Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
MODIFICATION

Y -- INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) REQUIREMENTS CONSTRUCTION CONTRACTS, EMERGENCY LEVEE RESPONSE for repairs within the Sacramento District Area of Responsibility

Notice Date
11/15/2012
 
Notice Type
Modification/Amendment
 
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
W91238-13-S-0415
 
Archive Date
12/15/2012
 
Point of Contact
Marsha R Sells, Phone: 916-557-5232
 
E-Mail Address
Marsha.R.Sells@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 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 AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Responses are being sought from qualified 8(a), Woman Owned, HUBZone, Small Business, and Service Disabled Veteran Owned small business concerns possessing the technical expertise and bonding capability to execute the work requirements. Potential Offerors are invited to provide feedback via email to Ms. Sells at Marsha.R.Sells@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish contracts to provide rapid response for emergency levee repairs and flood control work. It is anticipated that this acquisition will be solicited by Invitation for Bids (IFB). The Government intends to award three (3) IDIQ Requirements contracts, one for each of the three Regions identified below. Each contract will have a 12-month Base Period plus three 12-month Option Periods, with a maximum capacity of $ 24,000,000 per Period, totaling a maximum capacity of $96,000,000 per contract. The total maximum capacity resulting from this acquisition (three contracts) is $288,000,000. Each Region is defined as follows: a) Region 1, Sacramento River drainage bas in including all rivers and tributaries flowing into the river north of N38.3683 W121.52138 (Hood, CA). b) Region 2, Delta region with its western most boundary located on the Sacramento River at N38.06102 W122.22616 (I-80 overpass at Carquinez) and including all rivers and tributaries flowing into the region excluding the Sacramento River north of N38.36838 W121.52138 (Hood, CA) and the San Joaquin River south of N37.94802 W121.33722 (west of the I-5 overpass) but including the ship channel and port area east of the I-5 overpass. c) Region 3, San Joaquin River drainage basin including all rivers and tributaries flowing into the river south of N37.94802 W121.33722 (west of the I-5 overpass). PROJECT DESCRIPTION The work elements that will be required to be performed in each Region include, but may not be limited to: 1) Providing and transporting rock from quarry to site; 2) Placing rock and fill material; 3) Excavating and Compacting; and 4) Providing traffic control and signage as required. Regions 1 and 3 will require trucks for the performance of work, while Region 2 may require work performance via either truck and/or water barge. Task Orders will be issued for individual work requirements. Each Task Order will have a maximum amount of $10,000,000. The contractor for each Region must possess sufficient assets in terms of personnel, equipment, materials, and bonding capability to perform work on at least two Task Orders simultaneously. This project is planned for advertising in April 2013. The estimated cost range according to the FAR 36.204 is between $ 25,000,000 and $ 100,000,000. The NAICS Code is 237990, the size standard is $33.5 million, and the Federal Supply Code is Y1PZ, Construction of Other Non-Building facilities. Small businesses are reminded 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. 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. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information : Interested contractors must submit the following in response to this announcement: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Proof of bonding capability of at least $24,000,000 per year, per contract and $96,000,000 aggregate for Base plus 3 years (evidence must be provided in the form of a letter from the contractor's surety) INTERESTED CONTRACTORS MUST RESPOND TO THIS SOURCES SOUGHT NOTICE NO LATER THAN 2:00pm (PDT) Friday, 30 November 2012. Responses must be submitted via email to Marsha.R.Sells@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0415/listing.html)
 
Place of Performance
Address: Sacramento District Area of Responsibility, Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN02931359-W 20121117/121115234632-02e4bf98744a0c70d8aa2a146826ac1b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.