SOURCES SOUGHT
Z -- Military Ocean Terminal Concord (MOTCO) Holding Pads Expansion Effort
- Notice Date
- 4/18/2012
- Notice Type
- Sources Sought
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
- ZIP Code
- 95814
- Solicitation Number
- W91238-12-S-0109
- Response Due
- 5/9/2012
- Archive Date
- 7/8/2012
- Point of Contact
- Ryan Bayless, 916-557-7090
- E-Mail Address
-
USACE District, Sacramento
(ryan.j.bayless@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 Mr. Bayless at Ryan.J.Bayless@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 Military Ocean Terminal Concord (MOTCO) Holding Pads Expansion Effort. 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 May 2012. The estimated cost range according to the DFARS 36.204 is between $1,000,000 and $5,000,000. The NAICS Code is 237310, the size standard is $33.5 million, and the Federal Supply Code is Z2LB, Repair or Alteration of Highways, roads, streets, bridges, and railways. The duration of the project is 485 calendar days. 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. PROJECT DESCRIPTION Description of Work: The installation (previously known as the Concord Naval Weapons Station) is now known as Military Ocean Terminal Concord (MOTCO), which the Department of the Army has taken possession from the Department of the Navy several years ago. The Holding Pads were originally constructed (for the Department of Navy missions) in 1997 and are paved with asphalt concrete (AC). The current customer desires to expand the footprints of both the access driveways (to and from) and the holding pads. There are currently eight separate holding pads (approximately 85 feet by 200 feet) with access driveways (approximately 15 feet in width). The holding pads are planned to be widened (approximately 15 to 20 feet) along their long side for improved stacker lift maneuvering room and performance while the access driveways will be widened to two lanes in width. The customer requires that the pavement section for both the holding pads and access driveways be designed to support the loads of the "Terex 45 Super Stacker Vehicle" and the containers that are to be stacked on the pad. The Terex (model TFC 45) Stacker Vehicle load is 67.6 tons (unloaded). The Terex 45 transports one box container at a time. The design container box weight is 20,000 lbs. A mission cycle consists of transporting/stacking 72 loaded box containers on the holding pad. The basic approach to the construction will be to provide excavation to the existing embankment (to widen both the pads and the access driveways). The existing storm drainage culverts will have to be lengthened and existing fire hydrants relocated (due to the widening). As a result of heavy loading, a sub-base course of 18 inches (in thickness) and a base course layer of 18 inches may be required. The asphalt pavement will be placed in lifts for a total depth of 8 to 10 inches utilizing a 75-blow Marshall mix (to withstand the higher tire pressures). The container holding pads will require an additional 2 inch overlay of "Resin Modified" pavement. To accommodate the expansion, the existing chain link gates (leading into and out of the holding pads) will need to be resized and installed. 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, DUNS number, 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 showing verifiable evidence of experience of performing repairs/renovations to water distribution systems (i.e. fire hydrants) without interrupting/affecting existing distribution system fireflow or distribution system pressures. 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 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. Responses must be printed on 8.5X11 paper, front only, and limited to no more than 10 pages. Facsimile responses will not be accepted. Interested Firm's shall respond to this Sources Sought Synopsis no later than 1:00 pm, 09 May 2012. All interested firms must be registered in CCR to be eligible for award of Government contracts. Email responses to: Ryan.J.Bayless@usace.army.mil, or Carol.A.Dones@usace.army.mil, mail responses to: USACE Sacramento District, Attn: Ryan J. Bayless, 1325 J Street, Rm. 878, Sacramento, CA 95814 EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-0109/listing.html)
- Place of Performance
- Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
- Zip Code: 95814
- Zip Code: 95814
- Record
- SN02725503-W 20120420/120418235752-0b5eb393324ef725757977a1b2295c51 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |