Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

Y -- P.L. 84-99 Site 0561-32 & 33

Notice Date
1/17/2020 9:13:58 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820S0012
 
Response Due
2/14/2020 10:00:00 AM
 
Archive Date
02/29/2020
 
Point of Contact
DeAnna L. Mannel, Phone: 9165576690
 
E-Mail Address
deanna.l.mannel@usace.army.mil
(deanna.l.mannel@usace.army.mil)
 
Description
This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer shall set aside the acquisition for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform repairs to a damaged levee.��� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in June 2020.� The Government intends to award firm-fixed price contract, with a period of performance of about 60 days.� In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5,000,000 and $10,000,000 The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction. The size standard is $39,500,000. �Product Service Code is Y1LC - Construction of Tunnels and Subsurface Structures.� GENERAL SCOPE: The site is located on the western side of the Sacramento River, north of Grimes, CA.� Seepage and boils were observed on the landside of the levee for a distance of approximately 2200 feet during high water in February 2017.� The repair of this site will likely include construction of a seepage berm extending approximately 80 feet from the levee toe and approximately 2200 feet long.� The berm may include but is not limited to any of the following materials; filter sand, geotextile, drain rock, levee fill, coarse rock, or rip rap.� Existing gas and water infrastructure are located within the project footprint and will be required to be protected in place.� The Contractor shall provide all labor, supervision, plant, equipment, and materials necessary to repair the damaged levee as described above.� The repairs require earthwork; dust control; hauling and placement of materials; and may require clearing, and stripping and grubbing.� The Contractor shall comply with all Federal, State, and Local requirements. The contractor would be required to provide several submittals which include, but not limited to, project material specifications, preconstruction submittals, pre and post construction surveys, a pre and post access road survey, project schedules, an accident prevention plan, emergency action plan, activity hazard analysis, worker�s certifications, air and water quality control plans, borrow soil suitability reports, SWPPP, flood and rainfall contingency plan, and record drawings.� All submittals will be reviewed and approved by USACE prior to the start of work. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s 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. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by February 14, 2020 at 10am. Submit response and information through email to: DeAnna L. Mannel at DeAnna.L.Mannel@usace.army.mil Please include the Sources Sought No. W9123820S0012 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8e2f89f6628649c4b50280edcb053882/view)
 
Place of Performance
Address: Grimes, CA 95950, USA
Zip Code: 95950
Country: USA
 
Record
SN05538485-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.