Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

Y -- Road relocation of an existing road, located at Success Dam/Reservoir (now Schafer Dam)

Notice Date
12/10/2019 11:14:33 AM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W91238-20-S-2243
 
Response Due
12/26/2019 3:00:00 PM
 
Archive Date
01/10/2020
 
Point of Contact
SFC John Wysocki, Gregory L. Treible
 
E-Mail Address
John.Wysocki@usace.army.mil, Greg.L.Treible@usace.army.mil
(John.Wysocki@usace.army.mil, Greg.L.Treible@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This Sources Sought Notice is for Market Research ONLY, to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation. Requests for any of this information will go unanswered. If the conditions at FAR 19.502(b)(2) are met the contracting officer shall set aside the acquisition for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform:Road relocation of an existing road, located at Success Dam/Reservoir (now Schafer Dam). Contractors’ capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The Government must ensure there is adequate competition among the potential pool of available contractors.The Government estimates issuing a solicitation in February of 2020.The Government intends to award a Firm-Fixed Price contract with an estimated 12-month period of performance from issuance of the Notice to Proceed (NTP). In accordance with DFARS 236.204(i), the estimated magnitude of construction is expected to be between $10M - $25M.The NAICS Code is 237310 (Highway, Street and Bridge Construction), the size standard is $39.5M, and the Federal Supply Code is Y1LB (Construction of Highways, Roads, Streets, Bridges, and Railways).GENERAL SCOPE:This requirement is for the relocation of an existing road located at Success Dam/Reservoir (now Schafer Dam). This road is used for public access to the Rock Hill Recreation site, when the reservoir is not at full capacity. The road is currently in the middle of the Tule River Spillway. The new road will be along the right abutment cut above the new gross pool. This project will include: the right abutment spillway cut, road relocation and temporary stockpiles of materials. CAPABILITY STATEMENTThe following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime’s 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.3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns).4) Offeror's Bonding Capability in the form of a letter from Surety.The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach. This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.Please notify this office in writing via email by 3:00 PM Pacific Time, 26 December, 2019. Submit response and information through email to: john.wysocki@usace.army.mil Please include the Sources Sought No. W9123820S2243 in the subject line.Note that responses submitted after the date above may not be considered when the Government is determining its acquisition strategy to fulfill the requirement described herein.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1d158a87c5e4f8380d5e7640598f89a/view)
 
Place of Performance
Address: 58240, CA 93257-9632, USA
Zip Code: 93257-9632
Country: USA
 
Record
SN05513482-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.