Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
SOURCES SOUGHT

Z -- SOURCES SOUGHT: Emergency Levee Repair Requirements IDIQs

Notice Date
2/29/2008
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-08-S-0015
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Allen R. Bassett, 916-557-5231
 
E-Mail Address
Email your questions to US Army Engineer District, Sacramento
(Allen.R.Bassett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SECOND SOURCES SOUGHT ANNOUNCEMENT FOR THIS ACQUISITION. CONTRACTORS WHO PREVIOUSLY RESPONDED TO SOURCES SOUGHT ANNOUNCEMENT #W91238-07-B-0006 ARE NOT AUTOMATICALLY CONSIDERED TO HAVE RESPONDED TO THIS SOURCES SOUGHT ANNOUNCEMENT. Th e Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish contracts to provide rapid response for emergency levee repairs and flood control work. It is anticipated that this acquisition will be solicited by Invitat ion for Bids (IFB). The Government intends to award three (3) IDIQ Requirements contracts, one for each of the three Regions identified below. Each contract will have a 12-month Base Period plus three 12-month Option Periods, with a maximum capacity of $ 40,000,000 per Period, totaling a maximum capacity of $160,000,000 per contract. The total maximum capacity resulting from this acquisition (three contracts) is $480,000,000. Each Region is defined as follows: a) Region 1, Sacramento River drainage bas in including all rivers and tributaries flowing into the river north of N38.3683 W121.52138 (Hood, CA); b) Region 2, Delta region with its western most boundary located on the Sacramento River at N38.06102 W122.22616 (I-80 overpass at Carquinez) and inc luding all rivers and tributaries flowing into the region excluding the Sacramento River north of N38.36838 W121.52138 (Hood, CA) and the San Joaquin River south of N37.94802 W121.33722 (west of the I-5 overpass) but including the ship channel and port are a east of the I-5 overpass; and c) Region 3, San Joaquin River drainage basin including all rivers and tributaries flowing into the river south of N37.94802 W121.33722 (west of the I-5 overpass). The work elements that will be required to be performed in each Region include, but may not be limited to: 1) Providing and transporting rock from quarry to site; 2) Placing rock and fill material; 3) Excavating and Compacting; and 4) Providing traffic control and signage as required. Regions 1 and 3 will requir e trucks for the performance of work, while Region 2 may require work performance via either truck and/or water barge. Task Orders will be issued for individual work requirements. Each Task Order will have a maximum amount of $10,000,000. The contractor for each Region must possess sufficient assets in terms of personnel, equipment, materials, and bonding capability to perform work on at least two Task Orders simultaneously. The NAICS code for this acquisition is 237990, with a Small Business Administrat ion size standard of $31,000,000. This announcement serves only as a market survey/sources sought in order to determine the availability of qualified small business concerns. PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. Responses are bein g sought only from qualified 8(a), HUBZone and Service Disabled Veteran Owned small business concerns possessing the technical expertise and bonding capability to execute the work requirements. Interested contractors must submit the following in response to this announcement: 1) verifiable experience, in the form of previous project summaries, performing levee repairs; 2) proof of bonding capability of at least $10,000,000 per contract and $20,000,000 aggregate (evidence must be provided in t he form of a letter from the contractors surety); and 3) How you will manage work in accordance with FAR 52.219-14(b)(3), Limitation on Sub-Contracting: General Construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials. INTERESTED CONTRACTORS MUST RESPOND TO THIS SOURCES SOUGHT NOTICE NO LATER THAN 2:00pm (PST) Monday, 24 March 2008. Responses must be submitted via email to both Marsha.R.Sells@usace.army.mil and Allen.R. Bassett@usace.army.mil .
 
Place of Performance
Address: US Army Engineer District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
Country: US
 
Record
SN01520994-W 20080302/080229225431 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.