The RFP Database
New business relationships start here

Beale AFB 4 Bridges


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business firms for a potential small business category type set-aside. The Government is not obligated to make an award from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Kenley Lott at Kenley.lott@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.
Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business (SB), Certified 8a, Certified HUBZone, Woman-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB).
The capabilities will be reviewed solely for the purpose of determining to Set-Aside for the Small Business Community or to perform as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project. However, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.
This project is planned for advertising near the end of the 4th quarter of fiscal year 2018.
In accordance with Department of Defense Federal Acquisition Regulation Supplement 236.204(i), the estimated value of the resulting contract is expected to be more between $10,000,000 and $25,000,000 with an estimated duration of 635 days or less.
The resulting contract type is expected to be a Firm-Fixed Price.
The NAICS Code is 237310, Highway, Street, and Bridge Construction. The size standard is $36.5 million, and the Federal Supply Code is Y1LB, Construction of Highways, Bridges, and Railways.
Under FAR guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract (not including the cost of materials) with its own employees for specialty general construction.
Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 15% of the total amount of work to be performed under the contract.

PROJECT DESCRIPTION
The Sacramento District of the U.S. Army Corps of Engineers has an upcoming project for the design and construction of a repair by replacement of a four-bridge system located along Gavin Mandery Drive at Beale Air Force Base. The bridges will utilize four cast-in-place (CIP) reinforced concrete (RC) T-beam or CIP RC slab bridges to cross the Best Slough and Dry Creek downstream of the confluence of the two waterways, just west of the Military Family Housing (MFH) area at Beale Air Force Base. Additionally, there will be demolition of the existing bridge infrastructure.

The goal of this project is the replacement of four bridges (approximately 500 lineal feet of bridge structure), including improvements to Gavin Mandery Drive through the four bridges area (approximately 1,000 lineal feet of paved roadway improvements) to current standards for two way traffic.


This project will include the installation of a new sewage pump station (approximately 200 feet east of Dry Creek and south of Gavin Mandery Drive); the installation of approximately 1,500 feet of sanitary sewer force main (from the new pump station to a manhole located west of the bridge structures); and the installation of approximately 300 feet of belowground communications line and 60 feet of belowground electrical line (north of Gavin Mandery Drive) to service the new sewage pump station.


This contract is a design-build contract. In carrying out the work required by this contract, the contractor shall furnish all of the personnel, labor, services, equipment, tools, materials, vehicles, facilities, supervision, and all other resources necessary for, or incidental to, the performance of work set forth herein. The contractor shall be fully capable of interpreting and addressing all aspects of applicable environmental laws and regulations.


CAPABILITY STATEMENT
The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. Please provide your response to the following. The submission is limited to 10 pages.
1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address.
2) Offeror's interest in bidding on the solicitation when it is issued.
3) Offeror's capability to perform contracts of this magnitude, complexity, and comparable work performed within the past 5 years; specifically addressing / describing how the prospective offeror self-performed the effort to include a brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project. Please provide at least 3 examples that are relevant to the project described within this synopsis.
4) Offeror's socioeconomic type and business size (SB, HUBZone, SDVOSB, Small Business, 8(a), WOSB, etc.).
5) Offeror's Joint Venture information if applicable - existing and potential.
6) Offeror's Bonding Capability in the form of a letter from Surety.
All responsible sources may identify their interest and provide capability statements in response to this notice. This sources sought notice is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the review. After completing its analysis the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms; or proceed with full and open competition as Other Than Small Business. Offers that do not meet all requirements or submit within the allotted time may not be considered.


Please notify this office in writing by email by 2:00 PM Pacific Time on Friday, 1 May 2018. Submit response and information through email to: Kenley.lott@usace.army.mil.


Kenley O. Lott, Contract Specialist, Phone 9165575326, Email kenley.lott@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP