Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOURCES SOUGHT

Y -- Marysville Ring Levee (MRL) Phase 2A South Project - MRL Drawings

Notice Date
12/6/2017
 
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, Sacramento, 1325 J. Street, Sacramento, California, 95814, United States
 
ZIP Code
95814
 
Solicitation Number
W91238-18-S-0247
 
Point of Contact
LaVaughn T. Williams, Phone: 9165576609, MARY H. CHONG, Phone: 9165576886
 
E-Mail Address
lavaughn.t.williams@usace.army.mil, mary.chong@usace.army.mil
(lavaughn.t.williams@usace.army.mil, mary.chong@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings for MRL Project. This is a SOURCES SOUGHT SYNOPSIS (for Market Research purposes 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 synopsis. NO SOLICITATION OR SPECIFICATIONS ARE AVAILABLE AT THIS TIME; therefore, any requests for a copy of a solicitation or specifications will go unanswered. Firms having the skill, experience / capabilities and bonding capacity necessary to perform the described project are invited to provide feedback via email to Mr. LaVaughn T. Williams at LaVaughn.T.Williams@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 businesses in the following categories: Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) and Woman Owned, for a prospective Build Marysville Ring Levee Phase 2A South Contract in Marysville, CA. The capabilities will be evaluated solely for the market research purpose of determining whether or not to pursue a Set-Aside for the Small Business (SB) Community or an Other Than Small Business Procurement. Other than small businesses may respond to this notice, however, preference will be given to the Small Business categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This Government estimates issuing a RFP in the summer of 2018. The estimated magnitude according to Defense Federal Acquisition Regulations 36.204(g) is more than $10,000,000. The NAICS is 237990 - Other Heavy and Civil Engineering Construction, the size standard is $36.5 million, and the Federal Service Code is Y1PZ, Construction of Other Non-Building Facilities. The duration of this project is 378 calendar days and construction is expected to start April 15, 2019 to be completed by October 30, 2019. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) 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 20 percent of the total amount of work to be performed under the contract. SCOPE OF WORK AND PROJECT DESCRIPTION The Marysville Ring Levee (MRL) Phase 2A South project is located in Yuba County CA, on the left bank of the Feather River, in the city of Marysville. The project consists of partially degrading a section of the waterside embankment, constructing a cutoff wall within the levee embankment degrade (near the temporary excavated slope), and reconstructing the degraded embankment with an impervious slope blanket. The contractor must finish this work within one construction season (15 Apr 19 to 30 Oct 19). The cutoff wall will be constructed at the water side toe, adjacent to an active railroad on a landside berm. Approximately 1/3 of the waterside levee embankment will be excavated (approx. 60,000 cubic yards) to provide a platform for construction of the wall. The levee embankment will be reconstruction using general fill (approx. 26,000 cy) and impervious fill (approx. 16,000 cy) from the excavation and imported impervious fill (approx. 20,000 cy). The cutoff wall must be soil-cement-bentonite (SCB) constructed using in-situ soil mixing methods classified as either: Wet Rotary Shaft (WRS), Wet Rotary End (WRE), Wet Rotary and Jet End (WJE), or Wet Vertical Panel (WVP); as described in the Federal Highway Administration Design Manual: Deep Mixing For Embankment and Foundation Support. Methods that do not use mechanical soil cutting or mixing are NOT acceptable. The cutoff wall minimum width is 2 feet and the cutoff wall length is approximately 2,622 feet. The cutoff wall will require a demonstration section to be constructed and approved before construction of the production wall can begin. The cutoff wall depth will vary up to 90 feet and the construction equipment must be capable of constructing the cutoff wall 20 feet deeper than the maximum depth shown on the drawings. The total square footage of the cutoff wall is approximately 195,180 ft2. The in-situ soil mixing must produce an incompressible, relatively low-strength, low-permeability, continuous seepage cutoff wall with an appropriate overlap between elements and/or headings to ensure continuity to full depth. The cutoff wall must consist of either a series of overlapping SCB elements formed underground, through and beneath the levee, or by a full-depth horizontal advancement. The permeability must be less than 5 x 10^-7 centimeters per second (cm/sec) with the strength of the cutoff wall between 50 and 300 pounds per square inch (psi). The total amount of excavation for the levee embankment degrade is approximately 56,900 cubic yards (CY) which will be reused to the fullest extent possible. From the initial excavation amount, 27,700 CY will be used as general levee fill and 16,900 CY will be used as impervious fill (12,300 CY will be wasted) and an additional 22,560 CY of impervious fill will be imported. The embankment will be reconstructed with general levee fill and an impervious waterside slope blanket with an 8 feet horizontal thickness and 3(horizontal):1(vertical) finished slope. Erosion control measures must be provided in disturbed areas. Qualifying experience in in-situ soil mixed cutoff wall construction projects is required within the last 10 years from this solicitation (year issued). Multiple headings on one contract are considered as one construction project and project experience claimed must have been performed by the entity that will perform the work of this solicitation. An individual's experience from former companies does not qualify as project experience for the Contractor. The qualifying experience must consist of successful completion of a MINIMUM two soil-cement or soil-cement-bentonite cutoff wall projects using an in-situ soil mixing method as described above. The cutoff wall projects must have a minimum depth of 70 feet and a minimum area of 100,000 ft2, with a minimum width of 24 inches. The cutoff wall properties must have a maximum permeability of 1 x 10-6 cm/sec. The Soil Mixing Equipment Operator(s) must have experience in using similar equipment to be used for this solicitation in a minimum of two successfully completed projects and a minimum of five years of experience similar to the projects described in paragraph Contractor above. The projects listed in the resume must be similar to this solicitation including, but not limited: comparable scope, complexity and physical size completed. The Soil-Mixed Cutoff Wall Specialist(s) must be experienced in providing supervision of mix design and field control composition and mixing of the soil-cement or soil-cement bentonite using in situ soil mixing equipment. The projects listed in the resume must include a minimum of two successfully completed projects and a minimum of five years of experience on projects similar in scope, project type, physical size and complexity to this solicitation and meeting the project criteria in paragraph Contractor above. The experience must include but not limited to: (1) controlling composition, mixing, placing, sampling, testing and maintaining bentonite/cement slurry; (2) supervision of alignment, verticality, and depth of soil mixing equipment; (3) controlling blending, mixing, sampling, and testing in-situ material; and (4) a thorough knowledge of soil mixing and cutoff wall construction equipment and material testing. - The contractor must finish within one construction season (15 Apr 19 to 30 Oct 19). - There are two active construction projects in the same vicinity and will need coordination on all construction schedules and overlaps. - Project is seeking specialized contractor that is experienced in performing deep soil cement bentonite seepage cutoff walls for a length of 2,600 feet and to depths of 91 feet 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, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in submitting an offer on the prospective solicitation if/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. 4) Offeror's type of small business and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), Woman Owned) 5) Offeror's Joint Venture information if applicable - existing and potential 6) Offeror's Bonding Capabilities in the form of a letter from a Surety OR a third-party Attorney in Fact on behalf of a Surety. All sureties shall be identified on the Department of Treasury List of Certified Companies. Any surety NOT identified on this list will not be considered; and therefore a prime contractor that submitted evidence of bonding capacity using a surety not identified on this list will not be considered. The Capabilities Statement for this sources sought is NOT to be submitted as an offer or bid for any future Request for Proposal or Invitation for Bid that may result from this synopsis, 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 be held financially liable 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. Submissions that are not timely and/or do not meet the requirements as contained herein will not be considered. All interested contractors should notify this office in writing by email or mail by 4:00 PM Pacific Standard Time on Monday 8 January 2018. Submit response and information: via EMAIL to: LaVaughn.T.Williams@usace.army.mil or via Mail to: La Vaughn Williams, CESPK CT-A, Room. 878, US Army Corps of Engineers, Sacramento District, 1325 J Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-18-S-0247/listing.html)
 
Place of Performance
Address: The Marysville Ring Levee (MRL) Phase 2A South project is located in Yuba County CA, on the left bank of the Feather River, in the city of Marysville., Marysville, California, 95901, United States
Zip Code: 95901
 
Record
SN04758839-W 20171208/171206231252-0341552bb54c6636ebb3c22dcadc436d (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  © 1994-2020, Loren Data Corp.