SOURCES SOUGHT
Z -- BERRYESSA FLOOD CONTROL CHANNEL IMPROVEMENT PROJECT, MILPITAS, SANTA CLARA COUNTY, CALIFORNIA
- Notice Date
- 2/16/2016
- Notice Type
- Sources Sought
- NAICS
- 238910
— Site Preparation Contractors
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-16-B-0007
- Point of Contact
- James E Garror, Phone: 415/ 503-6988, Shirley A. Turnbo, Phone: 415-503-6987
- E-Mail Address
-
James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil
(James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 238910, Excavation Services. The Federal Supply Code (FSC) will be Z2QA. The Standard Industrial Code (SIC) used is 1794. The size standard for small business is $15,000,000.00. Interested parties sought for construction project located in South Bay, Milpitas and San Jose, California. Project will be solicited as an Invitation For Bids (IFB) contract to include construction and bridge replacements. Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related. NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: James.E.Garror@usace.army.mil or Shirley.A.Turbo@usace.army.mil. All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. Project Description: The work includes construction of an earthen trapezoidal channel section with varying bottom width and 2H:1V side slopes and placement of rip-rap and geotextiles mats. Free-standing concrete floodwalls would be constructed instead of levees in the immediate vicinity of Montague Expressway as well as between the Piedmont Creek confluence and Calaveras Boulevard. An access road would be located along the bank channels. Transition structures at Montague Expressway, UPRR culvert, Los Coches Street, and Calaveras Boulevard would be constructed. Transition structures (with variable sloping wing walls) would extend for 50 to 75 feet upstream or downstream of the bridge face. The existing UPRR trestle would be replaced with a pre-cast double barrel concrete box culvert. Box culvert extensions will be placed at two tributary crossings. The estimated price range for this project is between $10,000,000 and $25,000,000. Anticipated solicitation issuance date is on or about May 6, 2016 and the estimated bid Open Date is on or about June 9, 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. CAPABILITIES AND QUALIFICATIONS: a. Qualified personnel are required with recent knowledge and experience in: 1. Interested parties must have the capability and equipment necessary for construction of an earthen trapezoidal channel section with placement of riprap and geotextile mats, free-standing concrete floodwalls, transition structures (with variable sloping wing walls, including access road, transition structures (with variable sloping wing walls) at bridge face, the existing UPRR trestle would be replaced with a pre-cast double barrel concrete box culvert, and box culvert extensions in two additional tributary crossings, and additional channel appurtenances. 2. Contract work will start after August 1, 2016. Construction operations may continue after 30 November 2016 with Best Management Practices surrounding work in the rainy season. Excavated material is assumed to be eligible for re-use as fill or disposal at a Class III landfill, interested parties may submit bid proposals for disposal of excavated material at an appropriate location provided the contract work can be completed within the specified period of performance. However, interested parties must still have use of the landfill as the back-up site if the interested party's proposed fill site becomes unavailable and the work cannot be completed within the contract's period of performance. 3 Offeror's type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). 4. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute construction and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P7-16-B-0007: Sources Sought market research for "Excavating Services." All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 5:00 PM Pacific Time on 18 March 2016. Submit response and information to: James.E.Garror@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St., Suite 1741B, San Francisco, CA 94103-1398. _____________________________________________________________________________________________ Contracting Office Address: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Place of Performance: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US Point of Contact(s): Shirley A. Turnbo, 415-503-6987 Shirley.A.Turnbo@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-16-B-0007/listing.html)
- Record
- SN04020776-W 20160218/160216234444-114505a64048991bc2c79f3e3c331372 (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 |