SOURCES SOUGHT
Z -- RECOVERY--Z--PROJECT NUMBER 12674, Yuba River Basin, CA
- Notice Date
- 3/18/2010
- 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
- W91238-10-S-0418
- Response Due
- 4/2/2010
- Archive Date
- 6/1/2010
- 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 potential 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 Marsha 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, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for the following ARRA project: Yuba River Basin, CA Construction to stabilize and prevent under-seepage at the Marysville Ring Levee Phase 1. The capabilities will be evaluated solely for the purpose of determining to set-aside for the small business community or to conduct as an unrestricted 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 small business categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertisement the last week of May 2010. The estimated cost range for this contract according to the DFARS 236.204 is between $10,000,000 and $25,000,000. The NAICS Code is 237990 with a Small Business Administration size standard of $33.5 million. 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 includes: a soil-cement-bentonite (SCB) seepage cutoff wall (5x10^-7 cm/s permeability) at the centerline of the levee to 110 feet below the working surface (with the capability of going another 5 feet deep, to 115 feet), increase the levee top width and replace pavement, provide O&M corridors and ramps to access the levee, and re-building of paved roads that cross over the levee. In addition, a monitoring well will be installed at station 43+00. The construction of this seepage cut off wall requires using soil mixing to 110 feet below the working surface, with the capability of proceeding an additional 5 feet deep (total 115 feet). The following are the technologies associated with soil mixing that could be used: multi-axis Deep Soil Mixing (DSM), Trench Remixing Deep (TRD), or Cutter-Soil-Mixing (CSM). No other method will be used. 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) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in bidding on the solicitation when it is issued. 3) Offeror to provide a seepage cut off wall specialist to direct the construction of the cut-off wall on the project site full time; who has constructed a minimum of five cut off walls. A written description of cut-off wall projects to include challenges that were overcome along with the customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples. 4) Provide the Offerors capability to perform a contract of this magnitude, complexity, and comparable work performed within the past 5 years. Provide a description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Provide at least 3 examples. 4) Offerors type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a)) 5) Offerors Joint Venture information if applicable existing and potential 6) Offerors 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 companys 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 Unrestricted. 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 April 2, 2010. Submit response and information to: Marsha Sells, (916) 557-5232 and Nikole May (916) 557-6989 at Marsha.R.Sells@usace.army.mil and Nikole.V.May@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-10-S-0418/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02096755-W 20100320/100318235550-922872e0266ec31478587b4339bf14d0 (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 |