SOURCES SOUGHT
Y -- MOTCO T-2 Bridge Repairs
- Notice Date
- 4/14/2017
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge 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
- W91238-17-S-0270
- Archive Date
- 5/13/2017
- Point of Contact
- La Vaughn Williams, Phone: 9165576609
- E-Mail Address
-
lavaughn.t.williams@usace.army.mil
(lavaughn.t.williams@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 LaVaughn.T.Williams@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 MOTCO T-2 Bridge Repairs Contract in Concord, 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 RFP in the Fall of 2017. The estimated magnitude according to Defense Federal Acquisition Regulations 236.204 is between $5,000,000 and $10,000,000. The NAICS is 237310 - Highway, Street, and Bridge Construction, the size standard is $36.5 million, and the Federal Service Code is Y1LB, Construction of Highways, Roads, Streets, Bridges, and railways. SCOPE OF WORK AND PROJECT DESCRIPTION Two Bridges at MOTCO cross over two active Rail Lines (BNSF & UPRR (Amtrak)) Both of these bridges are under design for renovation. The two bridges are: T-1, rail road bridge and T-2, vehicular bridge. While both bridges are under design for renovation, T-2 is scheduled a contract award during Fall of 2017, with construction beginning in October and lasting approximately 12 months. The work will consist of repainting the steel beams, concrete spall repair, approach embankment repair and some guard rail replacement. NOTES ON PROJECT WORK a. Most of the work will be done from the top of the bridge, closing one lane at a time, there will be some work that will need to be done under the bridge. Work to be performed mostly from snooper truck on bridge because no heavy equipment is permitted in wetlands, though intermittent foot traffic under the bridge will be allowed. b. Union Pacific Rail Road (UPRR) requires 15' horizontal clearance from the tracks. c. Trains pass through this area 6 days/week (UPRR has 2 to 4 trains in addition to AMTRAK Schedule and BNSF has multiple daily trains). Typically trains do not run at night, and this would be the optimal time to have a track closure - plan on 6 hrs for each track closure from 2200-0400. The contractor will coordinate these time windows with UPRR and BNSF. d. Each railroad will require the construction contractor to hire a railroad employed/contracted flagger when work is within 25 feet of centerline, BNSF had the 3rd party requirement also has the requirement for a third party inspector. Typical Flagger Costs are approx. $1500/day. Contractor will coordinate flagman (30 days in advance) and submittals (catch basin for spalls/paint and other repair activities to rail road - 4 to 6 weeks in advance). e. Contractor will need to obtain a Railroad Permit and all staff will be trained to their requirements. f. The USACE construction contractor will be required to acquire and maintain railroad liability insurance in order to obtain a Right of Entry. Contractor personnel will be required to attend railroad training. The construction contractor will be required to acquire a Right-of-Entry agreement from BNSF and UPRR. Contractor must be eligible by RR prior to bidding. g. Temporary crossings will not be allowed. h. Submittals that must be reviewed by the railroad's engineering and technical staff include the repair sequence of work, catch basin, and work that impacts the right of way. Plan on 4-6 weeks for railroad review of the submittals. i. Current Clearance over both railroads is 22', for planning, the minimum clearance should be 21'6", anything less, is unlikely to be approved. Consider specific approach to paint prep in areas over railroad. Because of the 21' minimum height restriction for work above the tracks, temporary catch basins are typically used in lieu of encapsulating paint during nightly outage window (curfew). Sheet S-100 shows approximately 22' from bottom of stringer to top of rails. 1' clearance is insufficient for encapsulating paint. j. BNSF requires mitigation plan for falling debris on tracks to be submitted for approval. k. Railroad representatives need to attend the pre-construction "Meeting of Mutual Understanding" prior to contractor mobilization. DESIGN AND SPECIFICATIONS Please contact Mr. LaVaughn Williams for a copy of the design and specifications in support of the MOTCO T-2 Bridge Repairs at lavaughn.t.williams@usace.army.mil. You will be provided a safe link to view and download the design and specifications in support of this project. 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 5:00 PM Pacific Time on Thursday 28 April 2017. Submit response and information: via EMAIL to: LaVaughn.T.Williams@usace.army.mil or via Mail to: La Vaughn Williams, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-17-S-0270/listing.html)
- Place of Performance
- Address: US Army Corps of Engineers, Sacramento, California, 95814, United States
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN04472588-W 20170416/170414233916-72bf3bce7925b34de4cc30c7ababd26e (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 |