NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for market research. Therefore, please do not request such documentation as such requests will go unanswered.
If the conditions at FAR 19.502-2(b) are met the contracting officer shall set aside the acquisition 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, potential offerors having the interest, skill, capabilities, workload capacity and bonding necessary to complete the described requirement (either through self-performance and/or the managing of subcontractors) are invited to provide feedback via email to Mr. Gregory Treible at [email protected]. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition.
The purpose of this NOTICE is to obtain a snapshot of current market capabilities, industry interest and to gain knowledge of potential small business sources to include small businesses in the following categories: Certified HUB Zone, and Service-Disabled Veteran- Owned Small Business (SDVOSB) and Woman Owned, for a prospective Design-Bid-Build Reach B Levee Improvement Construction Project in Sacramento, CA. The capabilities will be evaluated solely for the market research purposes. Intent will be determining whether or not to pursue a Set-Aside for the Small Business (SB) Community or an Other Than Small Business Procurement and acquisition strategy.
Contractors' capabilities will be evaluated 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 business may respond to this NOTICE. In the event that the market does not indicate the conditions at FAR 19.502-2(b) are met, however, preference will be afforded to the small business categories as listed above.
This requirement is planned for advertising in July 2019.
In accordance with DFARS 236.204(ii), the estimated value of the resulting contract is expected to be between $25 million and $100 million. It is expected to be constructed over two construction seasons (April 2020 - November 2021).
The contract type is expected to be Firm-Fixed Price.
The NAICS Code is 237990 the size standard is $36.5 million, and the Federal Supply Code is Y1KZ, Construction of Other conservation and development facilities.
PROJECT DESCRIPTION
Reach B begins just south of the intersection of Garden Highway and Power Line Road (Approximate STA 650+50) and extends downstream to just south of Farm Road (Approximate STA 772+50).
Levee improvements recommended for Reach B include:
• A landside adjacent levee will be constructed to match existing top of levee (TOL) elevations in the first year of construction.
• Settlement is expected to occur during the initial construction period with additional settlement over the following year.
o Settlement that occurs after the first year of construction shall be reconciled during the second year of construction and repair of settlement of asphalt along the landside edge of Garden Highway will also be completed during this time.
• Seepage berms will also be constructed along Reach B.
• Pumping Plant 3 will undergo extensive modifications
o Four new pumps will be installed along with the associated electrical improvements. Each new pump will have its own separate outfall pipe.
o A new outfall for each of the four pipes will include a headwall, flap gates, siphon breaker, positive closure vault and piping.
o The sump will be improved to include reinforced concrete baffle walls to separate each pump station.
o Construction in this area will also include relief wells and lining of the existing canal in proximity to PP3.
• Construction of the new outfall pipes will require raising the Garden Highway from STA 675+17.44 to 678+50. Construction activities will involve temporary, partial and full shutdowns of Garden Highway.
CAPABILITY STATEMENT
The following requests are designed to apprise the US Army Corps of Engineers, Sacramento District, of any prospective construction contractors' project execution capabilities. All types of businesses, large and small, are encouraged to respond to this notice. Please provide your response to the following via email:
1. Prospective Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address.
2. Prospective Offeror's interest in bidding or proposing on the solicitation when it is issued.
3. Offeror's socioeconomic type and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.).
4. Offeror's Joint Venture information if applicable - existing and potential.
5. Offeror's Bonding Capability.
The Capabilities Statement submitted in response to this sources sought will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid. Moreover, it will not restrict the Government to an ultimate acquisition approach.
This notice is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HubZone, etc., or all Small Business firms or proceed with full and open competition as Other Than Small Business.
Interested contractors should notify this office by email by 2:00 PM Pacific Time on June 20, 2019. Submit response and information through email to: [email protected]. Please include the Sources Sought No. W9123819S2238 Reach B in the subject line.