SOURCES SOUGHT
Y -- Folsom Dam Raise: LRWD and Main Dam Construction
- Notice Date
- 1/12/2022 10:24:09 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123822S0016
- Response Due
- 2/12/2022 11:00:00 AM
- Point of Contact
- Howard Gregory, Phone: 9165575217, Ray Greenheck, Phone: 9165577929, Fax: 9165577524
- E-Mail Address
-
howard.e.gregory@usace.army.mil, Raymond.R.Greenheck@usace.army.mil
(howard.e.gregory@usace.army.mil, Raymond.R.Greenheck@usace.army.mil)
- Description
- AMERICAN RIVER RIVERSHED COMMON FEATURES (ARCF) FOLSOM DAM RAISE:� LEFT AND RIGHT WING DAMS (LRWD) & MAIN DAM CONSTRUCTION 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. 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 is required to set the acquisition aside 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 the construction of the American River Watershed Common Features (ARCF) Folsom Dam Raise: Left and Right Wing Dams (LRWD) and Main Dam project.� Other than small business are encouraged to express interest and submit capability statements as well.��� 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 on or about 21 May 2022 The Government intends to award a firm fixed-price construction contract with an anticipated 1142-day period of performance. In accordance with DFARS 236.204(iii) the estimated magnitude of construction is expected to be between $100,000,000 and $250,000,000 The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction). The size standard is $39.5M. �Product Service Code is Y1KA (Construction of Dams). �GENERAL SCOPE: LRWD -The project includes the construction of a reinforced L-shaped concrete floodwall along the upstream hinge point of the LWD and RWD with a length of approximately 2,162 feet along the LWD and approximately 6,730 feet along the RWD. The existing embankment will be excavated to construct the floodwall. MAIN DAM � In this construction effort, the Top seal structure will be mounted above all of the bays of the main dam spillway in order to prevent overtopping of the Tainter gates during major flood events. Tainter gate will need to be retrofitted to account for the additional raise loading involving single-sided lifting. A vertical concrete extension to the top of the pier will provide the necessary elevated platform for the new hoist system. The new hoist system will be installed to handle increased hydrostatic PMF loads and the slightly heavier gates from the additional retrofit requirements. �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 2:00PM PST, 11 Feb 2022. �Submit response and information through email to: howard.e.gregory@usace.army.mil.� Please include the Sources Sought No. W9123822S0016�in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4a89fe05d5b1453aa7d342c58af9f250/view)
- Place of Performance
- Address: Folsom, CA 95630, USA
- Zip Code: 95630
- Country: USA
- Zip Code: 95630
- Record
- SN06216299-F 20220114/220112230107 (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 |