SOURCES SOUGHT
Y -- South San Francisco Bay Shoreline Reaches 1-3
- Notice Date
- 7/30/2020 10:52:43 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, 2019�� February 13, 2020�under solicitation W912P7B0001 and was canceled on March 27, 2020. 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? The existing Quality Assurance Project Plan (QAPP) for the project and a letter from the San Francisco Bay Regional Water Quality Control Board dated 17 July 2020 are attached. The 17 July 2020 letter describes potential changes to environmental sediment suitability screening criteria. Would these changes likely result in significant, slight, or no material cost savings and why? 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/bd5c86e6e79e41c2a166892939e7ac37/view)
- Place of Performance
- Address: Alviso, CA, USA
- Country: USA
- Country: USA
- Record
- SN05740871-F 20200801/200730230156 (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 |