Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOURCES SOUGHT

Y -- This is a SPECIAL NOTICE to announce a SOURCES SOUGHT for Market Research ONLY to determine the availability and capability of both Large and Small business firms for prime and subcontracting opportunities.

Notice Date
4/27/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-12-S-0414
 
Response Due
5/18/2012
 
Archive Date
7/17/2012
 
Point of Contact
Anna Ricci C. Cayanan, 916-557-5231
 
E-Mail Address
USACE District, Sacramento
(anna.r.cayanan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SPECIAL NOTICE to announce a SOURCES SOUGHT for Market Research ONLY to determine the availability and capability of both Large and Small business firms for prime and subcontracting opportunities. 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 skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. Raymond Greenheck at raymond.r.greenheck@usace.army.mil. All responses will be considered in determining the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of capabilities of large businesses and potential small business sources in the following categories: Large Businesses, Small Business, Certified 8(a), Certified HUB Zone, Woman-Owned and Service-Disabled Veteran-Owned Small Business (SDVOSB), for the Joint Federal Project (JFP), Folsom Dam Outlet Modifications Phase IV, Sacramento County, Folsom, California. A Design-Bid-Build (DBB) contract for JFP Phase IV will construct the spillway chute and stilling basin on the downstream side of the new spillway as well as the upstream approach channel and cutoff wall to direct the water to the control structure (currently under construction). The requested information will be evaluated for the purpose of determining the capability and availability of Large Businesses as well as Small Businesses and to develop subcontracting goals for the various categories of Small Businesses. The Government must ensure there is adequate competition among the pool of available contractors. This project is planned for advertising in December 2012. The estimated cost range according to the DFARS 236.204 is between $250,000,000 and $500,000,000. The NAICS Code is 238110, the small business size standard is $14 million, and the Federal Supply Code is Y1KB, Construction of Canals. The duration of the project is estimated at 1620 calendar days. Under FAR 52.236-1 The contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION This project (Phase IV) will construct the spillway chute and stilling basin on the downstream side of the new spillway as well as the upstream approach channel and cutoff wall to direct the water to the control structure. Design will follow USACE design criteria. A single prime contractor will manage and execute all aspects of the JFP Phase IV scope to include: approach channel and chute, and stilling basin excavation and lining. The detailed plans and specifications for this construction project will specify the minimum performance characteristics of the construction in accordance with the requirements of FAR Part 11, Describing Agency Needs. To the extent possible, the references in the specifications will be to widely recognized standards or specifications promulgated by Government, industry, or technical societies. When "brand name or equal" descriptions are necessary, the specification will clearly identify and describe the particular physical, function, or other characteristics of the brand-name items which are considered essential to satisfying the requirement. The successful contractor will be required to provide performance and payment bonds in accordance with FAR 28.102-1, within 10 days of award of the contract. Failure to provide sufficient proof of bonding which hinders the commencement of performance may be grounds for Termination for Default, at the determination of the Contracting Officer. A small business subcontracting plan will be required from large business primes and performance against the approved plan will be monitored to provide as much opportunity as possible for small businesses to participate in this project. Additional services include but are not limited to: topographic and boundary surveys to include mapping and analysis (including data collection and verification), historical and cultural resource investigations, design review, seismic analysis, design construction cost reconciliation, environmental testing, statement of work review, site surveys and evaluations, remediation design, and Environmental Protection Agency (EPA) compliance for hazardous materials such as petroleum products, automotive chemicals, asbestos, lead and radon. The contractor is also required to have expertise in concrete structures and excavation to include underwater excavation and underwater blasting in water depths of 100+ feet. All work must be performed by or under the direct supervision of licensed professional Architects or Engineers. A/E disciplines required to comply with the above requirements include but are limited to, registered architect, registered civil engineer, registered electrical engineer, registered mechanical engineer, registered structural engineer, registered fire protection engineer, registered geo-technical (registered civil maybe acceptable if certified), registered environmental (registered civil maybe acceptable if certified), certified environmental survey/design personnel, construction management. 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 - brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. Comparable work performed should be along the lines of over $250M in contract value, Firm Fixed Price Construction contracts. The Government is particularly interested in underwater excavation capabilities including underwater blasting (in water depths of 100+ feet) and dredging, as well as underwater placement of fill, significant concrete placement, and general dry rock excavation in constrained spaces. 4) If the offeror is a Small Business, provide the 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 a proposal or bid in response to a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but should include 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. 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 3:00 PM Pacific Time on May 18, 2012. Submit response and information to: Mr. Raymond Greenheck, CECT-SPK-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814 or by email at: raymond.r.greenheck@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-12-S-0414/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02733514-W 20120429/120427235542-14530a0fdeea2528f78cd8aa746e0a2e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.