Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 31, 2022 SAM #7426
SOURCES SOUGHT

Y -- USACE SPK DBB Construction - Phase 2B Pump Station - Hamilton City, CA

Notice Date
3/29/2022 1:37:24 PM
 
Notice Type
Sources Sought
 
NAICS
237110 — Water and Sewer Line and Related Structures Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SACRAMENT SACRAMENTO CA 95814-2922 USA
 
ZIP Code
95814-2922
 
Solicitation Number
W9123822S0029
 
Response Due
4/28/2022 7:00:00 AM
 
Point of Contact
Britanie Butler
 
E-Mail Address
britanie.v.butler@usace.army.mil
(britanie.v.butler@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE Project Description: Hamilton City 2B Pump Station� Anticipated Posting Date: 28 March 2022� Sources Sought Number: W9123822S0029 SAM Posting Title: USACE SPK DBB Construction - Phase 2B Pump Station - Hamilton City, CA� SAM Posting Description:� This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation and/or solicitation status will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources.� GENERAL SCOPE : The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement for design-bid-build construction services to build a 15,000 gallon per minute (GPM) pump station in Hamilton City, California. The project is located at latitude 39.7435�N and longitude 121.9945�W, approximately 300 lineal feet landside from the levee toe. The project is anticipated to include a new above ground drainage pump station (platform with a vertical 30-inch pump column and electrical box) supported by deep foundations elements; pedestrian walkway, connected to the pump station, supported by shallow foundations at the ramp landing location; and, a horizontal 30-inch welded steel pipe (connected to the pump column) which will be supported by two deep foundation elements prior to being constructed underground (via open trench construction) about 50 feet north of the pump column. The horizontal 30-inch steel pipe will connect to an existing 30-inch polyethylene pipe. The project is anticipated to include stripping existing vegetation to construct the pump station on the end of the drainage ditch. The project is also anticipated to require morning safety meetings, weekly status and progress meetings, and compliance with the E-Verify program employment eligibility requirements (http://www.uscis.gov/e-verify). The Government estimates all construction activities can be completed within 300 calendar days of contract Notice to Proceed, or approximately September 2023. The project does not require any work to be done on the levee, allowing construction during flood season. The potential requirement may result in a solicitation issued approximately mid-June to mid-July �2022. Please do not request status of the solicitation; all information relative to this potential requirement will be posted publicly to SAM.gov. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price �contract by approximately mid-August to mid-September 2022. � In accordance with �Federal Acquisition Regulation (FAR) 36.204(e), the Government currently estimates the magnitude of construction for this project to be between $500,000 and $1,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be �237110, Water and Sewer Line and Related Structures Construction . The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 million annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1NE, Construction of Water Supply Facilities. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) �of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT: Responses must be limited to ten (10) 8.5 x 11 pages with a minimum font size of point 10. Please provide the following information:� 1) Company name, Employer Identification Number (EIN; previously DUNS #), address, point of contact, phone number, and e-mail address. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.).� 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above.� Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received.� Please provide responses and/or questions by e-mail to the Contract Specialist, Britanie Butler, at (britanie.v.butler@usace.army.mil) by 0800 / 8:00 a.m. (MST) Thursday, 28 April 2022.� Please include the Sources Sought Notice number, �W9123822S0029� in the subject line. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0cc320fb0474e408429811046a7238a/view)
 
Place of Performance
Address: Hamilton City, CA, USA
Country: USA
 
Record
SN06283155-F 20220331/220329230106 (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.