Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2013 FBO #4158
SOURCES SOUGHT

Y -- American River Watershed (Common Features), CA - NEMDC North, Sacramento, California.

Notice Date
4/11/2013
 
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
W91238-13-S-0418
 
Response Due
4/26/2013
 
Archive Date
6/10/2013
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
USACE District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a 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 ARE 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 Ms.Sells at Marsha.R.Sells@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 Market Survey for American River Watershed (Common Features), CA - NEMDC North, Sacramento, California. 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. This project is planned for advertising in May 2013. 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 Y1PZ, Construction of Other Non-Building Facilities. The duration of the project is 120 calendar days but not expected to start until June 2014. PROJECT DESCRIPTION This work includes construction of levee improvements along a 0.3-mile-long segment of the north levee of the American River just upstream of the confluence with the Natomas East Main Drainage Canal (NEMDC). Most of the levee improvements include installation of a 25-30 foot deep slag-cement bentonite cutoff wall, in addition to a short segment of a flattened 4H:1V landside levee slope. Crossing through the levee in the cutoff wall reach, there are three abandoned sewerlines that need to be cut, removed, and capped, and an active PG&E gas line that needs to be protected in place. Small businesses are reminded 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. Under FAR 52.236-1 The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: Interested contractors must submit the following in response to this announcement: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, 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. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 7. Offeror's Bonding Capability in the form of a letter from Surety. INTERESTED CONTRACTORS MUST RESPOND TO THIS SOURCES SOUGHT NOTICE NO LATER THAN 2:00pm (PDT) Friday, 26 April 2013. Responses must be submitted via email to Marsha.R.Sells@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0418/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN03034592-W 20130413/130411235422-e3680f79023d9e453391f2ed6a83d77f (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.