Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOURCES SOUGHT

Z -- American River Watershed at Watt Ave. Bridge Site R10 Sacramento, CA

Notice Date
3/15/2012
 
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-S-0074
 
Response Due
4/5/2012
 
Archive Date
6/4/2012
 
Point of Contact
Ryan Bayless, 916-557-7090
 
E-Mail Address
USACE District, Sacramento
(ryan.j.bayless@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W91238-12-S-0074 Notice Type: Sources Sought Synopsis This is SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Ryan Bayless at Ryan.J.Bayless@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Certified 8a, Certified HUB Zone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Re-Survey for American River Watershed (Common Features), CA - Sites L9 and L9A. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. The estimated cost range according to the FAR 36.204 is between $ 1,000,000 and $ 5,000,000. The NAICS Code is 237990, the size standard is $33.5 million, and the Federal Supply Code is Z2PZ, Repair or Alteration of Other Non-Building facilities. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. PROJECT DESCRIPTION Construction contract for Site R10 which is located on the north levee of the American River at the Watt Avenue Bridge crossing in Sacramento, California. There is an existing cutoff wall in the levee that approaches the bridge on each side, but leaves a 183-foot gap across the Watt Avenue Bridge. This contract involves construction of a jet-grout cutoff wall through Watt Avenue to fill in this gap. The cutoff wall will consist of 6-foot diameter overlapping grout columns, 50 feet deep east and west of Watt Avenue, and 54 feet deep across Watt Avenue. Traffic control for both vehicles and pedestrians/bicyclists will be required. Only two lanes of Watt Avenue are allowed to be closed at any time, and the construction on Watt Avenue is limited to nights and weekends. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. Firm's name, address, point of contact, phone number, and e-mail address, DUNS number. Firm's interest in bidding on the solicitation upon potential issuance. 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). Brief description of Firm's Teaming arrangements/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 The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among Certified 8a, Certified HUB Zone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB) firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time will not be considered. Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 pm, 05 April 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email responses to: Ryan.J.Bayless@usace.army.mil, or Carol.A.Dones@usace.army.mil, mail responses to: USACE Sacramento District, Attn: Ryan J. Bayless, 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-S-0074/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02697659-W 20120317/120315234845-822d7c941369aa83292cf8c357930cf0 (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  © 1994-2020, Loren Data Corp.