The RFP Database
New business relationships start here

Napa Creek Z-Bar Project


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 purposes ONLY) to determine the availability of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS IS AVAILABLE AT THIS TIME; therefore, any requests for a copy of a solicitation or specifications will go unanswered. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to LaVaughn.T.Williams@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, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for a prospective Napa Creek Z-Bar Repair Contract. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE in the event the market does not indicate SB interest, 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.


The Government estimates issuing a RFP in the summer of 2017 or earlier. The estimated magnitude is between $100,000 and $125,000. The NAICS Code is 237990-Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Federal Supply Code is Y1NZ, Construction of Other Utilities. The duration of the project is less than 120 calendar days.


Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees.


Under FAR 52.236-1 The contractor shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract.


PROJECT DESCRIPTION


The scope of the Napa Creek Z-Bar Repair project is meant to provide a design for the replacement of already installed items at the Napa Dry Bypass. The items already installed are steel bars and the concrete supporting the steel bars at the north and south entrances of the floodwall at McKinstry Street. The steel bars cross the sidewalk and road and are not in ADA or National Highway Standards compliance. The design provided here is to be used by a construction contractor.


The Corps of Engineers completed the construction of the Napa Dry Bypass Flood Control feature in Napa, California. One of the last construction activities in early June 2015 was the welding of two steel trapezoidal bars (bars) across the width of McKinstry Street at the location of the flood gates. The bars provide a seal along the bottom of the gates to prevent flood waters from seeping under the gates. Per National Highway Safety Standards for roadways, and ADA standards on sidewalks, no protrusion shall be allowed to be more than a half-inch. The bars are an inch and three-eighths high. The permanent welds will be broken and temporary bars will be installed. Since the construction of the bypass, the concrete below the steel bars is crumbling. The new bars cannot be installed into crumbling concrete. The design requires that the concrete below the bars be removed and replaced.


Detailed description of the work and services are located in the attached Statement of Work dated 7 February 2017.



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 20 pages.


1) Offeror's name, 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 a contract of this magnitude and complexity and comparable work performed within the past 5 years - Describe your self performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples.


4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a))


5) Offeror's Joint Venture information if applicable - existing and potential


6) Offeror's Bonding Capability in the form of a letter from Surety OR a third-party Attorney in Fact on behalf of a Surety. All sureties shall be identified on the Department of Treasury List of Certified Companies. Any surety NOT identified on this list will not be considered; and therefore a prime contractor that submitted evidence of bonding capacity using a surety not identified on this list will not be considered.


The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. 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 evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, 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 will not be considered.


All interested contractors should notify this office in writing by email or mail by 5:00 PM Pacific Time on March 3, 2017. Submit response and information via EMAIL to: LaVaughn.T.Williams@usace.army.mil or via Mail to: La Vaughn Williams, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.


La Vaughn Williams , Mr. , Phone 9165576609, Email lavaughn.t.williams@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP