SOURCES SOUGHT
56 -- St. Andrews Lift Station Shoreline Protection Project - Sources Sought
- Notice Date
- 9/27/2017
- Notice Type
- Sources Sought
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
- ZIP Code
- 90017-3401
- Solicitation Number
- W912PL-17-S-0010
- Archive Date
- 11/1/2017
- Point of Contact
- Stanislav Sekacov, Phone: 2134523216, Patricia Bonilla, Phone: 213-452-3255
- E-Mail Address
-
Stanislav.Y.Sekacov@usace.army.mil, Patricia.B.Bonilla@usace.army.mil
(Stanislav.Y.Sekacov@usace.army.mil, Patricia.B.Bonilla@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: St. Andrews Lift Station Shoreline Protection Project, Pismo Beach, CA SOURCES SOUGHT NOTICE: St. Andrews Lift Station Shoreline Protection Project, Pismo Beach, CA This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals, and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. (Respondents will not be notified of the results of the evaluation). The US Army Corps of Engineers, Los Angeles District is seeking sources for an Invitation for Bid Contract in support of Storm Damage Reduction projects primarily within the Southern California area. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of marine construction contractors. The Government strives to ensure that there is adequate competition among the potential pool of available contractors. Construction services will consist of a sculpted reinforced concrete tied-back wall to protect a sewage lift station, the sewage line, the road, and a portion of Memory Park. The bluff protection will be approximately 150 ft. in length and 40 ft. in height. The bluff protection will closely follow the meandering bluff face, will include 2-ft thick tied-back shotcrete wall with architectural treatment to match the natural bluff, and will include an ADA compliant reinforced concrete staircase for access to the beach. The bluff protection footing will be embedded into the underlying bedrock, with an anchoring system to support the upper portion of the wall. Existing storm drains will be re-routed behind the tied-back wall. Weep holes will be included to provide drainage from the bluffs. The wall location is accessible by land. Location of this work is the City of Pismo Beach, San Luis Obispo County, CA The estimated range of this project is $1,000,000 - $5,000,000. Estimated duration of the project: 150 Days. Minimum capabilities required include the work must be completed in the estimated duration period, the contractor shall have proven successful experience constructing tied-back walls, and proven successful experience working in the intertidal shoreline environment similar to this solicitation. Minimum equipment required includes a crane, scaffolding, demolition, and applicable concrete forming equipment. The work is expected to be distributed along the topside, the vertical face, and at the toe of the 50 foot high bluff. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990 - Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this acquisition is $36.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations in Subcontracting that they must self-perform 15% of the work, not including materials and equipment. 8(a) firms are reminded that they need to have a bonafide office in the area to where the work will be performed should the action be set-aside for the 8(a) program. Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. 1. Offeror's name, address point of contact, phone number and email address. 2. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project). Provide at least 2 examples. 3. Offerors should describe the availability and capability of all necessary equipment, particularly the crane, to effectively complete the work. 4. Offeror's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a)). 5. Offeror's joint venture information, if applicable, existing and potential. 6. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). 7. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by Small and Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars. This sources sought announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 237990 Other Heavy and Civil Engineering Construction. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to Patricia.B.Bonilla@usace.army.mil no later than 18 October 2017. The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Patricia Bonilla, Contract Specialist at Patricia.B.Bonilla@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. Contracting Office Address: U.S. Army Corps of Engineers, Los Angeles District ATTN: Patricia Bonilla 915 Wilshire Blvd, Suite 930 Los Angeles, CA 90017 Point of Contact(s): Patricia Bonilla Phone: 213-452-3255 Email: Patricia.B.Bonilla@usace.army.mil USACE SPL, Los Angeles District
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-17-S-0010/listing.html)
- Place of Performance
- Address: Pismo Beach, San Luis Obispo County, CA, Pismo Beach, California, 93448, United States
- Zip Code: 93448
- Zip Code: 93448
- Record
- SN04696043-W 20170929/170927231453-e4baac9af52e728eca99814be9d2145a (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 |