Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2020 SAM #6681
SOURCES SOUGHT

Z -- Natomas Reach D Pumping Plant

Notice Date
3/13/2020 10:38:47 AM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820S0019
 
Response Due
4/10/2020 10:00:00 AM
 
Archive Date
04/25/2020
 
Point of Contact
Steven Penland, Phone: 9165577716, DeAnna L. Mannel, Phone: 9165576690
 
E-Mail Address
steven.penland@usace.army.mil, deanna.l.mannel@usace.army.mil
(steven.penland@usace.army.mil, deanna.l.mannel@usace.army.mil)
 
Description
This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.� NO AWARD will be made from this Sources Sought Notice.� NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation.� Requests for any of this information will go unanswered.� If the conditions at FAR 19.502-2(b) are met the contracting officer shall set aside the acquisition for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below.� All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.� The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform levee improvements in the remaining �windows� at the Natomas Reach D Pumping Plant 4.��� Contractors� capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition.�� Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in August of 2020. The Government intends to award a firm fixed price contract with a period of performance of 360 days. In accordance with DFARS 236.204(i) the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. The NAICS Code is 237110 � Water and Sewer Line and Related Structures Construction.� Product Service Code is Z1NE � Maintenance of Water Supply Facilities. �GENERAL SCOPE: The Natomas Reach D Pumping Plant 4 project is located on the northernmost levee of the Natomas Basin, adjacent to the Natomas Cross Canal, in Sutter County.� Several levee improvements have already been completed, but left ""windows"" or gaps where improvements are still required.� One of these windows is where the existing Pumping Plant 4 discharge pipes cross through the levee.� This work includes relocation of the Pumping Plant 4 discharge pipes to be raised 10 feet to be above the 200-year water surface elevation, and adding a new vault and outfall structure.� This window also includes removal of the existing Pumping Plant 4 building and trash rack, and reconfiguring the pump station intake and installing a new trash rack.� The pump station pad will be raised and have new pumps installed, but will not include a new building.� A driveway to the new trash rack will also be constructed.� A new masonry Electrical Building located west of the existing Pumping Plant 4 will be constructed housing all of the new electrical controls.� A transformer and concrete pad will also be located adjacent to the Electrical Building, with power provided from the adjacent PG&E lines.� Six-foot high chain-link fencing will enclose the Pumping Plant area, with gates installed.� Access ramps and landside toe roads will be reconfigured to accommodate the new pumping plant layout. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following.� The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime�s 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. 3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns). 4) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.� This notice is for information and planning purposes only.� The respondents will not be notified of the results of any review conducted of the capability statements received. Please notify this office in writing via email by 10:00am PST, Friday, April 10, 2020. Submit response and information through email to: Steven.Penland@usace.army.mil. Please include the Sources Sought No. W9123820S0019 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/70d9eebff35543ffa1808affef9be385/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05588917-F 20200315/200313230144 (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 |
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.