SOURCES SOUGHT
Z -- Santa Cruz Jetty Repair
- Notice Date
- 2/4/2025 7:26:18 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
- W912P725S0005
- Response Due
- 3/5/2025 12:00:00 PM
- Archive Date
- 03/20/2025
- Point of Contact
- James Neal, Phone: 4155036891, Nairi Freeman, Phone: 4155036574
- E-Mail Address
-
james.neal@usace.army.mil, Nairi.Freeman@usace.army.mil
(james.neal@usace.army.mil, Nairi.Freeman@usace.army.mil)
- Description
- ****THIS AMENDMENT IS TO CORRECT THE RESPONSE DATE IN THE DESCRIPTION FROM 12:00 PM Pacific Time on 22 February, TO: 5 March 2025 And information about sam.gov CHANGE FROM: Offers Must have an active registration in sam.gov to provide offers at time of Solicitation. TO: Offers Must have a registration in sam.gov to provide offers at time of Solicitation and an Active Registration at time of award ***THIS IS A SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO SEEK PROPOSALS OR AWARD A CONTRACT AT THIS TIME. *** The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Jetty Repair Services. The Federal Supply Code (FSC) will be Z2PZ. The size standard for small business is $45,000,000.00. Interested parties sought for the Santa Cruz Jetty Repair Project. The project will be solicited as an Invitation For Bids (IFB) contract. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: nairi.freeman@usace.army.mil All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. PROJECT DESCRIPTION: The 2025/2026 Santa Cruz Jetty Repair project is an operations and maintenance project proposed by USACE to repair the West Jetty, one of two rubble mound jetties that protect the entrance to the Santa Cruz harbor. Santa Cruz harbor is located as the northern end of Monterey Bay, approximately 65 miles south of the entrance to San Francisco Bay. The East Jetty is 850 feet in length, and the West Jetty is 1,125 feet in length with the outer 250 feet turned 50 degrees easterly to protect the entrance channel and harbor from storm waves. The work includes the repair of the West Jetty and repairing the concrete cap/walkway on the West Jetty. Damages to the jetty includes displacement of existing armor stones. Damaged areas on the jetty with displaced armor stones must be reset using the existing armor stones on site or supplemented with new armor stones. The West Jetty sustained damages during Winter 2022/2023. The ocean side slope of the West Jetty has no apparent geometry, with many armor stone displaced or buried underneath sand. Driftwood and cement debris are interspersed with loose stone from the structure. Interim emergency measures implemented by the local community (e.g. grout) are now unsupported and pose a safety hazard, sand has eroded from underneath. The project will entail the following actions: Mobilizing construction equipment to the site and demobilizing the same equipment at the conclusion of the project. Rearranging existing stones on jetty slopes, as needed. Importing newly quarried stone and rebuilding the jetties where stone is either missing or where the structural integrity has been compromised. Repairing the concrete cap/walkway on the West Jetty. The primary work consists of resetting existing stones, as needed, to achieve the required interlocking with the newly placed stones. The landward construction limits of work and the staging area are expected to be inaccessible to the public during the construction season for safety reasons. These areas are likely be demarked with orange construction fencing and/or signage by the contractor to identify areas that the public should not enter during construction. CAPABILITIES AND QUALIFICATIONS: Interested parties must have qualified personnel with recent knowledge and experiences as well as: The capability to do the jetty repair, replace danger, project signs and aids to navigation and remove timber piles using appropriately sized equipment in order to complete all work within the contract period of performance, which will be identified in the contract. Interested parties must have the capability and equipment necessary for the jetty repair, replacement of danger, project signs and aids to navigation and timber pile removal. 1. Executing the in-water work within the environmental work window (11/01/2025 to 05/01/2026). Sidecasting is prohibited. The timber piles must not be removed by the vibratory method. 2. Offeror�s type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). 3. The capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute dredging and comparable work performed within the past five (5) years). Provide at least three (3) examples with a maximum of three (3) pages with the following information: A brief description of the project(s), Customer name Timeliness of performance Customer satisfaction List of equipment used, and Dollar value of the project RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this source sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total � using 10pt font. Please label your email response as follows: Subject: Response to W912P725S0005: Sources Sought market research for �Santa Cruz Jetty Repair Project.� All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 12:00 PM Pacific Time on 5 March 2025. Submit response and information to: nairi.freeman@usace.army.mil. Offers Must have an active registration in sam.gov to provide offers at time of Solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7567f8b5352f447388eeddb8b2107dbc/view)
- Place of Performance
- Address: Santa Cruz, CA, USA
- Country: USA
- Country: USA
- Record
- SN07332675-F 20250206/250204230036 (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 |