Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 14, 2017 FBO #5804
SOURCES SOUGHT

56 -- Ocean View Channel C06 Project - Sources Sought

Notice Date
10/12/2017
 
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, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-S-0004
 
Archive Date
11/28/2017
 
Point of Contact
Patricia B Bonilla, Phone: 213-452-3255, Stanislav Sekacov, Phone: 2134523216
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, Stanislav.Y.Sekacov@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, Stanislav.Y.Sekacov@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought SOURCES SOUGHT NOTICE: Ocean View Channel C06 Project, Huntington Beach, Orange County, 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 Public Law (P. L.) 84-99 Rehabilitation Program (RP) 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 flood control channel 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 2, 200 feet reinforced concrete channel. Approximately 30 feet of the damaged reach immediately downstream of Beach Boulevard in as earthen trapezoidal channel armored with riprap. Downstream of the armored section, the damaged reach is an earthen channel with the exception of hard structures where stormwater outfalls are located. The downstream terminus of the damaged reach, at the East garden Grove-Wintersburg Channel confluence, is a rectangular concrete channel. The existing channel has a top width of 53 feet, a bottom width of approximately 14 feet, and a height which varies between 15 and 16.5 feet. Location of this work is the City of Huntington Beach, Orange County, CA The estimated range of this project is $1,000,000 - $5,000,000. Estimated duration of the project: 180 Days. Minimum capabilities of the contractor shall have proven successful experience constructing reinforced concrete channels. Minimum equipment required includes earthmoving equipment for site preparation and applicable concrete forming equipment. 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 U.S. 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 13 November 2017. The submission should address all questions in the sources sought questionnaire above 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-S-0004/listing.html)
 
Place of Performance
Address: Huntington Beach, Orange County, CA, Huntington Beach, California, 92615, United States
Zip Code: 92615
 
Record
SN04711744-W 20171014/171012230836-96a28b020a5c3017fcaacfa0967257eb (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.