Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2022 SAM #7548
SOURCES SOUGHT

C -- LA River Restoration - Reach 1 Phase A

Notice Date
7/29/2022 12:07:49 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST LOS ANGELES LOS ANGELES CA 90017-3409 USA
 
ZIP Code
90017-3409
 
Solicitation Number
W912PL22S0005
 
Response Due
8/29/2022 2:00:00 PM
 
Point of Contact
Michael G. Robinson, Phone: 2134523311, Suntok McGuinness
 
E-Mail Address
michael.g.robinson@usace.army.mil, suntok.mcguinness@usace.army.mil
(michael.g.robinson@usace.army.mil, suntok.mcguinness@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS W912PL22S0005 For the Restoration for a Portion of the Los Angeles River 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 of a Design-Build construction contract to restore a portion of the Los Angeles River Eco System.� This restoration will involve multiple sections of the LA River.� This solicitation is only dealing with one part, referred to as Reach 1, Phase A.� Reach 1, Phase A restoration of the Los Angeles river is located on the North side of the river approximately between Buena Vista St (western boundary) and S. Beachwood Dr.(eastern boundary). The proposed project will be a competitive, firm-fixed price, design-build contract to be procured in accordance with FAR (Federal Acquisition Regulation) 36.3 (Two-Phase Design-Build Selection Procedures) and FAR 15 (Contracting By Negotiation), using the Tradeoff 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 (large and small businesses), 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 restoration of Reach 1, Phase A of the Los Angeles River Eco System Restoration Project.� Restoration activities will include, but no be limited to: 1. Habitat restoration through planting of riparian community 2. Irrigation for Establishment of new plantings and drought management plan 3. Fine grading, swales and other localized water harvesting/infiltrating features to support the new riparian community 4. Habitat and wildlife connectivity under SR-134 (contractor will not need modify existing underpass structure, but only provide supplemental aesthetic features to enhance wildlife access). These features will not increase existing flood risk management level of this channel.� There will be no in-channel or bank modification within this Reach.� Some modification to local drainage may be required to divert and capture flows for the plant community.� Modifications may include minor riffles, swales, and shallow areas to direct drainage.� Local drainage will be routed to the river channel during storm events through existing or modified connections. USACE will provide the 30% Plans and Specifications as part of the Request for Proposal (RFP), for the Design Build contract to include but not limited to: USACE Engineering Regulation ER 1180-1-9 Design Build Contracting Requirements. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $5,000,000 and $10,000,000. Estimated duration of the project is 730 calendar days. Minimum requirements include the following: Past performance demonstrating success at phased and/or sequenced construction and renovation work, similar to the work described above; and capabilities statement that shows your firm�s capabilities, qualifications so the government can better determine if there are qualified and experienced sources capable of performing this project.� The North American Industry Classification System code for this procurement is, 237990 Other Heavy and Civil Engineering Construction, which has a small business size standard of $ 36.5 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. All 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 December of 2022 and the estimated proposal due date will be on or about January or February of 2023. The official synopsis citing the solicitation number will be issued on Government Site, System for Award Management, SAM.GOV.� The government invites 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: 1. Firm�s name, address, point of contact, phone number, and e-mail address. 2. Firm�s interest in submitting a proposal on the solicitation when it is issued. 3. Description of the firm and their capabilities.� Information should include but not limited to specialized experience, company brochures which demonstrate your firms ability to complete the Restoration of the Los Angeles River Eco System. 4. Firm�s capability to perform a contract of this magnitude and complexity. Provide at least two (2) but no more than three (3) projects completed/being completed. �Projects must be between $5,000,000.00 - $10,000,000, or greater. 5. Firm�s Business Size � LB, SB, 8(a), HUB Zone, SDVOSB, or EDWOSB or WOSB. 6. Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information, as appropriate. 7. Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company.� Firms must be able to bond a single project up to $10,000,000.00. Interested Firms shall respond to this Sources Sought Synopsis no later than 2:00 pm, 29 August 2022.� All interested firms must be registered in SAM to be eligible for award of Government contracts. Response by email are preferred, and please send to Michael G. Robinson, Contract Specialist. Michael.g.robinson@usace.army.mil.�� Telephonic responses WILL NOT be honored.� This is not a Request for Proposals, only a Request for Information.� No award will result from this Sources Sought Notice.�� This notice does not constitute any commitment by the Government.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ebc58c53a2cd4e868bd16b744108a877/view)
 
Place of Performance
Address: Los Angeles, CA 90027, USA
Zip Code: 90027
Country: USA
 
Record
SN06408084-F 20220731/220729230120 (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.