MODIFICATION
Z -- West Sacramento Slump Repair Reach, West Sacramento, Yolo County, California
- Notice Date
- 1/28/2011
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-11-S-0011
- Response Due
- 1/31/2011
- Archive Date
- 4/1/2011
- Point of Contact
- Nikole VR May, Phone: 916.557.6989, Marsha R Sells, Phone: 916-557-5232
- E-Mail Address
-
Nikole.V.May@usace.army.mil, Marsha.R.Sells@usace.army.mil
(Nikole.V.May@usace.army.mil, 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.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, but not limited to, small business in the following categories: Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a West Sacramento Slump Repair Reach, West Sacramento, Yolo County, 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 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 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 March 2011. The estimated cost range according to the DFARS 236.204 is between $5,000,000 and $10,000,000. The NAICS Code is 237990, the size standard is $33.5 million, and the Federal Supply Code is Z299, Maintenance/Repair/Alteration /All others. The duration of the project is 120 calendar days. 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 This project is to repair of levee distress caused by a high water event in December of 2005 and early January of 2006 in the Yolo Bypass left levee bank. The reconstruction will extend from Station 133+00 to Station 155+00. The intent of the embankment excavation is to remove the high plasticity clay that is prone to desiccation cracking and replacement of the existing drainage system with a horizontal blanket, chimney drain, and drain pipe at the levee toe to establish positive site drainage to a RD900 pump station. This improvement is intended to address the primary failure mechanisms by reducing the amount of desiccation cracking and saturation of the landside levee slope. The addition of the drain pipe and surrounding drain rock fill at the levee toe is intended to reduce the uplift gradient to acceptable levels. Because, the recommended embankment excavation will extend into the levee crest the crest roadway shall not be used during construction. 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 kind of levee project and comparable work performed within the past 5 years - (brief description of the project, customer name, timeline of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 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 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 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 7 February 2011. Submit response and information to: Marsha Sells, CECT-SPK-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or Marsha.R.Sells@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-S-0011/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02368523-W 20110130/110128233836-baeb934692ffe9e0ccb4bf888dc7a0fd (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 |