SOURCES SOUGHT
Y -- USACE SPK - MOTCO Wharf 2 East Trestle Repairs
- Notice Date
- 10/31/2022 2:15:03 PM
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123823S0009
- Response Due
- 11/30/2022 5:00:00 PM
- Point of Contact
- Mary M. Noonan, Phone: 9165577599, Jennifer Wheelis, Phone: 9165577716
- E-Mail Address
-
Mary.M.Noonan@usace.army.mil, Jennifer.L.Wheelis@usace.army.mil
(Mary.M.Noonan@usace.army.mil, Jennifer.L.Wheelis@usace.army.mil)
- Description
- This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform MOTCO Wharf 2 East Trestle Repair.� Other than small business is encouraged to express interest and submit capability statements as well. �� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in November 2022. The Government intends to award a Firm-Fixed Price contract with a 365-day period of performance. In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5M to $10M. The NAICS Code is 237310 (Highway, Street, and Bridge Construction). The size standard is 36.5M. �Product Service Code is Y1LB (Construction of Highways, Roads, Streets, Bridges, and Railways Services). GENERAL SCOPE: MOTCO Wharf 2 East Trestle Repairs The scope of the Wharf 2 East Trestle Comprehensive Repairs project includes: 1) Repair of existing spall damage to concrete structure.� Spalls include open, exposed rebar, and closed spalls.� Spalls must be cleaned and prepped to clean concrete, then repaired/patched. 2) Strengthening modification of the trestle decking.� Strengthening is to be accomplished by the addition of concrete in-fill beams to the southernmost lane of travel at approximately 50 stations.� Infill beams will be joined to the existing structure with rebar joiners and concrete grouting.� 3) Replacement of deteriorated light poles providing overhead illumination to the east trestle.� Six light poles are to be replaced due to structural deterioration of the steel light poles and concrete bases.� Replacement includes new light poles, new mounting bases or modifications to the existing bases, fixtures, and required electrical work to energize the light fixtures.� The majority of the work will take place over water underneath the deck structure. The over water work window will be tidal influenced and limited to 6 � 8 hours per day. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following.� The submission is limited to 10 pages. 1) Offeror's name, CAGE, Unique Entity ID, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s 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. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 5:00 p.m. (PST), Monday, 30 Nov 2022. Submit response and information through email to:� Mary M. Noonan, mary.m.noonan@usace.army.mil and Jennifer L. Wheelis, Jennifer.L.Wheelis@usace.army.mil. Please include the Sources Sought No. W9123822S0009 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dc9b29c2fb41455c8bf1f201638a975c/view)
- Place of Performance
- Address: Concord, CA, USA
- Country: USA
- Country: USA
- Record
- SN06506428-F 20221102/221031230111 (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 |