Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOURCES SOUGHT

Y -- American River Watershed (Common Features) Lathrop Way and Natomas East Main Drainage Canal (NEMDC)

Notice Date
1/18/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-SS-0028
 
Response Due
2/2/2012
 
Archive Date
4/2/2012
 
Point of Contact
Monica D. Walker, 916-557-5182
 
E-Mail Address
USACE District, Sacramento
(monica.d.walker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Sacramento District, plans to issue an Initiation for Bid (IFB) solicitation and award a firm fixed-price construction contract for the NEMDC which is located on the north levee of the American River between Lathrop Way and the confluence with the NEMDC in Sacramento, California. This site is 5,500 feet long and requires cutoff walls and slope flattening be installed on the existing levee for the majority of this site. The contract will involve installation of 5,000 feet of Soil-Cement-Bentonite cutoff wall, and 200 feet of levee slope flattening. The levee will have to be partially degraded for construction of the cutoff wall, and reconstructed with a clay cap. Several utilities will need to be cut and reconstructed above the new cutoff wall, which will have a depth ranging from 30-50 feet from the levee crown. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Construction 2. Estimated construction range: $1 - $5 Million 3. NAICS Code: 237990 4. Business Size Standard: To be determined after responses to the sources sought are received and evaluated. 5. FSC Code: Y1PZ 6. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 5 June 2012, and the estimated proposal due date will be on or about 9 July 2012. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. A firm-fixed price contract is anticipated to be awarded using sealed bidding criteria. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: Firm's name, address, point of contact, phone number, and e-mail address. Firm's interest in bidding on the solicitation when it is issued. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Firm's Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a). Firm's Joint Venture information if applicable - existing and potential Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Responses must be printed on 8.5X11 paper, front only, and limited to no more that 10 pages. Facsimile responses will not be accepted. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 pm, 02 February 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email responses to: Monica.D.Walker@usace.army.mil, or Donna.S.Hammock@usace.army.mil mail responses to: USACE Sacramento District, Attn: Monica D. Walker, 1325 J Street, Rm. 878, Sacramento, CA 95814 EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-SS-0028/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02656303-W 20120120/120118234520-e92f5975e7b1410c7e28f0101a34e78e (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.