Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2021 SAM #6999
SOURCES SOUGHT

Y -- High Water Crossing Vamori Wash-Tohono O'odham Nation

Notice Date
1/25/2021 3:29:31 PM
 
Notice Type
Sources Sought
 
NAICS
237310 — Highway, Street, and Bridge Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-5000 USA
 
ZIP Code
90017-5000
 
Solicitation Number
W912PL21S0009
 
Response Due
2/24/2021 11:00:00 AM
 
Archive Date
03/11/2021
 
Point of Contact
Dominic M. Pebenito, Phone: 2134523243, Christina M. Chavez, Phone: 2134523246
 
E-Mail Address
Dominic.M.Pebenito@usace.army.mil, christina.chavez@usace.army.mil
(Dominic.M.Pebenito@usace.army.mil, christina.chavez@usace.army.mil)
 
Description
Sources Sought Synopsis for�High Water Crossing Vamori Wash at Tohono O'odham at Pima County, Arizona This is a SOURCES SOUGHT announcement; 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 U.S. Army Corps of Engineers � Los Angeles District has been tasked to solicit for and award a construction contract for a Highwater Crossing of the Vamori wash (1000 ft + approach roads) on the Tohono O�adham Nation.� Proposed project will be a competitive, firm-fixed price, design/bid/build, contract procured in accordance with FAR 15, Negotiated Procurement using �Trade Off� process.� The government intends to issue a solicitation; however, the results and analysis of the market research will finalize the determination of the set aside decision. The type of set-aside decision(s) to be issued will depend upon the responses to this notice. The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing the construction of a Highwater crossing at the Vamori Wash.� The crossing is approximately 1000 ft wide�and�will include approach roads to the crossing.� The work will be on the Tohono O�dham Nation, which is located southwest of Tucson, AZ.�The nearest place for personnel to sleep will be over a two hour drive from the site.� The contractor will have to be able to work in remote sites that are up to 20 miles from a paved road and be able to transport all material to the site. �The contractor will also have to perform work on a Native American reservation. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between�$10,000,000.00 - $25,000,000.00. Estimated duration of the project is three hundred sixty-five (365) calendar days. Minimum capabilities required include the following: The ability to construct engineered dirt roads in remote locations and minimum equipment required includes bladers, front end loaders, water trucks, concrete placement, working in a wash in Arizona and compactors.�� The contractor will also have to be able to coordinate with monitors from the Tohono O�odham Nation and Customs and Border Patrol, and be able to secure the equipment every night at predetermined locations and coordinate with the Tohono O�odham Police department.� The contractor will also have to follow very strict environmental guidelines. The North American Industry Classification System (NAICS)�code for this procurement is 237310 Highway, Street, and Bridge Construction, which has a small business size standard of $ 39.5 million.� Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. 8(a) firms are reminded they need to have a bonafide office in the area where the work is to be performed should the acquisition be set-aside for the 8(a) Small Business Program. Prior Government contract work is not required for submitting a response under this sources sought notice. Anticipated solicitation issuance date is on or about 5 May 2021, and the estimated proposal due date will be on or about 15 June 2021.� The official synopsis citing the solicitation number will be issued on https://beta.sam.gov/ and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, and e-mail address. Firm�s interest in bidding on the solicitation when it is issued. Firm�s capability to perform a contract of this magnitude and complexity provide at least 3 examples (Project examples must�be in the $5,000,000.00 to $20,000,000.00 range.) Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information, as appropriate. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Past projects on Native American Reservations.� Documentation of at least one project that is worth more than two million dollars.� Include the name of the project and the Native Reservation it was constructed on will have to be supplied.� A written description will also have to be provided on how local hiring practices will be complied with.� As an example, the need to clear personnel for working on the reservation with local government and the requirement to hire people from the reservation. Documentation that the Firm has personnel or can obtain personnel who have worked on a Native American Reservations.� The experience will have to deal with cultural sensitivities of the population of the reservation.� The documentation would be proof that the personnel are part of the company or a company that the offer has a contractual relationship with. Documentation of work performed in remote locations and over a dispersed area. Interested Firm�s shall respond to this Sources Sought Synopsis no later than 2:00 pm PDT�24 February 2021.� All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Please submit your response by email to Dominic.M.Pebenito@usace.army.mil�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f27aca4c2ad341b7a8b387874caabe9b/view)
 
Place of Performance
Address: Tucson, AZ 85746, USA
Zip Code: 85746
Country: USA
 
Record
SN05899405-F 20210127/210125230105 (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.