The RFP Database
New business relationships start here

Sutter Basin Feather River West Levee 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 ONLY to determine the availability of small business (SB) firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the experience, skills, capabilities, and bonding necessary to perform the described project are invited to provide feedback via email to howard.gregory@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 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for approximately 5-miles of improvements to existing levees through the installation of both seepage cutoff barriers and earthen berms along the west bank of the Feather River. 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 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 in June 2018.


In accordance with FAR 36.204(h), the estimated value of the resulting contract is expected to be more than $10,000,000. It is estimated to have a duration of 400 calendar days from the date of Notice to Proceed.


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


The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction, with a size standard of $36.5 million.


Under Federal Acquisition Regulation (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 20 percent of the total amount of work to be performed under the contract.


PROJECT DESCRIPTION


Sutter Basin Feather River West Levee Project:
The Sutter Basin Flood Risk Management Project (Project), authorized in the Water Resources Development Act of 2014 (P.L.113-121, § 7002(2)(8)), reduces flood risk to the communities of Biggs, Gridley, Live Oak, Yuba City and portions of unincorporated Sutter County through constructed improvements to existing Federally-authorized levees. The levees selected for improvement are located along the west bank of the Feather River in Sutter County downstream of Yuba City just south of Star Bend Road to Cypress Avenue.


 



The Project consists of approximately 5-miles of improvements to existing levees through the installation of both seepage cutoff barriers and earthen berms. Cutoff walls are required along the entire Project reach with wall depths expected to range between 40 and 140 feet. Cutoff wall installation may require both conventional trench excavation with bentonite slurry and a deep soil mixing method depending on the final design depths selected. Ability to degrade and rebuild existing levees for cutoff wall construction is a major element of the project. Seepage berm construction is only expected along less than 1-mile of the Project reach. Construction is also expected to include the related abandonment and/or relocation of agricultural irrigation facilities impacted by the Project. These facilities includes water supply and drainage ditches, water supply wells, and gravity and pressure pipe penetrations of the levee.


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 proposing 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 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, 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, 22 Dec 2017. Submit response and information through email to: howard.gregory@usace.army.mil. Please include the "Response to Sources Sought No. W91238-18-R-0017" in the subject line.


Howard Gregory, Contract Administrator, Phone 9165575217, Email howard.gregory@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP