The RFP Database
New business relationships start here

PL 84-99 Maintenance Area 09 Site 0441-21 Levee Erosion Repairs


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

W91238-19-R-0032 - PL 84-99 Maintenance Area 09 Site 0441-21 Levee Erosion Repairs


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. Pursuant to FAR 19.502-1(a)(2) and FAR 19.502(b)(2), if two or more responsible small business concerns exist, and the government has a reasonable expectation of competition and that an award will be made at fair market prices, the contracting officer shall set aside the acquisition. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials; or for construction by special trade contractors, the concern will self-perform at least 25% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide feedback via email.

NO AWARD will be made 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 Mr. Steven Penland at Steven.Penland@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), to repair significant damage sustained during recent storms to a levee located along the left bank of the American River at Maintenance Area 09 - Site 0441-21 - See Project Description below. The capabilities will be 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 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 at or about May 2019.


In accordance with DFARS 236.204, the estimated magnitude of the resulting contract is expected to be between $100,000 and $250,000. It is estimated to have a performance period of 365 days +/-.


The resulting contract type is expected to be a Firm-Fixed Price.


The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction, the Size Standard is $36.5 million.


PROJECT DESCRIPTION


The site is located on the left bank of the American River within Maintenance Area 09 - Sutterville Road to Freeport levee segment, adjacent to the Pocket neighborhood, south of the City of Sacramento. Major damage to the site includes sloughing and erosion along the waterside slope of the levee. The damage includes longitudinal cracks on the waterside hinge down the levee slope and is approximately 30 feet long. The recommended fix is expected to begin with stripping the site of organics, then repairing the levee by placing approximately 28 cubic yards of quarry stone on the levee slope. Damages to the gravel road on the levee crown incurred during construction of the levee repair will be repaired with aggregate base.


General Scope of Work: The Contractor shall provide all labor, supervision, plant, equipment, and materials necessary to repair the damaged levees as described above. The repairs require earthwork and dust control; dewatering; rock hauling and placement; and will require clearing, and stripping and grubbing. The Contractor shall comply with all Federal, State, and Local requirements.


The contractor would be required to provide several submittals which include, but not limited to, project material specifications, preconstruction submittals, pre and post construction surveys, a pre and post access road survey, project schedules, an accident prevention plan, emergency action plan, activity hazard analysis, worker's certifications, air and water quality control plans, borrow soil suitability report, SWPPP, flood and rainfall contingency plan, and record drawings. All submittals will be reviewed and approved by USACE prior to the start of work.


Contractor Quality Control Requirements. The Contractor shall provide and maintain an effective quality control program. The Contractor's Quality Control Program through inspection and reporting shall demonstrate and document the extent of compliance of all work with the standards and quality established by the contract document. The Contractor's Quality Control program shall include daily inspections and provide for a daily report of CQC activities. Daily checks shall be performed to assure control activities, including control testing, are providing continued compliance with contract requirements, until completion of the particular feature of work.


Superintendent: The Contractor shall provide a Superintendent who is separate from the quality control manager whenever the work specified herein is being performed. The Superintendent shall conduct overall management coordination and be the central point of contact with the Government for performance of all work under this contract. The Superintendent will be required to attend pre-work conference(s) prior to commencing work under this contract.


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 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. If responding as a joint venture, provide at least 3 examples performed by the Joint Venture.
4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or 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.


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. 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 notice 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, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business.


Please notify this office in writing by email by 2:00 PM Pacific Time on February 21, 2019. Submit response and information through email to: Steven.Penland@usace.army.mil and reference the Sources Sought Number "W91238-19-R-0032, Site 0441-21" in the subject line when replying.


 


Steven Penland, Contract Specialist, Phone 9165577716, Email steven.penland@usace.army.mil - DeAnna L. Mannel, Contract Specialist, Phone 916-557-6690, Email deanna.l.mannel@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP