SOURCES SOUGHT
Y -- Y--DEVA 335272 Repair Titus Canyon Road
- Notice Date
- 5/2/2024 3:21:41 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- DSC CONTRACTING SERVICES DIVISION DENVER CO 80225 USA
- ZIP Code
- 80225
- Solicitation Number
- 140P2024R0133
- Response Due
- 5/8/2024 11:00:00 AM
- Archive Date
- 05/23/2024
- Point of Contact
- Dyer, Rachel, Phone: 0000000000
- E-Mail Address
-
rachel_dyer@nps.gov
(rachel_dyer@nps.gov)
- Description
- This is a Sources Sought Notice (SSN) for the purpose of conducting market research. Proposals are NOT being requested, nor accepted at this time. Responses are being requested from both large and small businesses. Purpose: The purpose of this notice is to gain knowledge regarding the type of interested businesses and their qualifications. The National Park Service (NPS) will use information obtained through this notice to develop an acquisition strategy. The Government anticipates conducting a competitive acquisition for this requirement. The amount of interest or lack thereof will determine the possibility of a small business or other socio-economical small business set-aside for the solicitation. Analysis of the quality of responses to this source sought announcement will be considered in the market research being conducted, and in the making of any small business set-aside determination for this requirement. Additional Information: No proposal package, solicitation, specification or drawings are available with this notice. Cost Reimbursement: Response to this announcement is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow-up information requests. North American Industry Classification System (NAICS) code: 237990 � Other Heavy and Civil Engineering Construction Small Business Size Standard: $45.0 Million Solicitation: The NPS anticipates issuing a request for proposals in the fall of 2024. Bonding: The NPS anticipates bid, performance and payment bonds will be required Project Description: Project Conditions: The project is located at Death Valley National Park, California and Nevada. The construction magnitude is between $1,000,000.00 - $5,000,000.00. The surrounding area is rural with limited staging located at various turnouts along the project roadway. The roadway is closed to the public due to storm damage. Delivery of materials is anticipated to be complicated by rough roadway conditions. The construction site is 85 miles from nearest suppliers, and 10 miles from the nearest lodging facilities. Park roads leading to the start of the project will remain open during construction, thus contract activities and logistics must be structured and scheduled to minimize visitor impact. The site requires protective measures to ensure the surrounding area remains undisturbed. The roadway is a historic cultural resource. The anticipated period of performance of 200 calendar days including any potential weather shutdown. There are seasonal/other shutdowns mandated through the construction season due to high temperatures in summer. Winter construction may be required. Project Scope: Titus Canyon is the most popular back-country road in Death Valley National Park. This project will make repairs to the eastern 13.5 miles of Titus Canyon Road between the east boundary gate and the head of the canyon just west of the Leadfield town site. The 97-year-old, 24.7-mile route, of which the easternmost 22 miles were classified as a route suitable only for high clearance/4x4 vehicles, was heavily damaged in both the August 2022 and 2023 storm events. Due to the severe damage, the road currently is impassable for all vehicles larger than a bicycle at multiple locations. Those two storm events produced rainfall that far exceeded previous historic storm events. The most common form of damage was erosional gully cutting from storm runoff running down long lengths of the roadway due to the extremely high flows and inadequate numbers of runoff diversion structures, or diversions that were no longer maintained and thus allowed runoff to concentrate on the roadway. There also were multiple road crossings of wash channels where the high flood flows jumped the wash channels and ran down and cut gullies in long lengths of the roadway. Additionally, the heavy rains destabilized many of the steep slopes above the roadway and generated significant rockfall onto the roadway. On multiple steep sidehill roadway segments, especially in the vicinity of Red Pass, the poorly compacted outboard edge of the roadway was also destabilized by the heavy rains and runoff. In several of these areas the remaining roadway width has been reduced to an unsafe dimension (even for 4x4 vehicles) of 10-feet or less. On the westernmost 8-miles of the road between Leadfield and the canyon mouth where the road was located on the floor of Titus Canyon, the road was totally obliterated by the flood flows and deep deposition of alluvial sand, gravel, and boulders. Program Elements (include but are not limited to): � Frequent drain dips (similar to trail water bars) and drainage relief channels will be installed to divert storm water off the road before severe gullying can occur. � Wash crossings will be structured so stream flows cross the roadway and do not flow down the road. � Both drain dips and wash crossings would be armored with riprap rock to minimize erosional down cutting. � In a few locations where there is sufficient depth under the road and not a significant bedload of sediment in the channel, new culverts may be installed to carry flows under the roadway surface. � On multiple road segments on either side of Red Pass where the road width has been reduced to less than 10-feet by erosion and subsidence, the road will be realigned 1- to 2-feet horizontally into the inboard cut slope so that more of the road is founded on solid soil or bedrock. This inboard cut will also serve as a source of rock riprap for armoring of drain dips and wash crossings and reduce the need to import riprap rock. Submittal Contents: Interested (small and large) businesses should submit the following information: (1) Company name, DUNS number, address, point of contact, telephone number, and email address. (2) Business type: Classification as a Large or Small Business under the above listed NAICS, Small Business Administration (SBA) certified Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Businesses (VOSB), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), SBA certified Woman Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB). The size of a small business firm includes all parents, subsidiaries, affiliates, etc.�see 13 CFR 121.108.) Misrepresentation of size status can result in penalties. (3) Statement regarding your company�s bonding capacity. Letters from bonding companies are not required at this time. (4) Information demonstrating experience and capability on projects of same or similar size, scope and magnitude, and constructed under similar conditions. (5) In addition businesses may submit existing marketing materials such as capability statements and brochures. Submittal Due Date/Time: Noon, Wednesday, May 8, 2024 via email Submit To: Contracting Officer, Rachel Dyer at Rachel_dyer@NPS.Gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2cba8577913b47f09f6cb42ac9d652c7/view)
- Record
- SN07052074-F 20240504/240502230053 (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 |