SOURCES SOUGHT
Y -- Natomas Levee Reach I Construction Project - Natomas Basin Photo
- Notice Date
- 5/11/2016
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-16-S-0405
- Archive Date
- 6/10/2016
- Point of Contact
- Gregory L. Treible,
- E-Mail Address
-
Greg.L.Treible@usace.army.mil
(Greg.L.Treible@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The portion pertaining to this sources sought notice (Reach I) is located on this map in the lower right (south-eastern most area of the Natomas basin) in between reaches A and H. W91238-16-S-0405 (11 May 2016) This is a SOURCES SOUGHT SYNOPSIS (for Market Research purposes 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 synopsis. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME ; therefore, any requests for a copy of a solicitation or specifications will go unanswered. Firms having the skill, experience / capabilities and bonding capacity necessary to perform the described project are invited to provide feedback via email to Greg.L.Treible@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 businesses in the following categories: Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned, for a prospective Design-Bid-Build Natomas Levee Improvement Construction Contract - Reach I in Sacramento, CA. The capabilities will be evaluated solely for the market research purpose of determining whether or not to pursue a Set-Aside for the Small Business (SB) Community or an Other Than Small Business Procurement. Other than small businesses may respond to this notice. The government must ensure there is adequate competition among the potential pool of available contractors. This Government estimates issuing a two-phase Request for Proposals (in accordance with FAR Part 15, and Subpart 36.303) in the summer of 2016. The estimated magnitude according to Defense Federal Acquisition Regulations 236.204 is between $10,000,000 and $25,000,000. The NAICS is 237990 - Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Federal Service Code is Y1NZ, Construction of Other Utilities. SCOPE OF WORK AND PROJECT DESCRIPTION The Natomas Basin Reach I Contract 1 is located on the reach of Natomas levee adjacent to the American River in Sacramento, California. Reach I Contract 1 includes installation of approximately two miles of cement-bentonite cutoff walls between Gateway Oaks Boulevard and Northgate Boulevard, mostly centered on Garden Highway. The cutoff walls will have an average depth of 45 feet. Excavation spoils will be hauled to a site three miles away, spread, and compacted. A landside drainage blanket will be installed on the levee slope underneath Interstate 5. Relocation and/or removal of waterlines, sanitary force mains, and other utilities will be included in this contract. Multiple lane closures, road closures, and bicycle trail closures are also included, requiring traffic control, detours, and signage for both vehicles and pedestrian/bicyclists. Repaving and striping of roads and trails is also included. CAPABILITY STATEMENT The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in submitting an offer on the prospective solicitation if/when it is issued. 3) Offeror's capability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your 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. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), Woman Owned) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capabilities in the form of a letter from a Surety OR a third-party Attorney in Fact on behalf of a Surety. All sureties shall be identified on the Department of Treasury List of Certified Companies. Any surety NOT identified on this list will not be considered; and therefore a prime contractor that submitted evidence of bonding capacity using a surety not identified on this list will not be considered. The Capabilities Statement for this sources sought is NOT to be submitted as an offer or bid for any future Request for Proposal or Invitation for Bid that may result from this synopsis, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government be held financially liable for information solicited. Respondents will NOT be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, or all Small Business firms or proceed with full and open competition as Other Than Small Business. Submissions that are not timely and/or do not meet the requirements as contained herein will not be considered. All interested contractors should notify this office in writing by email or mail by 2:00 PM Pacific Time on Tuesday 26 May 2016. Submit response and information: via EMAIL to: Greg.L.Treible@usace.army.mil. Mail and or faxed submissions will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-16-S-0405/listing.html)
- Place of Performance
- Address: Sacramento, California, United States
- Record
- SN04112915-W 20160513/160511234310-9e5a63784268c6ab7b0b8180d2b8aa99 (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 |