Inactive
Notice ID:W91238-19-B-0007
W91238-19-B-0007 Folsom Dam Raise Dike 8 Project This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business (SB) firms for a potential small business cate...
W91238-19-B-0007 Folsom Dam Raise Dike 8 Project This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability of small business (SB) firms for a potential small business category type set-aside. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the experience, skills, capabilities, and bonding necessary to perform the described project are invited to provide feedback via email to howard.gregory@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources to include small business in the following categories: Small Business, Certified 8(a), Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for raising Dike 8 of Folsom Dam in Folsom California by approximately 3.5 feet to Elevation 486.34 ft (NAVD 88) with installation of downstream filtered chimney/blanket drain and upstream riprap protection. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Other Than Small Business Procurement. Other than small businesses may respond to this NOTICE to indicate their interest in the project; however, preference will be given to the SB categories listed above. The government must ensure there is adequate competition among the potential pool of available contractors. This project is planned for advertising in July/August 2019. In accordance with FAR 36.204(g), the estimated value of the resulting contract is expected to be between $5,000,000 and $10,000,000. It is estimated to have a duration of 250 calendar days from the date of Notice to Proceed. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction, with a size standard of $36.5 million. Under Federal Acquisition Regulation (FAR) guidelines 52.219-14, any 8(a) concern will perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for specialty general construction. Under FAR 52.236-1, any other-than-small business concern shall perform on the site, and with its own organization, work equivalent to at least 20 percent of the total amount of work to be performed under the contract. PROJECT DESCRIPTION Folsom Raise - Dike 8 Project: The Energy and Water Development Appropriations Act of 2004, Congress authorized a plan to raise Folsom Dam. The Post Authorization Change Report for American River Watershed Project, dated March 2007, resulted in the recommendation of a 3-5 foot raise. Dike 8 is located along the southern rim of Folsom Lake about 550 feet north of the intersection of East Natoma Street and Folsom Point entry road in Folsom, California. The dike was constructed in 1954 with a 16-foot wide crown and 2.25H:1V downstream slope. Waste fill was placed on the upstream slope from the existing crown down to about 150 feet at a slope of approximately 13H:1V. At the maximum section, Dike 8 is approximately 20 feet tall. The dike is approximately 700 to 800 feet in length. The 3.5 foot raised will consist of earth fill from toe-to-crest on the downstream slope. The raised crest width will be approximately 25 feet. Along the existing downstream slope and toe of the dike, a chimney drain and key trench excavation that extends a minimum of 4 feet below the existing ground surface to remove surficial soils and weathered rock (amphibolite schist). Materials for drain rock, filter sand, and embankment fill will need to be imported during construction. Rock slope protection will be installed on the upstream slope. A stock pile of large sized granite (up to 6-8 feet) is available near Dike 8 for use, in addition to the option of importing the riprap materials. 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. Please provide your response to the following. The submission is limited to 10 pages. 1) Offeror's name, DUNS#, address, point of contact, phone number, and e-mail address. 2) Offeror's interest in proposing on the solicitation when it is issued. 3) Offeror's capability to perform contracts of this magnitude and complexity and comparable work performed within the past 10 years - Describe your 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. If responding as a joint venture, provide at least 3 examples performed by the Joint Venture. 4) Offeror's socioeconomic type and business size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 5) Offeror's Joint Venture information if applicable - existing and potential. 6) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement for this sources sought is not expected to be a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather short statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Please ensure that all information is submitted as one (1) document. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis 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. Offers that do not meet all requirements or submit within the allotted time may not be considered. Please notify this office in writing by email by 10:00 AM Pacific Time on Friday, 21 Dec 2018. Submit response and information through email to: howard.gregory@usace.army.mil. Please include the "Response to Sources Sought No. W91238-19-B-0007" in the subject line.