The RFP Database
New business relationships start here

Pine Flat Landslide Mitigation


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 SYNOPSIS (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 synopsis. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME; therefore, any requests for a copy of a solicitation or specifications will go unanswered. Firms having the skill, experience / capabilities and bonding capacity necessary to perform the described project are invited to provide feedback via email to Mr. LaVaughn T. Williams at 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 businesses in the following categories: Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned, for a prospective Design-Bid-Build Pine Flat Landslide Mitigation, Pine Flat Dam and Lake in Piedra, CA. The capabilities will be evaluated solely for the market research purpose of determining whether or not to pursue a Set-Aside for the Small Business (SB) Community or an Other Than Small Business Procurement. Other than small businesses may respond to this notice, however, preference will be given to the Small Business categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors.



This Government estimates issuing a RFP in the summer of 2017. The estimated magnitude according to Defense Federal Acquisition Regulations 236.204 is between $10,000,000 and $25,000,000. The NAICS is 237990 - Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Federal Service Code is Y1PZ, Construction of Other Non-Building Facilities. The duration of this project is 540 calendar days and is expected to start September 2017.


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.



SCOPE OF WORK AND PROJECT DESCRIPTION


The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish a contract to mitigate a landslide located on the downstream right abutment of Pine Flat Dam, Piedra, California.


The Pine Flat Project is located approximately 30 miles east of Fresno, California and is operated and maintained by the Corps of Engineers, Sacramento District. The Pine Flat Dam and Lake, and supplemental channel improvement work, were authorized by the Flood Control Act of 1944. The dam was completed by the Corps of Engineers in 1954, and the channel improvements were completed in 1976. The Pine Flat Power Plant Project was authorized by the Federal Energy Regulation Commission license (issued in 1979), and construction was completed by the Kings River Conservation District in 1984.


This is a landslide located near the northerly abutment of Pine Flat Dam that requires mitigation. The landslide covers an area approximately 200 to 220 feet wide by 380 feet long (downslope) and is located on the south slope of Hughes Mountain. The limits of the landslide are shown on Figure 1. The depth of the landslide has been interpreted to be up to 80 feet below the ground surface. The direction of previous movements of the main body of the landslide is to the southeast, towards the dam. Records indicate the presence of relic instability at the location of the existing landslide prior to construction of the dam and that materials at the toe of the landslide mass were removed during excavations for the dam foundation. The landslide has been reactivated in the past after high rainfalls and construction to stabilize the landslide.


Landslide mitigation will include;

• Earthwork for the installation of tieback system and walers, retaining wall backfill, surface drainage ditches and access roads.

• Installation of tie-back anchors with surface whalers. (See Figure 2)
 
• Construction of cast-in-place concrete and gabion-type retaining walls.

• Instrumentation installation to evaluate the performance of the landslide and mitigation. The instrumentation will include load cells, survey monuments, inclinometers, and piezometers

• Erosion Control installation including temporary and permanent gravel all-weather access roads, hydro-seeding, and rip rap dissipaters.



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, address, point of contact, phone number, and e-mail address.


2) Offeror's interest in submitting an offer on the prospective solicitation if/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), Woman Owned)


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


6) Offeror's Bonding Capabilities in the form of a letter from a 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 to be submitted as an offer or bid for any future Request for Proposal or Invitation for Bid that may result from this synopsis, 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 be held financially liable 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. Submissions that are not timely and/or do not meet the requirements as contained herein will not be considered.

All interested contractors should notify this office in writing by email or mail by 4:00 PM Pacific Standard Time on 11 May 2017.


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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP