SOURCES SOUGHT
Z -- Title: Levee and water control structure work at Don Edwards San Francisco Bay
- Notice Date
- 3/10/2020 9:44:47 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- FWS PACIFIC REGIONAL OFFICE PORTLAND OR 97232 USA
- ZIP Code
- 97232
- Solicitation Number
- 140F0120R0008
- Response Due
- 3/18/2020 12:00:00 AM
- Archive Date
- 04/02/2020
- Point of Contact
- Lautzenheiser, Karl
- E-Mail Address
-
Karl_Lautzenheiser@fws.gov
(Karl_Lautzenheiser@fws.gov)
- Awardee
- null
- Description
- This is an updated SOURCES SOUGHT SYNOPSIS and is for informational / market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. No reimbursement will be made for any costs associated with providing information in response to this synopsis or on any follow up information. NO SOLICITATION IS CURRENTLY AVAILABLE. The purpose for this synopsis is to conduct market research to help identify capable, potential sources and to establish if this requirement can be set-aside for small business or other socioeconomic programs to include: Small Business, 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB) and Service-Disabled Veteran Owned Small Business (SDVOSB). Those aforementioned programs are highly encouraged to respond. The synopsis and solicitation, if issued, will be made available on Contract Opportunities (FBO) web site (https://beta.sam.gov/). It is the potential offeror�s responsibility to monitor the Contract Opportunities (FBO web site for issuance of any future solicitation that may result from this Sources Sought Synopsis. NAICS Code: 237990 Other Heavy and Civil Engineering Construction Small Business Size Standard: $39.5 Million Product and Service Code (PSC): Z1KA Natural Resources GENERAL INFORMATION: The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit for and procure a firm-fixed-price for levee and water control structure work at the Don Edwards, San Francisco Bay National Wildlife Refuge (Alameda County). The proposed period of performance is anticipated to start on or about September of 2020 and for all work to be completed on or about December of 2023. Project magnitude is more than $10,000,000.00. From the original sources sought notice for this work that was posted in FedBizOpps on March 4, 2020, an updated summary of the proposed levee work is cited as follows: AB1, AB2, A3N, A3W Levees: Construct 6.4 miles of levee erosion repair and raise the levee crest elevation. - Raise levee crest elevation between 0.5 and 2.5 feet. - Replace AB1 & AB2 WCS. Install two new cast-in-place concrete water control structures with culvert diameters of 36-inch and 48-inch, including gate valves and trash racks and abandon two existing water control structures. Installation will require cofferdams and dewatering. - Erosion repair will include import and placement of structural fill, riprap, crushed aggregate, geotextile and tied concrete block mats. - Demolition and replacement of two existing chain-link security fences and gates and demolition of abandoned concrete pads, vault and channel. - Excavation of a 40-foot wide levee breach and utilization of existing levee material for levee improvements. - Bid Option: $0.05M for habitat creation utilizing existing internal levee materials as directed by the USFWS. - A Storm Water Pollution Prevention Plan is required and will be developed by the Contractor. - All natural import material will need to meet the environmental testing requirements defined in the 2018 Master Quality Assurance Project Plan. - Period of Performance: September 2020 through December 2021. A13, A15 Levees: Construct 4,400 feet of levee erosion repair and raise the levee crest elevation. - Raise levee crest elevation between 4 and 6 feet (to elev 11.0 NAVD88). - Erosion protection on west side of levee - Install tied concrete block mats. (Anticipate future breach of ponds A9, A10, A11, A14) - Install wearing surface on levee crest. - Levee construction will include import and placement of structural fill, crushed aggregate, geotextile and tied concrete block mats. - A Storm Water Pollution Prevention Plan is required and will be developed by the Contractor. - All natural import material will need to meet the environmental testing requirements defined in the 2018 Master Quality Assurance Project Plan. - Period of Performance (if USACE Levee not under construction): September 2020 through December 2021. - Period of Performance (if USACE Levee under construction): September 2022 through December 2023. CAPABILITIES: Firms shall demonstrate the following: 1. Experience: At a minimum, firms shall provide the following information for similar levee work listed under `GENERAL INFORMATION.� Firms shall provide no more than five (5) projects. Each project shall have a final contract value greater than $5,000,000.00 and shall have been completed within the past five (5) years or be currently ongoing (but at least 25% complete). - Contract Number - Contract Title - Contract Location - Contract Type (Firm-Fixed-Price or Other (Please Specify)) - Worked as the Prime Contractor, Subcontractor or Other (Please Explain) - Contract Award Completion Date - Contract Actual Completion Date - Brief Explanation of Difference in Contract Award and Actual Completion Date - Contract Award Price - Contract Final Price (Inclusive of Modifications) - Brief Explanation of Difference in Contract Award and Final Price - Complexity of Project (High, Medium or Low) - Briefly describe the contract and how it is relevant to asphalt replacement work listed under `GENERAL INFORMATION.� INSTRUCTIONS TO RESPOND TO SOURCES SOUGHT SYNOPSIS: Prior Government contract work is not required for submitting a response to this synopsis. Firm�s responses to this synopsis shall be limited to ten (10) pages and at a minimum, shall include the following information: 1. Name and address 2. Point of contact name, phone number and email address 3. CAGE Code and DUNS Number (if applicable) 4. Interest in working as a prime contractor, subcontractor or other (please explain) 5. Capabilities: Firms shall demonstrate their ability to meet the requirements in the section titled `CAPABILITIES.� 6. Business size based on the listed NAICS Code, as well as any socioeconomic categories (Small Business, 8(a), HUBZone, WOSB, EDWOSB and SDVOSB) Responses will be shared within the Government�s project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 2:00 PM Pacific Standard Time (PST) on March 18, 2020. All responses shall be submitted electronically to the Contract Specialist, Karl Lautzenheiser (karl_lautzenheiser@fws.gov).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a8a4c1e8403047eb9b4a5aee88888f9d/view)
- Record
- SN05585030-F 20200312/200310230201 (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 |