Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 29, 2022 SAM #7608
SOURCES SOUGHT

Y -- Folsom Dam Raising Dikes 1 - 6

Notice Date
9/27/2022 6:29:30 AM
 
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
W9123823S0004
 
Response Due
10/5/2022 2:00:00 PM
 
Point of Contact
Nadine Catania
 
E-Mail Address
nadine.l.catania@usace.army.mil
(nadine.l.catania@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. 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 is required to set the acquisition aside 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 a Folsom Dam Raise project for raising Dikes 1 - 6.� Other than small business are encouraged to express interest and submit capability statements as well. �� 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 November 2022. The Government intends to award a firm-fixed price award with an anticipated completion date of approximately 730 days from issuance of Notice to Proceed. In accordance with DFARS 236.204(ii) the estimated magnitude of construction is expected to be between $25,000,000 and $100,000,000. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction). The size standard is $39.5Million. �Product Service Code is Y1LC (Construction of Tunnels and Subsurface Structures). GENERAL SCOPE: The Folsom Dam Raise Project is a Flood Risk Management project at Folsom Lake, California which will provide system-wide flood damage reduction benefits when combined with the Common Features Project efforts within the Sacramento Valley. Work consists of raising Dikes 1, 4, 5 and 6, 3.5 feet by constructing a floodwall structure along a combined 6,841 feet of crest. A new embankment dike, Dike 3 with a crest length of 1614 feet, will be constructed 80 feet upstream of the existing dike. Dike 2, with a crest length of 1765 feet, will be a 3.5 feet toe-to-crest raise. Riprap will be placed on the upstream side of all the dikes. The Government is particularly interested in embankment excavation, open trench excavation; compaction with material processing, transport, and temporary storage; structural concrete work using cast-in-place or slip-form methods; and relocation of utility and security features. 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 capability statement 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. PLA Survey: A PLA is a pre-hire collective bargaining agreement with labor organization(s) that establishes the terms and conditions of employment for a specific construction project. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of PLAs for large-scale construction projects if it will be consistent with law, achieve economy and efficiency in Federal procurement, produce labor-management stability, and ensure compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters. Please answer the following questions regarding PLAs, relative to the anticipated requirement:� - Have PLAs been used on similar projects undertaken by Federal, State, municipal, or private entities in the geographic area where work will be performed? If so, please provide contract number(s) and points of contact.� - ?Do you think requirement of a PLA will promote the agency�s long-term program interests (as described above)? If so, how? If not, why not?� - Has there been / is it anticipated there will be a shortage of skilled labor in the labor categories and/or geographic location of the anticipated project? If so, please describe the trade(s) affected and describe how/what you know of the shortage.� - Will multiple construction Contractors and/or Subcontractors employing workers in multiple crafts or trades be required to complete the anticipated work? - Is it difficult to recruit or retain a skilled workforce in the anticipated work location?� - Do you think completion of the project will require an extended period of time? - Do you anticipate any unique, compelling, time-sensitive issues, or other schedule requirements to complete the anticipated work (aside from those already noted) or that would affect the rate at which the anticipated project could be completed? If so, please elaborate and provide supporting documentation where possible. - Are you aware of any other large-scale projects being completed in the area during the anticipated period of performance? - ?Do you think requiring a PLA will increase contract costs or contribute to cost savings? Why or why not? How?� - How do open shop and union wage rates influence prevailing wage rates in the local market area? How does unionization in the local market impact wages?� Please provide supporting documentation. - ?Do you think requiring a PLA will increase contract risk? Why or why not? How?� - If you have previously been party to a PLA, approximately how long did it take to negotiate the terms of the PLA? Did PLA negotiation delay construction start? If so, by how long?� - Any other information you think should be considered regarding the use of PLAs for the anticipated project.� Please notify this office in writing via email by 2:00pm PDT on October 5, 2022. Submit response and information through email to: Nadine.L.Catania@usace.army.mil. Please include the Sources Sought No. W9123823S0004 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4dc22bebc6846c98d96d6a040acb9bd/view)
 
Place of Performance
Address: Folsom, CA 95630, USA
Zip Code: 95630
Country: USA
 
Record
SN06480521-F 20220929/220927230124 (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.