Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2023 SAM #7739
SOURCES SOUGHT

Z -- Los Angeles River Toe Access Roads Repair

Notice Date
2/2/2023 2:27:49 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
W912PL23S0003
 
Response Due
3/16/2023 2:00:00 PM
 
Point of Contact
Eric Ramos, Christina M. Chavez, Phone: 2134523246
 
E-Mail Address
eric.ramos@usace.army.mil, christina.chavez@usace.army.mil
(eric.ramos@usace.army.mil, christina.chavez@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers - Los Angeles District has been tasked to solicit for and award a construction contract for Los Angeles River Toe Access Roads Repair.� This is a Sources Sought Notice, a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation and no contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. Respondents will not be notified of the results of the market research evaluation. PROJECT SCOPE: ��This is a repair project to bring the LA River toe access road to the as built condition. The repair activities would include �diverting water away from the grouted stone toe, conducting surface preparations by grinding away a 6-8 inch layer of in-place concrete or grouted stone, roughing up the top layer to an adequate roughness coefficient, preparing the concrete mold, pouring the bonding agent, pouring concrete overlay to an average width of 17 feet and an average depth of about 9 inches, conducting adhesive testing, and providing tensile pull off testing of completed overlay.� The project will be approximately 9,000 linear feet of grouted stone toe access roads:� 1,700 LF from station 384+00 to 367+00 left side only; and 7,300 LF from station 314+00 to 242+00 left side only. CONTRACT TYPE:� Award will be made under FAR 14, Information for Bid (IFB) as a firm fixed price construction contract.� To make a Contractor Responsibility Determination, all prospective bidders in response to the solicitation for this project will submit a Preaward survey at time of bid submittal. �MINIMUM CAPABILITIES REQUIRED INCLUDE THE FOLLOWING: Work includes the grinding and removal of a concrete overlay within the Los Angeles river and requires complete understanding of concrete technical specifications including the use of grinding equipment and understanding of coarseness coefficients, concrete surface preparation, concrete mix designs for use in hydraulic infrastructures, aggregate usage, preparation and conducting slump testing, concrete bonding agents, tensile strength testing, understanding and use of water diversion equipment and placement, and dirt road preparation in addition to environmental sensitivities to the Migratory Bird Treaty Act and Section 106 of the National Historic Preservation Act of 1966.�� In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $5,000,000 and $10,000,000 The estimated duration of the project is 1,095 calendar days (3 years). The North American Industry Classification System code for this procurement is 237990 Other Heavy Civil and Engineering Construction � which has a small business size standard of $45 million. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that it will not pay more than 85 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor's 85 percent subcontract amount that cannot be exceeded. Any work that a similarly situated entity further subcontracts will count toward the Contractor�s 85 percent subcontract amount that it cannot exceed per Federal Acquisition Regulation (FAR) 52.219-14 Limitations on Subcontracting. 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), and Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Anticipated solicitation issuance is on or about 5 months from the date of this notice. The official synopsis citing the solicitation number will be issued on.SAM.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this notice 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. Past performance/experience on projects of similar magnitude and complexity describing no more than three (3) projects performed within the past five (5) years. Project examples must range from $4,000,000 to $10,000,000.� The past performance information should include: Project title Location General description of the construction to demonstrate relevance to the proposed project Offeror's role Dollar value of contract Performance timeliness Name of the company, agency, or government entity for which the work was performed with contact information (reference name, phone number, and email address). 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. Interested Firm's shall respond to this Sources Sought Synopsis no later than 30 days from posting the Sources Sought Notice by 2:00 PM PST. All interested firms must be registered in SAM.gov to be eligible for award of Government contracts.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0c9a320ffb1d4289b9b4d67c7d8e1d83/view)
 
Place of Performance
Address: Los Angeles, CA, USA
Country: USA
 
Record
SN06581433-F 20230204/230202230117 (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.