-6001 Notice Type: SOURCES SOUGHT Response Date: July 3, 2019 NAICS Code: 237990 Other Heavy and Civil Engineering Construction The following is a Sources Sought Notice. The Government is seeking to identify qualified sources under North American Industry Classification System (NAICS) 237990, Other Heavy and Civil Engineering Construction. This Sources Sought announcement is for market research information only and is to be used for preliminary planning purposes. No proposals are being requested and none will be accepted in response to this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS, AND NO CONTRACT WILL BE AWARDED FROM THIS NOTICE, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any cost incurred in preparation of a response to this notice. The U.S. Army Corps of Engineers, Kansas City District seeks qualified Construction firms interested and capable of providing an array of levee improvement/civil works construction projects. The work will be located along the Armourdale, Argentine and Central Industrial District (CID) levee units along the Kansas River in Kansas City, Kansas. Projects identified to support the Kansas City Levees Program: (the following information is in the early planning stages and may be subject to change): 1. Pump Station Repairs: There are two (2) planned contract actions each in the $1M to $5M range. Separate pump station repair contracts are planned for Armourdale and CID Levee Units. Efforts include structural, geotechnical, mechanical and/or electrical improvements across numerous pump stations within each levee unit. 2. Levee and Floodwall Raises: Argentine - There is one (1) planned design/bid/build construction contract to raise approximately 6 miles of levee and floodwall along the Argentine levee unit. Efforts include an approximate 4-5 foot raise to be completed with a combination of levee raises, floodwall replacements, new floodwall, and levee and floodwall modifications. Other features include modifications to gatewells, utility relocations, and railroad stoplog structures. Underseepage improvements include berms and relief wells are also included in this contract. Value of the contract is approximately $25-100M. Armourdale/CID -There is one (1) planned design/build construction contract action in the $100M to $220M range to raise approximately 12 miles of levee and floodwall along the Armourdale and CID levee units. Efforts include an approximate 4 to 5 foot raise to be completed with a combination of levee raises, flood wall replacements, new floodwall on levee and floodwall modifications. Other potential features could include a slurry/cut off wall, relief wells, gatewell replacements, and multiple closure structures across railroads and roadways. 3. Underseepage Improvements: There are two (2) planned design/bid/build construction contract actions, each in the $10M to $25M range, to improve underseepage conditions along the Armourdale and CID levee units. Separate contracts are planned for Armourdale and CID levee units. Efforts include underseepage berms, area fills and relief wells. 4. Gatewell Improvements: There is one (1) planned design/bid/build construction contract action, valued between approximately $5M to $10M range, to improve gatewells within the levee raise areas. Efforts include gatewell modifications, strengthening, and improvements along the Armourdale and CID levee units. Small business contractors are planned to be targeted with this procurement. It is anticipated that these solicitation(s) will be published on the Federal Business Opportunities website throughout FY 2019 and 2020. Most contracts are scheduled to be advertised and awarded between 2nd quarter of FY2020 and 4th quarter of FY2020. All construction is estimated to be completed between FY2023 and FY2024. The purpose of this sources sought notice is to obtain insight into the interest, capabilities, and qualifications of firms; as well as assist the Government in preparing market research and establishing an acquisition strategy in support of this effort. The Kansas City District is soliciting feedback from industry as part of our market research efforts associated with this acquisition and is considering various acquisition strategies to deliver this project and requests input from industry. The following information is requested in this Sources Sought (SS) announcement with a limit of twenty (20) pages for your response: 1. Organization name, address, email address, website address, telephone number, and business size (e.g. large business, small business, 8(a), HUBZone, SDVOSB, WOSB, VOSB, other) and type of ownership for the organization; include DUNS number and CAGE code. 2. Provide a description of your firm's interest in providing a proposal on the following items of work (a short description for each type of construction effort is provided above). Only respond to the items of interest. a) Pump Station Repairs - b) Levee and Floodwall Raises - c) Underseepage Improvements - d) Gatewell Improvements - For each type of work your firm is interested in, please provide at least 2 recent relevant/comparable projects completed within the past 10 years (no more than 2 pages per project). The completed projects shall demonstrate your Firm's capability to execute that type of construction effort. For each project provided it is recommended to include: A brief description of the project and how it is comparable to the work required for this project, customer name and contact information, timeliness of performance with respect to the contract schedule, customer satisfaction, contract type (e.g., Firm Fixed Price, Fixed Price Incentive, etc), delivery method (Design-Bid-Build, Design-Build, etc) and dollar value of each project. An experience form is attached. Its use is not required; however, please ensure all requested information is provided. 3. Identify if, based upon the scope of these project(s), you would form a joint venture to execute this work. Provide Joint Venture information, if applicable, including DUNS number and CAGE code. 4. Provide your firm's Bonding Capability (construction bonding level per contract and aggregate bonding level, both expressed in dollars). Include any concerns associated with providing performance and payment bond for the projected contract(s) value identified. 5. Provide your firm's capabilities/availabilities in performing the required construction efforts, given the current market conditions. Identify any workload constraints regarding the items you indicated your firm is interested in submitting a proposal. 6. Does your firm see any constraints regarding available personnel, equipment, and/or materials required to perform the planned construction efforts, given the current market conditions. Please explain any market pressures that may be apparent in late 2020 and early 2021. 7. Provide responses on the preferred method of procurement (i.e. design-build vs. design-bid-build). Please provide your rationale and pros / cons of each. If a design-build delivery method is used please explain your firm's position on whether or not a stipend is necessary. 8. For a Design-Bid-Build, what procurement method is preferred - Invitation for Bid (IFB) or a negotiated Request for Proposal? If a negotiated RFP is used, do you prefer best value trade-off or Low Price Technically Acceptable (LPTA)? Please provide your rationale and pros / cons of each. 9. Provide responses on how your firm would prefer the construction requirements to be priced (i.e. firm fixed price, fixed unit price, etc.), along with a rationale. 10. Provide input on any concerns or risks your firm has, based on the information provided in this sources sought. Please send your sources sought responses via email to william.j.hill@usace.army.mil. Submissions should be received by 12:00 p.m. CDT, July 3, 2019. This sources sought is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »