The RFP Database
New business relationships start here

PL 84-99 San Joaquin County Flood Control and Water Conservation District (SJCFCWCD) Levee System Repairs


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

W912381-18-R-0030 PL 84-99 San Joaquin County Flood Control and Water Conservation District (SJCFCWCD) Levee System Repairs

This is a SOURCES SOUGHT NOTICE for a Market Research 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, 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 Ms. Tracy Tenholder at Tracy.Tenholder@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 the PL 84-99 SJCFCWCD Levee System Repairs. 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.


This project is planned for advertising in February/March 2018.


The estimated cost range according to the FAR 36.204 is between $1,000,000 and $5,000,000.


The NAICS Code is 237990, the size standard is $36.5 million.


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


Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, the contractor 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


GENERAL


High water levels in early 2017 damaged levees throughout California's Central Valley. The Corps of Engineers will be repairing damages at several of these locations in 2018. Five of these sites are located within the San Joaquin County Flood Control and Water Conservation District (SJCFCWCD) near Stockton, CA. The types of services that may be required to perform the repairs required at these sites are described below.


DESCRIPTION


Hydraulic Erosion Repair -- Repairing hydraulic erosion sites typically consists of importing large (18-inch +/-) rock and soil, and placing rock and soil-filled rock to restore the levee profile. Rock placement will typically extend below the water surface while soil-filled rock will be above the water surface. A geotextile is typically installed at the interface between the rock and soil-filled rock. A layer of aggregate base may be installed above the soil-filled rock. When repairs are complete portions of the site may be reseeded, any damage to haul routes will be repaired, and the surface material of the levee crown will be reestablished, if needed. Depending on the location and configuration of the site, the materials may be transported to the site and work performed from land or waterside work may be required.


Hydraulic erosion repairs may be necessary at two or more of the locations. The scope of these repairs involve sites ranging from approximately 100 to 600 feet in length and involve estimated volumes of imported rock and soil ranging from approximately 1000 to 6000 cubic yards.


Sheet Pile Wall Installation -- Sheet pile walls may be installed at one site to address levee stability concerns. Sheet pile walls may be placed through different portions of the levee and to varying depths. It may be necessary to partially degrade the levee before installing the sheet piles. In these cases the degraded levee must be restored after the sheet piles are installed. Sheet pile installation requires specialized equipment to drive the interlocking piles to the required depth. When repairs are complete portions the site may be reseeded, any damage to haul routes will be repaired, and the surface material of the levee crown will be reestablished, where necessary. If required, sheet pile wall installation may need to be done from either the landside or from the water.
If required, sheet pile installation is may be necessary at one to two locations. The installations would be approximately 200 to 300 feet long and extend to a depth of approximately 50 feet or more.


Levee Construction -- Installing a new or adjacent levee consists of stripping a portion of the existing soil surface, proper disposal of the stripped material, importing soil with appropriate geotechnical properties, and properly placing/compacting the new soil to establish the design configuration of the new levee. New levees will connect to existing levees at each end and adjacent levees may abut existing levees. The existing levees will be partially degraded at these locations to allow the old and new levee materials to properly tie in to one another. When levee construction is complete the site will be reseeded, any damage to haul routes will be repaired, and an appropriate driving surface will be established on the levee crown. Levee construction will typically be completed from the land.


If required, levee construction is projected to be necessary at one location approximately 300 feet long.


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. If responding as a Joint Venture or Teaming arrangement, provide at least 3 examples performed by the Joint Venture or Team;


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; and


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. 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 05 January 2018. Submit response and information via EMAIL to: Ms. Tracy Tenholder at Tracy.Tenholder@usace.army.mil. Please include "PL 84-99 SJCFCWCD Levee System Repairs" in the subject line.


Tracy N. Tenholder, Phone 9165575298, Email tracy.tenholder@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP