SOLICITATION NOTICE
Y -- USACE SPK DBB Construction ARCF LAR Project 2 - Erosion Control, Bank Protection, and Stabilization - Sites 2-2 and 2-3, Sacramento, California
- Notice Date
- 1/7/2022 10:11:11 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123822B0006
- Response Due
- 3/4/2022 6:00:00 AM
- Point of Contact
- Jessica R. Jackson, Contract Specialist
- E-Mail Address
-
jessica.r.jackson@usace.army.mil
(jessica.r.jackson@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to provide bank stabilization at Sites 2-2 and 2-3 along the American River Parkway in Sacramento, California. The Government intends to solicit an Invitation for Bids (IFB) that will result in award of a Firm-Fixed Price contract. Project Description: The American River Common Features (ARCF) Erosion Control, Lower American River (LAR) Project 2 is located at sites 2-2 and 2-3 along the right (east) bank of the American River Parkway in Sacramento, California. Site 2-2 is approximately 1,200 feet long and is located under the Howe Avenue Bridge. Site 2-3 is approximately 6,600 feet long and extends from the downstream side of the Campus Commons Golf Course to about 1,300 feet upstream of the Guy West Pedestrian Bridge. The anticipated project includes roughly 7,800 feet of stream bank protection and stabilization of the existing riverbank and levee to protect critical infrastructure against the effects of erosion during large flood events. Most vegetation will be cleared from the project footprint prior to construction. At Site 2-2, the Contractor will be required to clear remaining vegetation and stumps, grub, and strip the project footprint, place soil and rock revetment on the riverbank and levee face beneath Howe Avenue bridge, place soil fill and erosion control netting to construct planting benches, place instream wood structures, and plant and seed placed material. At Site 2-3, the Contractor will be required to clear remaining vegetation and stumps, grub and place soil and rock revetement on the levee face near H-Street, and seed placed material. Along the riverbank through Site 2-3, the Contractor will be required to excavate the bank to a specified flatter slope, excavate ten (10) feet deep into the finished grade to place approximately 79 rock tiebacks by placing rock revetment in 12-foot-wide trenches extending 60 feet to 90 feet in length, backfill with soil fill to finished grade, and place sections of continuous soil-filled rock protection. After excavation and placement, the Contractor will be required to place erosion control netting over planting benches, place instream wood structures on the planting benches, and plant and seed the finished grade. Most of Site 2-2 will require working in the active channel of the American River to place material, while the majority of Site 2-3 will be working in the floodplain above the active channel, with limited areas of the site requiring work in the active channel. The project will require import and placement of approximately 52,500 tons of rock riprap meeting the FHWA Type III gradation, approximately 49,000 tons of rock riprap meeting the FHWA Type IV gradation, approximately 4,500 tons of rock riprap meeting the FHWA Type V gradation, approximately 12,000 tons of bedding material to be imported and placed, approximately 365,000 cubic yards of soil excavation to be off hauled from the site over public roads and stockpiled at a specified stockpile location within 10 miles of the project, approximately 295 trees to be imported and placed as instream woody material, and approximately 4,700 live cuttings to be imported and planted on-site.� The Government anticipates this work will be completed in the Spring, Summer, and Fall of 2022. In-water work is limited to July 1, 2022 to October 31, 2022. All work must be complete by December 2022. In accordance with DFARS 236.204(ii) the magnitude of construction is estimated to be between $25,000,000 and $100,000,000. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 237990, Other Heavy and Civil Engineering Construction. �The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000 annual revenue. The Product Service Code (PSC) is Y1LC, Construction of Tunnels and Subsurface Structures. The solicitation is anticipated to be issued as an unrestricted, full and open competition through the Governmentwide Point of Entry (www.SAM.gov) on or about 24 January 2022 with bids tentatively due 4 March 2022. It is currently anticipated that the Government will conduct a pre-bid conference and/or site visit on or about 3 February 2022 at 0900 / 9 AM PST. �Details regarding location and access requirements will be identified in the solicitation. PLEASE DO NOT request a copy of the solicitation or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit a bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through the GPE or when requested and delivered by electronic mail and/or data interchange. It is anticipated that Offerors will be required to meet the following qualifications to be eligible for award: Earthwork qualifications of the USACE SPK Erosion Prequalification of Sources Listing (W9123821S0006). Offerors may obtain additional information about the qualification requirements by reviewing the Prequalification of Sources List posting at: https://sam.gov/opp/996a0b2465494317b3b06883bc887af2/view. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify) and sustainable acquisition requirements. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their companies as interested vendors and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d60b19e393a44b47926a188aaed44c23/view)
- Place of Performance
- Address: Sacramento, CA 95814, USA
- Zip Code: 95814
- Country: USA
- Zip Code: 95814
- Record
- SN06212029-F 20220109/220110105807 (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 |