SOLICITATION NOTICE
Y -- USACE SPK DBB Construction - ARCF Natomas Reach E - Sutter County, CA
- Notice Date
- 12/20/2022 12:51:52 PM
- Notice Type
- Presolicitation
- 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
- W9123823B0011
- Response Due
- 1/3/2023 1:00:00 PM
- Point of Contact
- Matthew M. Webb, Phone: 9165577109
- E-Mail Address
-
matthew.m.webb@usace.army.mil
(matthew.m.webb@usace.army.mil)
- Description
- The below pre-solicitation notice is posted for subcontracting teaming opportunities only. Only prequalified prime contractors will be eligible to submit bids in response to a prospective Invitation For Bid per the prequalification procedures identified in Special Notice W9123822S1000 dated October 6, 2022, which will remain an active post on SAM.gov while the Prequalified Sources List (PSL) is still active and valid. In accordance with the solicitation process identified in Sources Sought Number W9123822S1000, the following is a notification to contractors on the Prequalified Sources List dated 14 May 2021 and revised 02 November 2022. The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates issuing an Invitation for Bids (IFB) with the intent of awarding a Firm-Fixed Price construction contract for design-bid-build construction services to construct a seepage cutoff wall adjacent to the landward side of the existing levee of the American River Common Features (ARCF), Natomas Basin Reach E Segment, located in Sutter County, California (CA). Project Description: The Natomas Basin Reach E segment is located along the southwest bank of the Pleasant Grove Creek Canal (PGCC). The PGCC is an artificial channel that trends generally south-southeast to north-northwest, collecting surface water draining from Pleasant Grove Creek and several other seasonal streams from the east. The surface water is directed north-northeast into the Natomas Cross Canal and eventually to the Sacramento River. Reach E currently extends 3.4 miles between Sankey Road north to Howsley Road. The typical levee cross section has a crown width of twenty (20) feet, an asphalt road used by local traffic, and landside and riverside slopes of 1 vertical to 3 horizontal (1V:3H). The levee height varies between five (5) and seventeen (17) feet along the reach. The requirement is anticipated to include construction of a seepage cutoff wall adjacent to the landward side of the existing levee, including soil bentonite (SB) open trench construction using native soil with bentonite and water. It is anticipated the project requirements will include construction of a landside patrol road along the entire length of Reach E, that includes access ramps at identified locations; excavation and replacement of five (5) culverts; excavation and replacement of five (5) existing metal gatewells; excavation and replacement of a manhole; removal and relocation of irrigation systems; borrow site excavation;�performance of Storm Water Pollution Prevention Plan (SWPPP) documents and implementation; and Best Management Practices (BMPs) installation. It is estimated that construction of the potential requirement can be completed within three (3) construction seasons, or approximately nine-hundred-thirty-six (936) calendar days. Construction season is from May 1 to 30 September. No levee construction activities including cutoff wall and levee work, construction benching, road repairs, or construction on the levee road, drainage ditch destruction or construction, or culvert pipe work, is allowed between October 1 and April 30. Agricultural road creation, well construction or destruction, and agricultural road construction, may occur year- round, but must be timed to provide continuity of services for the adjacent agricultural fields. Any tree trimming or removal must occur between November 1 and February 15. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the Government currently estimates the magnitude of construction for this project to be between $25,000,000 and $100,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39,500,000.00 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1PC, Construction of Unimproved Real Property (Land). The IFB is estimated to be issued in early January 2023 with bids due 30 calendar days later. The IFB will be issued to those prime contractors on the Prequalified Sources List who positively respond to this notice and expressly indicate and intent to bid. Note that expressing an intent to bid does not requires a contractor to submit a bid. The IFB will be issued on SAM.gov for the following reasons: (1) so that Prequalified contractors may access the solicitation and its attachments; and (2) to notify interested subcontractors of the prospective opportunity. As a prime contractor, you can review the post at FBO.gov to identify subcontractor teaming opportunities. The site visit date, time and location will be identified in the solicitation. ALL prequalified sources must provide a positive or negative statement of interest in bidding on this project no later than 1:00pm (1300) Pacific Standard Time (PST) on Thursday, 29 December 2022. ALL prequalified small businesses that intend to bid must also provide bonding assurance using a bonding company on the Congressional List of Approved Sureties. Please submit your statement of interest; and for small businesses on the prequalified list, your bonding assurance to the following email addresses: matthew.m.webb@usace.army.mil. BE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE PRE-SOLICITATION, SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. The Government will notify prequalified contractors via email of any changes to this notice
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/399df4b4021d44bebdef8e600820f43b/view)
- Place of Performance
- Address: Pleasant Grove, CA 95668, USA
- Zip Code: 95668
- Country: USA
- Zip Code: 95668
- Record
- SN06548322-F 20221222/221220230118 (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 |