SOLICITATION NOTICE
Y -- USACE SPK DBB Construction � Public Law (PL) 84-99 Levee Erosion Repair Site 1151-21 - San Joaquin, California
- Notice Date
- 2/15/2022 3:01:51 PM
- Notice Type
- Presolicitation
- 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
- W9123822R0010
- Response Due
- 3/3/2022 9:00:00 AM
- Point of Contact
- Jennifer Wheelis, Sara Kimsey
- E-Mail Address
-
Jennifer.L.Wheelis@usace.army.mil, sara.d.kimsey@usace.army.mil
(Jennifer.L.Wheelis@usace.army.mil, sara.d.kimsey@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates solicitation of a requirement for Design-Bid-Build (DBB) construction services to be performed in support of the PL 84-99 Site 1151-21 at San Joaquin, CA. The Government intends to solicit an Invitation for Bids (IFB) that will result in award of a Firm-Fixed Price contract. Project Description: The Government anticipates a design-bid-build construction requirement to repair 1,500 feet of through and under seepage to rehabilitate the San Joaquin levee in San Joaquin County to pre-flood conditions, due to flood damage in the winter of 2016-2017. The work site, referred to as 1151-21, is located along the San Joaquin River, south of Airport Way.� Construction is anticipated to include removal an existing steel tube fence, clearing, stripping and grubbing of existing vegetation to construct a seepage berm on the landside of the levee.� Materials required for the seepage berm construction may include levee fill, geotextile, filter sand, drain rock, rip rap, seeding, aggregate surfacing, and steel tube barrier fence that match the existing materials. The project is also anticipated to require dust control measures, morning safety meetings, weekly status and progress meetings. The Government anticipates construction work will be performed in the Spring, Summer, and Fall of 2022. All work must be complete by 01 November 2022. In accordance with FAR 36.204(g) the magnitude of construction is estimated to be between $5,000,000 and $10,000,000. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000 annual revenue. The Product Service Code (PSC) is Y1LC, Construction of Tunnels and Subsurface. The solicitation is anticipated to be issued as a total small business set-aside through the Governmentwide Point of Entry (www.SAM.gov) on or about 01March 2022 with bids tentatively due 18 April 2022. If the Government intends to conduct a pre-bid conference and/or site visit, the date, time, location, and access requirements will be identified in the solicitation. A DRAFT copy of the requirement plans and specifications are included as an attachment to this notice. Changes may be made to these documents prior to any subsequent solicitation. Questions related to the draft plans and specifications will NOT be entertained; instructions for submitting questions related to any future solicited plans and specifications will be included in the solicitation. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit a bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation is released, when accessed through the GPE or when requested and delivered by electronic mail and/or data interchange. It is anticipated that any future solicitation and/or resulting contract will be subject to sustainable acquisition requirements and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). Further, one or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their companies as interested vendors and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5ff718115e324d52af62578bef28fe4b/view)
- Place of Performance
- Address: Colusa, CA 95932, USA
- Zip Code: 95932
- Country: USA
- Zip Code: 95932
- Record
- SN06242927-F 20220217/220215230111 (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 |