Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOURCES SOUGHT

Y -- PL 84-99 Colusa Area Levee Repairs

Notice Date
12/12/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W912381-18-R-0033
 
Archive Date
1/20/2018
 
Point of Contact
Tracy N. Tenholder, Phone: 9165575298
 
E-Mail Address
tracy.tenholder@usace.army.mil
(tracy.tenholder@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W912381-18-R-0033 PL 84-99 Colusa Area Levee Repairs 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 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 Ms. Tracy Tenholder at Tracy.Tenholder@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: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for the PL 84-99 Colusa Area Levee Repairs. 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 February/March 2018. 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 $36.5 million. The resulting contract type is expected to be a Firm-Fixed Price. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the contractor 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. PROJECT DESCRIPTION GENERAL High water levels in early 2017 damaged levees throughout California's Central Valley. The Corps of Engineers will be repairing damages at several of these locations in 2018. Five of these sites are located in the Sacramento River Basin southeast of Colusa, CA. The types of services that may be required to perform the repairs required at these sites are described below. DESCRIPTION Berm Installation -- Seepage through or under the levee can be addressed by installing a berm on the landside of the levee. Berms typically lap partially up the slope of the levee and extend out into the adjacent area. Installing a berm consists of stripping a portion of the existing soil surface, and subsequently importing and placing rock materials. An underlying geotextile may also be installed. The bulk of the berm typically consists of drain rock. Larger (3- to 6-inch) rock may be installed along the berm perimeter for stability. When repairs are complete portions of the site may be reseeded and any damage to haul routes will be repaired. Berm installation is completed from the land. In some cases, temporary berms underlain by geotextile fabric are already in place. In these cases, the temporary material will be removed and stockpiled, the existing geotextile fabric will be removed and properly disposed of, and the stockpiled material will be reused to construct the permanent berm. Seepage berm installation are projected to be necessary at two locations. These berms are anticipated to range from approximately 400 to 1700 feet in length, 20 to 100 feet in width, and involve rock volumes ranging from 1300 to 30,000 cubic yards. Hydraulic Erosion Repair -- Repairing hydraulic erosion sites typically consists of importing large (18-inch +/-) rock and soil, and placing rock and soil-filled rock to restore the levee profile. Rock placement will typically extend below the water surface while soil-filled rock will be above the water surface. A geotextile is typically installed at the interface between the rock and soil-filled rock. A layer of aggregate base may be installed above the soil-filled rock. When repairs are complete portions of the site may be reseeded, any damage to haul routes will be repaired, and the surface material of the levee crown will be reestablished, if needed. Depending on the location and configuration of the site, the materials may be transported to the site and work performed from land or water. Hydraulic erosion repairs are projected to be necessary at two locations. The scope of these repairs is ranges from approximately 50 to 150 feet in length and involves estimated volumes of imported soil and rock of approximately 2000 to 2500 cubic yards. 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 20 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address; 2) Offeror's interest in bidding on the solicitation when it is issued; 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. If responding as a Joint Venture or Teaming arrangement, provide at least 3 examples performed by the Joint Venture or Team; 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)); 5) Offeror's Joint Venture information if applicable - existing and potential; and 6) Offeror's Bonding Capability in the form of a letter from Surety. 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 8(a), Service Disabled Veteran, HubZone, or all Small Business 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. All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on 05 January 2018. Submit response and information via EMAIL to: Ms. Tracy Tenholder at Tracy.Tenholder@usace.army.mil. Please include "PL 84-99 Colusa Area Levee Repairs" in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W912381-18-R-0033/listing.html)
 
Place of Performance
Address: Sacramento River Basin southeast of Colusa, CA, Colusa, California, 95932, United States
Zip Code: 95932
 
Record
SN04763804-W 20171214/171212230805-83e5687f6525e9ac96e6090337acfe4c (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.