Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2023 SAM #7822
SOLICITATION NOTICE

Y -- Yolo Bypass East Levee (YBEL) - North

Notice Date
4/26/2023 1:28:38 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
W9123823B0020
 
Response Due
5/15/2023 12:00:00 PM
 
Point of Contact
Katie Randall, Phone: (916) 557-7024
 
E-Mail Address
Katie.L.Randall@usace.army.mil
(Katie.L.Randall@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
YBEL � North Improvement Project The Government anticipates issuing an Invitation for Bid (IFB) with the intent of awarding a Firm-Fixed Price construction contract for the West Sacramento Yolo Bypass East Levee (YBEL) � North Improvement Project. Project Description: The work includes proposed improvements and repairs to the Yolo Bypass East Levee. A segment of the levee identified as segment AD will be repaired to restore landside levee embankments, improve landside toe drainage, and mitigate seepage through construction of a subdrain system and pumping station. The current project includes two work sites, on two segments of the Yolo Bypass East Levee (YBEL), identified as the South and North Improvement Projects.� These levee segments have been identified as deficient due to stability, seepage, and encroachments/penetrations.� The work for the North Improvement Project includes repair to a segment of the levee to restore landside levee embankments, improve landside toe drainage, and mitigate seepage through construction of a subdrain system and pumping station. The Government is particularly interested in embankment repair and construction; excavation; preparation for and installation of geotextile fabric, aggregate surfaces, topsoil, and erosion control seeding; removal of existing and construction of new drainage/subdrainage system, including filter material and a storm drain maintenance hole; and construction of a pump station.�� In accordance with DFARS 236.204(i) the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000.� This prospective contract action will be conducted using NAICS Code 237990 (Other Heavy and Civil Engineering Construction). The size standard is $45 Million.� Product Service Code is Y1LC (Construction of Tunnels and Subsurface Structures). The solicitation will proceed as a Total Small Business set-aside acquisition and is estimated to be issued on or about May 15, 2023, with bids due tentatively on June 22, 2023.�� The IFB will be issued on the Government Point of Entry known as SAM.gov and will establish a firm bid due date/time. The site visit will be held at a time and place to be determined and will be included in the solicitation.� BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov.� Contractors are responsible for self-identifying as interested vendors and viewing other interested vendors.� Contractors should check SAM.gov frequently for any changes to the interested vendors list and notice. PLEASE DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. 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 bed that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time. **Note**:� All prospective contractors and their subcontractors and suppliers must be registered in SAM.gov before they will be allowed to download solicitation information.� Contractors must be registered in the System for Award Management (SAM) at https://sam.gov/content/home prior to award of this contract.� Solicitation documents, plans and specifications will only be available via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.� See attachments PIEE Solicitation Module Vendor Access Instructions and SOP PIEE Proposal Manager Offeror for instructions on getting access to the PIEE Solicitation Module and submitting your bid. Registration for plans and specifications should be made via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil.� If you are not registered, the United States Government is not responsible for providing you with notifications of any changes to this solicitation.� The solicitation will be available only as a direct download.� Registration should be completed one week prior to the issue date.� It is therefore the Contractor�s responsibility to monitor the website daily for the solicitation to be posted, and for any posted changes or amendments to this solicitation.� The plans and specifications and all notifications of changes to this solicitation shall only be made through this posting and modifications hereto.� NOTE:� This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bdf53b852e6640cc905276171dface7f/view)
 
Place of Performance
Address: West Sacramento, CA, USA
Country: USA
 
Record
SN06663011-F 20230428/230426230107 (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.