Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOURCES SOUGHT

Y -- Levee 1394-11 PL 84-99 Repairs

Notice Date
9/13/2018
 
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
PANSPD-18-P-0000-007111
 
Archive Date
10/20/2018
 
Point of Contact
Richard A. Smith, Phone: 9165575238
 
E-Mail Address
richard.a.smith2@usace.army.mil
(richard.a.smith2@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
PANSPD-18-P-0000-007111 This is a 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 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 Captain Rick Smith at richard.a.smith2@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 socioeconomic categories for the Levee 1394-11 PL 84-99 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 (especially to indicate interest in the resulting project); however, preference will be given to SB concerns in accordance with FAR 19 and any US Department of Defense Supplement. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in December 2018. In accordance with FAR 36.204(e), the estimated value of the resulting contract is expected to be between $500,000 and $1,000,000. Currently, work must be completed by November 1, 2018. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Product Service Code is Y1LC-Construction of Tunnels and Subsurface Structures. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least fifteen (15) percent of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least fifteen (15) percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This is a requirement to conduct repairs due to high water levels which, in early 2017, damaged levees throughout California's Central Valley. Levee 1394-11 is located in the Walnut Creek System along Grayson Creek. The extent of the damage is approximately 40 ft. long x 20 ft. wide (downslope). Levee erosion repair is needed to re-establish the levee to the as-built condition. The waterside levee slope generally ranges from 2H:1V to 3H:1V within the site area with a slope length of approximately 45 feet from the levee hinge to the bottom of the slope. The slope failure is located in the lower half of the levee, beginning approximately 22 feet below the hinge. The failure extends over an area approximately 100 feet long and 20 feet downslope, with a head scarp approximately 4 feet high. Tension cracks up to 2 inches wide and 6 inches deep are present in the levee near the failure scarp, as well as along the levee hinge above the failure. For site 1394-11, USACE recommends that the slump on the left bank of Grayson Creek be stabilized with a rock blanket at the toe of the levee slope. The site is underlain by Bay Mud and therefore sensitive to settlement and foundation failure under new loads. The proposed alternative generally includes installation of a 4 foot thick rock blanket for the purposes of stabilizing the levee toe. All construction near this site must be staged in order to allow for gradual consolidation/settlement of the Bay Mud. A site length of 130 feet has been selected which includes the 100 foot damaged section, a 10 foot long transition zone on the southern end of the site, and a 20 foot long transition zone on the northern end of the site. The extents of the repair site should be verified during final design. Depending on foundation conditions encountered in the field, a layer of high strength geotextile may be required beneath the rock. The rock should be installed in three stages. A 2-foot thick lift should be placed and then construction should be paused for two to four weeks and settlement should be monitored to determine when settlement stops. Once determined, construction can resume and the next 2-foot lift should be placed. The quarry stone should be placed below water level on the bottom of the channel and extend up the damaged section of the levee slope such that the stone has three points of contact with other stones. The outside edge of the quarry stone should follow an approximate 4H:1V slope. The total volume of quarry stone required for the repair is estimated to be approximately 1,100 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 10 pages. 1) Offeror's name, DUNS#, 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 contracts 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, provide at least 3 examples performed by the Joint Venture 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. 7) In addition, to the capabilities information, please comment on the reasonableness on the Government's disclosure of magnitude, given the number of square feet of the required work. 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. Please ensure that all information is submitted as one (1) document. 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, etc., 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 may not be considered. Please notify this office in writing by email by 10:00 AM Pacific Time on October 5, 2018. Submit response and information through email to: richard.a.smith2@usace.army.mil. Please include the Sources Sought No. PANSPD-18-P-0000-007111 in the subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/PANSPD-18-P-0000-007111/listing.html)
 
Place of Performance
Address: Concord, California, United States
 
Record
SN05087158-W 20180915/180913231014-9e4541df827d12c0e0eb981980433bb0 (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.