Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

Z -- Dike 7 Improvements

Notice Date
4/1/2020 1:51:32 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123820S0021
 
Response Due
5/1/2020 10:00:00 AM
 
Archive Date
05/16/2020
 
Point of Contact
Steven Penland, Phone: (916) 557-7716, DeAnna Mannel, Phone: (916) 557-6690
 
E-Mail Address
Steven.D.Penland@usace.army.mil, DeAnna.L.Mannel@usace.army.mil
(Steven.D.Penland@usace.army.mil, DeAnna.L.Mannel@usace.army.mil)
 
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 19.502-2(b) 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 repairs to Dike 7 along Folsom 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 are encouraged to 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. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors. The Government estimates issuing a solicitation in mid-July of 2020. The Government intends to award a firm fixed price contract with an estimated period of performance of 260 days. In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5,000,000 and $10,000,000. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction). The size standard is 39.5M. �Product Service Code is Z1KA (Maintenance of Dams). GENERAL SCOPE: Dike 7 is an earthen embankment that is part of a larger system of dikes and dams that form Folsom Dam and Appurtenant Facilities (Folsom Dam). Dike 7 is an earthen embankment near the southern end of Folsom Lake that spans a saddle in the reservoir rim. The existing embankment crest will be raised 3.5 feet as part of system wide improvements to the dams and dikes of Folsom Dam with the primary purpose to provide flood risk reduction along the American River downstream of Folsom. The selected modifications included placing embankment fill on the crest and downstream slope as well as including upstream riprap for wave-wash erosion protection and downstream internal erosion protection elements (filters and drains). CAPABILITY STATEMENT The 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 10:00 AM PST, Friday, May 1, 2020. Submit response and information through email to: Steven.D.Penland@usace.army.mil. Please include the Sources Sought No. W9123820S0021 in the subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f3f2d4ada9ce4ba5b55c170799b7b9a0/view)
 
Place of Performance
Address: Folsom, CA 95630, USA
Zip Code: 95630
Country: USA
 
Record
SN05607753-F 20200403/200401230148 (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  © 1994-2020, Loren Data Corp.