The RFP Database
New business relationships start here

Marysville Ring Levee Phase 2B & 3


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

This Sources Sought Notice is for Market Research ONLY, to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.

NO AWARD will be made from this Sources Sought Notice.
NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation. Requests for any of this information will go unanswered.
If the conditions at FAR 19.502(b)(2) are met the contracting officer shall set aside the acquisition for small business concerns. 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. 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 their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.


The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform construction on the Marysville Ring Levee. The project will be completed in two phases and solicited as one construction project.


Contractors' capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The Government must ensure there is adequate competition among the potential pool of available contractors.


The Government estimates issuing a solicitation in December of 2019.


The Government intends to award a Firm-Fixed price contract, with a Period of Performance of 1,402 days from Notice to Proceed.


In accordance with DFAR 236.204(ii) the estimated magnitude of construction is expected to be between $25,000,000 and $100,000,000.


The NAICS Code is 237990 and the size standard is $39,500,000. The Product Service Code is Y1PZ.


GENERAL SCOPE:


The Marysville Ring Levee (MRL) consists of approximately 7.5 miles of levee surrounding and protecting the City of Marysville, California. Planned levee improvement address under seepage, through-seepage, embankment slope stability, utility penetrations, constructability, settlement and geometrical corrections to the levee embankment.


Two phases of the Marysville Ring Levee program, namely Phase 2B & Phase 3 are solicited as one construction project and are to be constructed in a minimum of two construction seasons with all construction work completed by Dec. 2022. Phase 3 has been divided up into multiple Segments (A through E) and Phase 2B labeled as Segment D. Segments A, B, and C will be base contract items and Segments D and E will be option items. Upon award of this contract, Segment A must be constructed first in 2020. Segments B and C must not begin physical work sooner than year 2021, unless otherwise notified by the Contracting Officer. Options Segments D and E must not begin physical work sooner than year 2021 and as the options are exercised, unless otherwise notified by the Contracting Officer.


Approximately 15,000 linear feet of cutoff walls (open trench and deep mix method) will be constructed with a conventional degrade approach with removal of 1/3 of the levee height as measured from an average landside elevation. The cutoff wall begins on the east side of State Route 70 (SR70) and ends at a location just west of Highway 20, where the highway goes over the levee, near the PG&E sub- station.


Design challenges include handling of existing utilities and encroachments including historic sewer tunnels, proximity to a Union Pacific Railroad (UPRR) crossing, a Pacific Gas & Electric (PG&E) substation and service center.


CAPABILITY STATEMENT


The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime's 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.


3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns).


4) Offeror's Bonding Capability in the form of a letter from Surety.


The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.


This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.


Please notify this office in writing via email by 8 November 2019, 1100hrs Pacific Time. Submit response and information through email to: shaun.o.conyers@usace.army.mil. Please include the Sources Sought No. W9123820R0012 in the subject line.


Shaun Conyers, Contracting Specialist, Phone 916-557-5298, Email shaun.o.conyers@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