SOURCES SOUGHT
Y -- Emergency Levee Response
- Notice Date
- 12/29/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
- ZIP Code
- 95814
- Solicitation Number
- W91238-14-S-0363
- Archive Date
- 1/31/2015
- Point of Contact
- Nikole May, Phone: 9165576989, ,
- E-Mail Address
-
nikole.v.may@usace.army.mil,
(nikole.v.may@usace.army.mil, /div)
- Small Business Set-Aside
- N/A
- Description
- This is a sources sought for 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 available at this time; therefore, do not request a copy of a solicitation. Responses are being sought from qualified 8(a), Woman Owned, HUBZone, Small Business, and Service Disabled Veteran Owned small business concerns possessing the technical expertise and bonding capability to execute the work requirements. Potential offerors are invited to provide feedback via email to Nikole May at Nikole.V.May@usace.army.mil and LTC Chris Tande at Bradley.C.Tande@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. The Sacramento District of the U.S. Army Corps of Engineers has an upcoming acquisition to establish contracts to provide rapid response for emergency levee repairs and flood control work. It is anticipated that this acquisition will be solicited by Request for Proposal (RFP). The Government intends to award three (3) IDIQ Requirements contracts, one for each of the three regions identified below. Each contract will be a five-year contract with a maximum capacity of $ 47,000,000 per contract. Each Region is defined as follows: a) Region 1, Sacramento River drainage basin including all rivers and tributaries flowing into the river north of N38.3683 W121.52138 (Hood, CA). b) Region 2, Delta region with its western most boundary located on the Sacramento River at N38.06102 W122.22616 (I-80 overpass at Carquinez) and including all rivers and tributaries flowing into the region excluding the Sacramento River north of N38.36838 W121.52138 (Hood, CA) and the San Joaquin River south of N37.94802 W121.33722 (west of the I-5 overpass) but including the ship channel and port area east of the I-5 overpass. c) Region 3, San Joaquin River drainage basin including all rivers and tributaries flowing into the river south of N37.94802 W121.33722 (west of the I-5 overpass). PROJECT DESCRIPTION The purpose of this contract is to provide emergency response flood fighting along levee areas in the above regions. The urgent work elements that will be required to be performed in each region include, but may not be limited to: 1) providing and transporting rock from quarry to site; 2) placing rock and fill material; 3) excavating and compacting; 4) placing plastic sheeting and/or other flood fighting materials, and 5) providing traffic control and signage as required. Regions 1 and 3 will require trucks for the performance of work, while Region 2 may require work performance via either truck and/or water barge. Task Orders will be issued for individual work requirements. Each task order will have a maximum amount of $10,000,000. The contractor for each region must possess sufficient assets in terms of personnel, equipment, materials, and bonding capability to perform work on at least three Task Orders simultaneously. This project is planned for advertising in April 2015. The magnitude of construction for each task order is unknown as it is subject to the scope of the emergency. The NAICS Code is 237990, the size standard is $36.5 million, and the Federal Supply Code is Y1PZ, Construction of Other Non-Building facilities. Small businesses are reminded 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 15 percent of the total amount of work to be performed under the contract. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Firm's response to this notice shall be limited to 5 pages and shall include the following information 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in proposing on the solicitation when it is issued (Prime/Sub). 3. Firm's capability to execute a contract of this magnitude and complexity in line with the description above, performed within the past 5 years: Include a brief description of the project, customer name, schedule management, customer satisfaction, and dollar value of the project - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Proof of bonding capability of at least $10,000,000 per contract and $47,000,000 aggregate (evidence must be provided in the form of a letter from the contractor's surety) INTERESTED CONTRACTORS MUST RESPOND TO THIS SOURCES SOUGHT NOTICE NO LATER THAN 2:00pm (PDT) Friday, 16 January 2015. Responses must be submitted via email to Nikole.V.May@usace.army.mil and Bradley.C.Tande@usace.army.mil. Please title the subject line of the email "EMERGENCY LEVEE RESPONSE SOURCES SOUGHT"
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-14-S-0363/listing.html)
- Place of Performance
- Address: TBD in regions identified above., United States
- Record
- SN03605187-W 20141231/141229233750-d513bcc30b223f87361d3fb1ae05fa1c (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 |