Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2020 SAM #6812
SOURCES SOUGHT

Y -- South San Francisco Bay Shoreline Reaches 1-3

Notice Date
7/22/2020 10:08:51 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W912P720S0018
 
Response Due
8/12/2020 2:00:00 PM
 
Archive Date
08/27/2020
 
Point of Contact
Mary Fronck, Phone: 4155036554, Theodore Turney, Phone: 4155036990
 
E-Mail Address
mary.fronck@usace.army.mil, Theodore.T.Turney@usace.army.mil
(mary.fronck@usace.army.mil, Theodore.T.Turney@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE The U.S. Army Corps of Engineers, San Francisco District is seeking input from the construction marketplace on the re-procurement of the Design-Bid-Build (DBB) project titled: �South San Francisco Bay Shoreline Reaches 1-3�.� This project was originally advertised from December 5, 2018 � February 13, 2019 under solicitation W912P7B0001 and was canceled on April 13, 2019. Working with our stakeholders, we�ve made changes to various elements of the project�s engineering and performance mandates, in an effort to reduce cost, mitigate performance risk, and improve market participation.� Some of the changes (but not all) include: extending performance period of work, increased truck delivery hours, revising utility tie-downs, to name a few.� There is ongoing coordination to potentially reduce pond levels, reduce environmental buffer distances, and modify environmental fill requirements.��� ��� The Government anticipates re-advertise of this project between October-December of this year, with an anticipated contract award in early 2021.� The estimated construction price is between $25M - $100M.� �������� The estimated performance period is 36 Months. The Government contemplates a Request for Proposal (RFP) procurement in accordance with Federal Acquisition Regulations, Subpart 15, utilizing price and non-price factors in determining award.� This procurement approach is different from previous advertisement which utilized an Invitation for Bid (IFB) method.� The basis for this change is to allow for discussions with offerors after receipt of proposals.��� ************************************************************************************* PROJECT DESCRIPTION: This project is for levee construction along the South San Francisco Bay Shoreline, consisting of 1.6 miles of flood risk management levees with approximately 600,000 cubic yards (cy) of fill.� The project area is between New Chicago Marsh and the Alviso pond complex � former salt harvesting ponds. Reach 1 is bounded by Alviso Marina Park and the crossing of Union Pacific Rail Road (UPPR); and Reaches 2 and 3 are bounded by UPPR and Artesian Slough.� The engineered levees have a crest elevation of ranging from 15 to 17 feet, a minimum crest width of 16 feet, and 3H:1V side slopes.� The access road, on top of the levee, will be surfaced with a minimum of 8 inches of CalTrans Class 2 Aggregate Base.� Structural features included in the contract include two water control structures and pedestrian boardwalks.� The water control structure in Reach 1 is to be relocated and replaced in kind; the control structure in Reach 2 will be replaced with a 16 feet tall reinforced concrete structure, with flared wingwalls that match the levees slope.� This structure includes a 48 inch reinforced concrete pipe (RCP) that runs from thePond A18 , through the levee, and discharges into the marsh.� The boardwalk is to be replace-in-kind, with access from the marsh to the top of the levee.� The bay mud limits the levee construction rate for Reach 1, to allow construction pore pressures to dissipate.� Construction for Reach 1 is likely to be performed across the duration of the period of performance to allow consolidation of the bay mud. �See Attachment 1 for Site Map. LOCATION� � � � � �DESCRIPTION� � � � � � � � � � � COMPACT LEVEE FILL (CY) Reach 1� � � � � � � ��~ 4,200 feet of levee� � � � � ��~ 250,000 Reach 2-3� � � � � �~ 4,000 feet of levee� � � � � � �~ 350,000 The existing material, to be excavated, is not suitable to be used for the engineered levee; all fill will have to be imported from a borrow site. Up to 100,000 loose cubic yards of levee will be provided by the government in a stockpile located adjacent to Reach 1.� Additional levee fill will need to be secured and delivered to the site by the Contractor.� Levee fill will need to meet both geotechnical and environmental contaminant specifications. The site has limited access. Ingress/egress is anticipated to be from the Hope Street and Grand Boulevard.� Material from excavation will be stockpiled in Pond A12. The designated stockpile area has limits 500 feet from the centerline for Reach 1, and an average one-way haul distance of 2 miles for Reach 2/3 when considering haul distances before and after the grade crossing is constructed. ************************************************************************************ REQUEST INPUT: The Government seeks input from interested companies to better understand socio-economic capability, inform participation, and address engineering, acquisition considerations.� If your company is interested in this project, please submit a response to include the following information: Company Name Company Point of Contact Company Size Company Experience Company Bonding Limit Please submit no more than 2 projects for your experience (similar in scope, complexity, and magnitude of this project), within the last 10 years, indicating your company�s role in the execution of the work (prime or sub-contractor).� The information provided by your company will not be disclosed without your prior consent.� Please answer the following questions in your submission: Would you company provide a proposal for this project? What challenges (reservations) do you have about this project? The Government is considering providing an area approximately 1 mile from construction site where contractors could construct a rail siding and unloading facility adjacent to an existing rail spur to provide an alternate fill delivery method; would your company take advantage of this rail delivery capability?� If so, how would that impact your delivery of fill material utilizing other methods? See Attachment 2 for potential area. Be advised that this rail delivery method is not defined in terms of exact location or space availability.� This question seeks to understand interest and achievability in this delivery method.���� If the Government advertises this project utilizing lowest price technically acceptable (LPTA) evaluation criteria, how would that impact your participation in this upcoming advertisement?� What are your concerns, if any? The Government contemplates utilizing a per JOB (lump sum) pricing approach, whereby each reach would represent a single overall price.� Given this approach, what are your concerns, if any? Please submit your responses no later than August 12, 2020, 2:00 pm PST.� All interested companies must be registered in the System for Award (SAM) to be eligible for a federal contract award.� Please email responses to mary.fronck@usace.army.mil.� Please send your responses via email, and use subject line: �Sources Sought Response to W912P7-20-S-0018, South SF Bay Shoreline�.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a2de2edfed7d4532a5e6d8205075805a/view)
 
Place of Performance
Address: Alviso, CA, USA
Country: USA
 
Record
SN05730107-F 20200724/200722230148 (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.