Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2025 SAM #8452
SOURCES SOUGHT

Y -- USACE SPK DBB Construction - SRE C5 Pioneer Bridge Levee Improvements - Sacramento, CA

Notice Date
1/15/2025 4:28:15 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123825S0012
 
Response Due
2/14/2025 8:00:00 AM
 
Archive Date
03/01/2025
 
Point of Contact
Melita Doyle, Phone: 19165571077
 
E-Mail Address
Melita.s.doyle@usace.army.mil
(Melita.s.doyle@usace.army.mil)
 
Description
This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement for design-bid-build construction services for levee improvements at Sacramento River Erosion (SRE) Site 1, located under the I-80 Pioneer Bridge in Sacramento, California (CA). The project is anticipated to reduce the risk of levee failure from an erosion related levee breach for approximately 1,000 feet along the Sacramento River. The project is anticipated to include several erosion protection measures located above and below the average low flow water surface elevation (~7 feet NAVD88 as defined) using rock bank protection to include a 3.5-foot-thick lens of launchable Graded Stone C below the water surface to protect the bank from scour and erosion as well as Graded Stone C extended above the water surface to the top of the bank under the Pioneer Bridge section. The project is anticipated to include a 3.5-foot-thick lens of soil-rock mix above the water surface to protect the bank from wave wash generated by boat wakes and wind waves, demolition and removal of the existing upper bank material under the I-80 Pioneer Bridge section to provide a suitable foundation for the Graded Stone C, and In-stream Woody Material (IWM) to be placed below the water line to create in-stream cover for fisheries throughout the seasons and provide flow deflection along the bank. With the exception of a small portion of work under the I-80 bridge, the work must be completed by barge. The potential requirement may result in a firm-fixed-price solicitation issued approximately March 2025. If solicited, the Government intends to award the anticipated requirement by May 2025. The Government estimates that construction of the potential requirement can be completed within one-hundred-eighty (180) calendar days from receipt of Notice to Proceed, and that in-water work will be limited to occur from July 1 through October 31, 2025. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. In accordance with Federal Acquisition Regulation (FAR) 36.204(g), the Government currently estimates the magnitude of construction for the potential project is between $5,000,000 and $10,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration, is $45,500,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1LC, Construction of Tunnels and Subsurface Structures. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, FAR 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to self-perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the primary point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). Please also provide the following information on projects completed in the last 2-5 years: A) Project Name and Location B) Detailed Project Description C) Initial Cost Estimate vs. Actual Final Cost D) Was the project completed on time? E) Number of craft trades present on the project F) Was a PLA used? G) Were there any challenges experienced during the project? Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Melita Doyle, at (melita.s.doyle@usace.army.mil) by 0800 (PT) 14 February 2025. Please include the Sources Sought Notice number, �W91238S0012� in the e-mail subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cb1075af9cdd4d6d85e7f8f51f2af586/view)
 
Place of Performance
Address: Sacramento, CA, USA
Country: USA
 
Record
SN07314352-F 20250117/250115230107 (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.