Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2013 FBO #4115
SOURCES SOUGHT

Y -- American River Watershed (Common Features), CA - Sites R3A and L10, Sacramento, California.

Notice Date
2/27/2013
 
Notice Type
Sources Sought
 
NAICS
238110 — Poured Concrete Foundation and Structure Contractors
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-13-S-0417
 
Response Due
3/15/2013
 
Archive Date
4/28/2013
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
USACE District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for a Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Ms.Sells at Marsha.R.Sells@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 to include small business in the following categories: Certified 8a, Certified HUB Zone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a Market Survey for American River Watershed (Common Features), CA - Sites R3A and L10, Sacramento, California. 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 in the event the market does not indicate SB interest, 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 project is planned for advertising in May 2013. The estimated cost range according to the FAR 36.204 is between $ 1,000,000 and $ 5,000,000. The NAICS Code is 238110, the size standard is $14 million, and the Federal Supply Code is Y1PZ, Construction of Other Non-Building Facilities. The duration of the project is 240 calendar days but not expected to start until April 2014. PROJECT DESCRIPTION The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish contracts to construct cutoff walls using the jet grout method along the waterside slope of the levee in Sacramento, California. Site R3A is located on the right bank of the American River at the Capitol City Freeway Bridge. The gap in the cutoff wall extends approximately 302 feet. The Capitol City Freeway crosses the levee in the north-south direction through the middle of the gap. Using jet grouting, the soil cement cutoff walls will be extended toward the Capitol City Freeway but not completely across the Freeway. The cutoff wall would be installed to within 10 feet of the edge of both sides of Capitol City Freeway...approximately 67 feet on the upstream side of the freeway and approximately 78 feet on the downstream side. Extending the cutoff wall from the existing limits to within 10 feet of the edge of pavement would capture seepage in this area. Site L10 is located on the left/south bank of the American River at Howe Avenue. A soil-cement cutoff wall will be installed under the Howe Avenue Bridge on/near existing bike trail on the waterside of the levee. The new cutoff wall will be installed using jet grouting and will pass under the bridge, then ascend the levee on both sides of the bridge to a terminal point with the existing cutoff. A low permeability soil blanket will be installed on the waterside slope and connecting with the new cutoff wall. Finally, the existing riprap slope protection will be removed and replaced after construction on the waterside slope under the bridges to prevent erosion. An approximately 175-foot section of the existing levee upstream of Howe Avenue will be raised in place to provide required flood protection. The Contractor shall use a triple-fluid jet grouting system for constructing cutoff walls at both sites. The Contractor shall also be able to jet grout around existing utilities, to be protected in place. Small businesses are reminded under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: Interested contractors must submit the following in response to this announcement: 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 construction, comparable work performed within the past 5 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 WOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 7. Offeror's Bonding Capability in the form of a letter from Surety. INTERESTED CONTRACTORS MUST RESPOND TO THIS SOURCES SOUGHT NOTICE NO LATER THAN 2:00pm (PDT) Thursday, 15 March 2013. Responses must be submitted via email to Marsha.R.Sells@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-13-S-0417/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02997357-W 20130301/130227234607-13ac4ca86a8e0eb3394c8d581d194705 (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.