Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2015 FBO #5126
SOLICITATION NOTICE

Y -- Emergency Levee Repairs Region 1, 2 and 3 - Sacramento Levee System - Maps of Regions 1-3

Notice Date
12/4/2015
 
Notice Type
Presolicitation
 
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
W91238-16-R-0016
 
Archive Date
1/31/2016
 
Point of Contact
LTC Brad C. Tande, Phone: 916.557.5156, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
bradley.c.tande.mil@mail.mil, Melissa.A.DeNigris@usace.army.mil
(bradley.c.tande.mil@mail.mil, Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Please see the map for the locations of the different regions. PLEASE NOTE THIS WAS PREVIOUSLY ANNOUNCED UNDER W91238-15-R-0069. This Indefinite Delivery Requirements Single Award Task Order Contracts will be for emergency levee repair requirements. By its nature, this authorization covers no-notice events and mission critical requirements that cannot be met through a normal acquisition process and schedule. This acquisition will provide the contractual vehicle to meet the Sacramento District's mission responsibilities for direct support during a declared emergency. The contract resulting from this acquisition will replace three expired IDIQ Requirements SATOCs for emergency levee repairs, which expired 5 April 2013. This contract will have a 3-year base period and one 2-year option period with a total maximum contract capacity not to exceed $47M. The minimum ordering limit will be tiny_mce_marker and the maximum-ordering limit will be $47M. Being that we do not know the size of the emergency, it is important that we have the maximum flexibility in ordering what we need, when we need it. The NAICS code is 237990, with a size standard of $36.5 million. All questions should be directed to the Contract Specialist, LTC Tande, Chris, email: Bradley.c.tande@usace.army.mil or (916) 557-5156. The RFP solicitation is anticipated to be posted on or about 4 January 2016. OFFERORS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. Ordering Solicitation: Plans and specifications will NOT be provided in hard paper copy or CD format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the Request for Proposal (RFP) is issued. For further information, please click on the FedBizOpps homepage link and the Vendor User Guide. The only PLAN-HOLDER'S/BIDDER'S LIST now available is via FedBizOpps. When viewing the Synopsis/Pre-solicitation Notice, you will click on the 'ADD ME TO INTERESTED VENDORS' to enter your information. This function does not, however, allow you to identify yourself as a Prime or Sub. It is recommended that you identify your category in parentheses at either the beginning or end of your company name. For example: XYZ Construction (Prime/Sub). IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK FEDBIZOPPS FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. NOTIFICATION OF BUNDLING DoD CONTRACTS: Per DFARS 205.205-70, the Contracting Officer has determined this requirement meets the definition of bundling per FAR 2.101. The definition states, "Consolidating two or more requirements for supplies or services previously provided or performed under separate smaller contracts, into a solicitation for a single contract that is unlikely to be unsuitable for award to small business." The previous acquisition included one large business and two small businesses. The capacity was $24M per year for a total of five (5) years and $96M. As stated above this new requirement will be for a total contract capacity of $47M and be solicited as an unrestricted requirement. The Contracting Officer has further concluded the bundling is necessary and justified by measurably substantial benefits exceeding 5% of the contract value in quality improvements, reduction in acquisition cycle times and administrative savings.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-R-0016/listing.html)
 
Place of Performance
Address: Region 1, (1927 Emergency Levee Repairs Region 1 - Sacramento River) identified as the Sacramento River drainage basin including all rivers and tributaries flowing into the river north of N38.36838 W121.52138 (Hood, CA)., Region 2, (1939 Emergency Levee Repairs Region 2 - Delta Basin) identified as the 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., Region 3, (1940 Emergency Levee Repairs Region 3 - San Joaquin River) identified as the 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)., Please see the attachment for further information., California, United States
 
Record
SN03960651-W 20151206/151204233927-9cbfaff7073593e4966763a5bb1543f8 (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.