Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 25, 2020 SAM #6966
SOURCES SOUGHT

Z -- WHITTIER NARROWS CONCRETE STOCKPILE

Notice Date
12/23/2020 11:23:47 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21R0011
 
Response Due
1/8/2021 4:00:00 PM
 
Archive Date
02/08/2021
 
Point of Contact
Wendell L. Mendoza, Phone: 2134523308, Suntok McGuinness
 
E-Mail Address
Wendell.L.Mendoza@usace.army.mil, suntok.mcguinness@usace.army.mil
(Wendell.L.Mendoza@usace.army.mil, suntok.mcguinness@usace.army.mil)
 
Description
This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Project magnitude is between $1,000,000 and $5,000,000. Estimated duration of the project is 2 years. BACKGROUND.� The U. S. Army Corps of Engineers, Los Angeles District (herein referred to as the USACE) plans to construct major modifications to Whittier Narrows Dam to better protect downstream communities. PROJECT SYNOPSIS.� An IDIQ is contemplated for the following effort.� The project will include overtopping protection by installing hardfill (soil cement) materials on the crest and downstream face and toe of the embankment. More than 400,000 cubic yards (CY) of hardfill are estimated for the project; so roughly 400,000 CY of aggregate materials are estimated to be necessary. Due to lack of suitable on-site materials, all of the hardfill aggregate materials will have to be imported from off site. Based on initial testing, recycled concrete and asphalt aggregates appear to be good materials for hardfill embankment overtopping protection, given their favorable engineering properties, economics, and environmental advantages. Recycled aggregate may be used for a portion of the total 400,000 CY needed for hardfill. Locally, recycled aggregate is widely commercially available as crushed miscellaneous base (CMB). However, the raw material for CMB (concrete and asphalt demolition rubble) is often only available on a sporadic basis when local government (state/county/city) infrastructure projects, or major industrial concrete structures are being demolished. Thus, an early start (prior to the dam construction project) for obtaining recycled concrete and asphalt material for stockpiling over a period of time is desirable to meet the economics, quantity and schedule needs of the project. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include large and Small Business Community.� Small Businesses includes Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Woman-owned Small Businesses (WOSB) and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing Supply recycled concrete and asphalt aggregate materials for use as �hardfill� (soil cement) construction. Material crushing and processing may occur on site or off site as needed at the discretion of the contractor.��� The site of the planned stockpile effort is the Operations and Maintenance area of Whittier Narrows (SEE ATTACHMENT), between Rosemead Boulevard (California State Highway 19) and the San Gabriel River. Capabilities required include the following: Crushing concrete (through on-site or off-site crushing operations); Delivering crushed concrete (Portland cement concrete and/or crushed asphaltic concrete) without foreign materials such as rebar, porcelain, brick, trash, wood, hazardous materials, etc. to specified grain size requirements; Conducting regular laboratory testing to verify quality of the concrete; and Meeting environmental requirements, such as dust control, stormwater pollution prevention, and other engineering best management practices Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about February 2021, and the estimated proposal due date will be on or about March 2021. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.beta.sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 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 service, comparable work performed within the past 7 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 EDWOSB or WOSB. 5. Firm's Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought no later than the posted response date of the General Information.� All interested firms must be registered in SAM.GOV to be eligible for award of Government contracts. �Email your response to wendell.l.mendoza@usace.army.mil USACE, Los Angeles District, 915 Wilshire Blvd., Contracting Division, Los Angeles, California 90017
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/305d011a96e44bf292e86b8c74ee901a/view)
 
Place of Performance
Address: Pico Rivera, CA 90660, USA
Zip Code: 90660
Country: USA
 
Record
SN05880754-F 20201225/201223230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.