Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2021 SAM #6994
SOURCES SOUGHT

99 -- WHITTIER NARROWS UTILITY RELOCATION

Notice Date
1/20/2021 3:30:06 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21S0008
 
Response Due
2/15/2021 4:00:00 PM
 
Archive Date
03/15/2021
 
Point of Contact
Wendell L. Mendoza, Phone: 2134523308, Suntok McGuinness
 
E-Mail Address
Wendell.L.Mendoza@usace.army.mil, suntok.mcguinness@usace.army.mil
(Wendell.L.Mendoza@usace.army.mil, suntok.mcguinness@usace.army.mil)
 
Description
� SOURCES SOUGHT NOTICE: Whittier Narrows Dam Safety Project: Utility Relocations W912PL21S0008 � This is a SOURCES SOUGHT announcement for market survey information only, it will be used by this agency for preliminary planning purposes.� No contract will be awarded from this notice.� No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. (Respondents will not be notified of the results of the evaluation). The purpose of this Sources Sought Notice is to gain knowledge of the experience and qualification of the various members of the construction industry, including Large Business concerns, Small Business concerns, Hubzone, 8(a), Women-owned, Economically Disadvantage Women-owned, and Service Disabled Veteran owned firms. The Government strives to ensure that there is adequate competition among the potential pool of available contractors. The type of set-aside decision will depend upon the public�s response to this notice. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) code 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $36,500,000.00. In accordance with FAR 36.204, the estimated construction price range for this project is between $5,000,000.00 and $10,000,000.00.� The estimated total contract performance period is 450 calendar days. Location of the work is South El Monte, CA. The general work for the project consists of temporary relocations of two utilities near the western embankment of the San Gabriel River and three utilities near the eastern embankment of the San Gabriel River. �The utilities are water and wastewater.� In addition, a filter diaphragm will be placed along the toe of the dam to protect against seepage underneath the foundation, and there will be some structural modification of both utility galleries. Approximate quantities include 7000 cubic yards of excavation and approximately 1500 linear feet of temporary bypass for the utilities.� Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this notice must respond to the following questions.� Responses shall be limited to 8 pages. 1. Offerors� name, address, points of contact with telephone numbers and e-mail addresses.� 2.� Business size/classification to include any designations as Small Business, Hubzone, Service Disabled Veteran Owned, or 8(a) and NAICS code designations shall be indicated on first page of submission.� 3.� Bonding capability (construction bonding level per single contract and aggregate construction bonding level, both expressed in dollars; along with current available bonding capacity). 4. Description of capability to perform the proposed project, with emphasis on Utility Relocations.� �Specifically, prior construction experience with both wastewater and water relocations, meeting design requirements for multiple (at least three) utility owners, and construction of seepage control features for dams.� �Ability to prepare and comply with various environmental and construction permits (including California), and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects that are complete or at least 50% construction complete and that ran concurrently within the past six years.� The past performance information should include project title, location, general description to demonstrate relevance to the proposed project, the Offerors� role, dollar value of contract, and name of the company, agency or Government entity for which the work was performed with contact information (reference name, phone number and e-mail address).� Projects examples MUST range from $5,000,000 to $10,000,000. 6. 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. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to Wendell.L.Mendoza@usace.army.mil no later than 4:00 PST, Friday, February 15th, 2021. 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 Mr. Wendell Mendoza, Contract Specialist at Wendell.L.Mendoza@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. Point of Contact(s): �Mr. Wendell.L.Mendoza@usace.army.mil, Phone: 213-452-3308 or Ms. Suntok.Mcguinness@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/63074afb52534fe6b36bdca84c0db298/view)
 
Place of Performance
Address: South El Monte, CA 91733, USA
Zip Code: 91733
Country: USA
 
Record
SN05896156-F 20210122/210120230107 (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.