Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2025 SAM #8501
SOLICITATION NOTICE

Y -- USACE SPK DBB Construction - Sacramento River Erosion Contract 5 Pioneer Bridge Levee Improvements- Sacramento, California

Notice Date
3/5/2025 10:06:12 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123825BA002
 
Response Due
5/2/2025 10:00:00 AM
 
Archive Date
05/17/2025
 
Point of Contact
Melita Doyle, Phone: 19165571077, Melissa A. DeNigris, Phone: 9165575137
 
E-Mail Address
Melita.s.doyle@usace.army.mil, Melissa.A.DeNigris@usace.army.mil
(Melita.s.doyle@usace.army.mil, Melissa.A.DeNigris@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States 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 Pioneer Bridge Levee Improvements at Sacramento, California. The project is anticipated to reduce the risk of levee failure from an erosion related levee breach for approximately 1,000 feet along the Sacramento River. The project is anticipated to include several erosion protection measures located above and below the average low flow water surface elevation (~7 feet NAVD88 as defined) using rock bank protection to include a 3.5-foot-thick lens of launchable Graded Stone C below the water surface to protect the bank from scour and erosion as well as Graded Stone C extended above the water surface to the top of the bank under the Pioneer Bridge section. The project is anticipated to include a 3.5-foot-thick lens of soil-rock mix above the water surface to protect the bank from wave wash generated by boat wakes and wind waves, demolition and removal of the existing upper bank material under the I-80 Pioneer Bridge section to provide a suitable foundation for the Graded Stone C, and In-stream Woody Material (IWM) to be placed below the water line to create in-stream cover for fisheries throughout the seasons and provide flow deflection along the bank. The Government anticipates construction work will be performed in the Summer and Fall of 2025 / from June 2025 to October 2025. In-water work may only be performed from 1 July 2025 to 31 October 2025. All work / construction activities must be complete by 180 days from Notice to Proceed. In accordance with Federal Acquisition Regulation (FAR) 36.204(g), the magnitude of construction for the anticipated project is between $5,000,000 and $10,000,000. The Government intends to solicit an Invitation for Bids (IFB) that will result in award of a firm-fixed price contract. The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 237990, Commercial and Institutional Building Construction / 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,500,000 annual. The Product and Service Code (PSC) is anticipated to be Y1LC, Construction of Tunnels and Subsurface Structures. The solicitation is anticipated to be issued as a total small business set-aside through the Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about 20 March 2025 with bids tentatively due 02 May 2025. It is currently anticipated that the Government will conduct a pre-bid conference and/or site visit on or about 25 March 2025. The specific date, time, location, and access requirements will be identified in any forthcoming solicitation. Please DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data will be furnished with any forthcoming 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. The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader. All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated bid due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids / proposals. All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines. It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements, and/or high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings). USACE will not notify prospective Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor 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/f6420f6861774dcf83aafb6d294ad39a/view)
 
Place of Performance
Address: Sacramento, CA 95818, USA
Zip Code: 95818
Country: USA
 
Record
SN07361719-F 20250307/250307070529 (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.