Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2018 FBO #5966
SOURCES SOUGHT

Y -- Feather River (FHR) 1.0L

Notice Date
3/23/2018
 
Notice Type
Sources Sought
 
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
W91238-18-R-0036
 
Archive Date
5/2/2018
 
Point of Contact
Deanna C. Zemovich, Phone: 9165577027
 
E-Mail Address
deanna.c.zemovich@usace.army.mil
(deanna.c.zemovich@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Sacramento District, is seeking information from potentially interested contractors to determine the availability of small business firms for a potential small business category type set-aside. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Deanna C. Zemovich at Deanna.C.Zemovich@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 for Erosion Protection at Feather River (FHR) River Mile (RM) 1.0, left bank (L), approximately eight miles north of Sacramento International Airport and adjacent to the Garden Highway. In the current context, small business includes the following categories: Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB). The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; 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 is a SOURCES SOUGHT NOTICE for Market Research purposes ONLY. NO AWARD will be made from this Sources Sought notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, please do NOT request a copy of a solicitation. This project is planned for advertising (i.e. solicitation of bids or proposals) near the end of June 2018. In accordance with FAR 36.204(f), the estimated value of the resulting contract is expected to be between $1M and $5M. It is estimated to have a duration of 600 days or less. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 237990, the size standard is $36.5 million, and the Product Service Code is Y1PZ Construction of Other Non-Building Facilities. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The proposed work is a component of the Sacramento River Bank Protection Project (SRBPP), as authorized by the River Basin Monetary Authorization Act of 1974 (Public Law 93-251), in accordance with the recommendations of the Chief of Engineers (as recorded in House Document 93-151) and as later amended. The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish a contract to implement erosion protection measures at Feather River (FHR) River Mile (RM) 1.0 left bank (L), approximately eight miles north of Sacramento International Airport and adjacent to the Garden Highway. The eroded site extends for approximately 1,050 linear feet of shore-line. The erosion protection measure is to place quarry stone, soil-filled quarry stone, and non-woody vegetation on the existing erosion site. The erosion repair includes the construction of a low riparian bench. Construction will consist of quarry stone placed above and below the mean summer water surface elevation (MSWSE) and a layer of soil placed on top of soil-filled quarry stone above the MSWSE. A wetland bench will be constructed below the MSWE. Work includes trimming and clearing of vegetation, placing quarry stone on the lower slopes, and soil-filled quarry stone on the upper slopes of the erosion site. This contract also includes erosion control seeding. 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 10 pages. 1) Offeror's name, DUNS#, 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 contracts of this magnitude and complexity and comparable work performed within the past 5 years - Describe your 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. 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 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 Statements being sought are not contract proposals nor bids, but rather short statements regarding companies' abilities to demonstrate expertise and experience in relation to the work described herein. This notice does not restrict the Government to an ultimate acquisition approach. Commercial brochures or currently existing marketing material may be submitted as part of the Capabilities statement. Please ensure that all information is submitted as one (1) document. 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, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 2:00 PM Pacific Time on April 17, 2018. Submit response and information through email to: Deanna.C.Zemovich@usace.army.mil and reference the Sources Sought Number: W91238-18-R-0036 in your reply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-R-0036/listing.html)
 
Place of Performance
Address: Sacramento, California, 95814, United States
Zip Code: 95814
 
Record
SN04864773-W 20180325/180323231013-0097b22d1434c5197f89143ac69f1943 (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.