Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2022 SAM #7470
SOURCES SOUGHT

Y -- USACE SPK DBB Construction - Fire Retardant Pit and Taxiway Renovations - Redding, CA

Notice Date
5/12/2022 2:12:04 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123822S0022
 
Response Due
5/23/2022 10:00:00 AM
 
Point of Contact
John Wysocki
 
E-Mail Address
John.Wysocki@usace.army.mil
(John.Wysocki@usace.army.mil)
 
Description
This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation, and requests for status of a tentative solicitation, will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to include removal of approximately 5,000 Square Yards (SY) of 13-inch plain cement concrete (PCC) pavement and replacement with approximately 6,000 SY of 14-inch PCC pavement. It is anticipated that the new PCC pavement will be required to meet Unified Facilities Guide Specifications (UFGS) 32 13 14.13, Concrete Pavement for Airfields and Other Heavy-Duty Pavements, which requires very stringent fine and coarse aggregate deleterious material requirements that are unique to military and commercial airfield pavement construction, where weather severity is classified to be moderate. The project is also anticipated to include removal of approximately 43,150 SY of hot-mix asphalt pavement varying in thickness between 2-inches and 6-inches and replacement with 51,000 SY of 4-inch thick hot-mix asphalt pavement conforming to UFGS 32 12 15.13, Asphalt Paving for Airfields. Associated work includes the installation of preformed and poured joint sealant; installing of new subdrain system; installing new taxiway reflectors; removal and replacement of reinforced concrete trenches and heavy-duty grating; removal and replacement of the existing reinforced retardant plant pavement; removal and replacement of the existing industrial waste system and installation of new water lines; pavement marking; and, seeding and grading the area to conform to Federal Aviation Administration (FAA) standards. In addition to anticipated phasing requirements, all work associated with this project must be completed outside of the California wildfire season (May 15 - Oct 31) and the retardant pits must be complete and operational at the start of the fire season. Construction will be on an active airfield and will require coordination with Redding Airport Personnel, the FAA, and the U.S. Forest Service.� � It is estimated that construction of the potential requirement can be completed within 540 calendar days. The potential requirement may result in a solicitation issued approximately June 2022. In addition to the standard market research questions, please request that respondents answer the following: 1. What is your experience working on an active airfield? 2. What is your experience placing P-401 compliant asphalt? 3. What is your experience placing P-501 compliant concrete? 4. How many apron/airfield projects over $5M has your firm completed in the last 3 years? If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately September 2022. In accordance with DFARS 236.204(ii) the magnitude of construction is estimated to be Between $25,000,000 and $100,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237310, Highway, Street, and Bridge Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1BD, Construction of Airport Runways and Taxiways. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty five percent (25%) of the cost of the contract, not including the cost of materials. If no set-aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1,�Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number�(EIN; previously DUNS #), address, point of contact, phone number, and e-mail address. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, whether a Project Labor Agreement (PLA) was used (see the PLA survey section below) and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). 5) PLA Survey. �A PLA is a pre-hire collective bargaining agreement with labor organization(s) that establishes the terms and conditions of employment for a specific construction project. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of PLAs for large-scale construction projects if it will be consistent with law, achieve economy and efficiency in Federal procurement, produce labor-management stability, and ensure compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters. Please answer the following questions regarding PLAs, relative to the anticipated requirement: - Have PLAs been used on similar projects undertaken by Federal, State, municipal, or private entities in the geographic area where work will be performed? If so, please provide contract number(s) and points of contact. -� Do you think requirement of a PLA will promote the agency�s long-term program interests (as described above)? If so, how? If not, why not? - Has there been / is it anticipated there will be a shortage of skilled labor in the labor categories and/or geographic location of the anticipated project? If so, please describe the trade(s) affected and describe how/what you know of the shortage. - Will multiple construction Contractors and/or Subcontractors employing workers in multiple crafts or trades be required to complete the anticipated work? - Is it difficult to recruit or retain a skilled workforce in the anticipated work location? - Do you think completion of the project will require an extended period of time? - Do you anticipate any unique, compelling, time-sensitive issues, or other schedule requirements to complete the anticipated work (aside from those already noted) or that would affect the rate at which the anticipated project could be completed? If so, please elaborate and provide supporting documentation where possible. - Are you aware of any other large-scale projects begin completed in the area during the anticipated period of performance? -� Do you think requiring a PLA will increase contract costs or contribute to cost savings? Why or why not? How? - How do open shop and union wage rates influence prevailing wage rates in the local market area? How does unionization in the local market impact wages?� Please provide supporting documentation. -� Do you think requiring a PLA will increase contract risk? Why or why not? How? - If you have previously been party to a PLA, approximately how long did it take to negotiate the terms of the PLA? Did PLA negotiation delay construction start? If so, by how long? - Any other information you think should be considered regarding the use of PLAs for the anticipated project. Please ensure that all information is submitted as one (1) document. Any commercial brochures or marketing material may also be submitted with the Capabilities Statement, with all documents limited to the total ten (10) page maximum. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, John Wysocki, at (john.wysocki@usace.army.mil) by 1000 / 10:00 a.m. (PST) Monday, 23 May 2022. Please include the Sources Sought Notice number, �W91238S220022� in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dfe4472e4e884e38be7573ac421ee0b3/view)
 
Place of Performance
Address: Redding, CA 96002, USA
Zip Code: 96002
Country: USA
 
Record
SN06326154-F 20220514/220512230110 (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.