MOTCO Roads Renovation: White Rd-West, White Rd-Center, and Johnson Rd
W91238-19-R-0035 -- MOTCO Roads Renovation: White Rd-West, White Rd-Center, and Johnson Rd This is a SOURCES SOUGHT NOTICE for Market Research ONLY, to determine the availability of small business fir... W91238-19-R-0035 -- MOTCO Roads Renovation: White Rd-West, White Rd-Center, and Johnson Rd This is a SOURCES SOUGHT NOTICE for Market Research ONLY, to determine the availability of small business firms for a potential small business category type set-aside. Pursuant to FAR 19.502-1(a)(2) and FAR 19.502(b)(2), if two or more responsible small business concerns exist, and the government has a reasonable expectation of competition and that an award will be made at fair market prices, the contracting officer shall set aside the acquisition. 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; or for construction by special trade contractors, the concern will self-perform at least 25% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide feedback via email. NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, do NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. Kenley Lott at Kenley.O.Lott@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 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for MOTCO Roads Renovation: White Rd-West, White Rd-Center, and Johnson Rd - See Project Description below. 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 at or around May 2019. In accordance with DFARS 236.204, the estimated magnitude of the resulting contract is expected to be between $10M - $25M. It is estimated to have a performance period of 730 days +/-. The resulting contract type is expected to be a Firm-Fixed Price. The NAICS Code is 237990 - Other Heavy and Civil Engineering Construction, the Size Standard is $36.5 million. PROJECT DESCRIPTION MOTCO Roads Renovation -- This project is located at Military Ocean Terminal at Concord, CA (MOTCO) in the County of Contra Costa. White Road West: This work will consist of full depth reconstruction of White Road West for a distance of approximately 2,570 LF. White Road West is a designated Non-Terex Route. This work includes, but is not limited to, UXO/MEC Clearance, locating existing utilities, milling existing 4" Asphalt Concrete (AC) Pavement and 18" Aggregate Base (AB), removing existing soils, grading and compaction, placing 4" Asphalt Concrete, 12" Aggregate Subbase Course, 12" Aggregate Base Course, installing Geotextile Fabric, 2 FT wide Aggregate Shoulders, Traffic Signs, Pavement Markings and Symbols, and Line striping. This work also includes Electrical Base Bid items to include, but not limited to; 1-6 Way 3" Concrete Encased Duct Bank at 2,600 LF and 1-2 Way 3" Concrete Encased Duct Bank at 800 LF in the Base Bid. The 1-6 Way Duct Bank will consists of 2-1.5" conduits for Lighting, 2-4" conduits for Communications, and 2-5" conduits for Power. The 1-2 Way Duct Bank will consist of 2-1.5" conduits for Lighting. The Communications conduits will include Maxcell 3 Cell Mesh or equal. The other conduits will include pull rope. This scope also include Optional Items, which include, but are not limited to; 24 EA 30' Tall Street Light Poles, 25 EA 12" x 24" x 24" Street Light Pull Boxes, 4-500 kcmil conductor, 100 Pair Outside Plant Copper Telephone Cable, 2-144 Strand, Single Mode Fiber, 1-45 KVA Pad Mounted Transfer, and 1-75 KVA Pad Mounted transformer. White Road Center: This work will consist of full depth reconstruction of White Road Center from approximately Anderson Road to Christenbury Road for a distance of approximately 1,310 LF. This work includes, but is not limited to, UXO/MEC Clearance, locating existing utilities, milling existing 6" Asphalt Concrete (AC) Pavement, 16" Aggregate Base (AB), removing existing soils, grading and compaction, installing Geotextile Fabric, placing 9" Asphalt Concrete, 2 FT wide aggregate shoulders, traffic signs, pavement markings and line striping. Johnson Road: This work consists of full depth road reconstruction of Johnson Road for approximately 4,100LF. The work also includes tie-in locations at White Road and Anderson Road. This work includes, but is not limited to, UXO/MEC Clearance, Locating Existing Utilities, Milling Existing AC Pavement and Aggregates, Removing Existing Soils, Grading and Compaction, Demolishing Existing Rail Road and Install Wheel Stops, Installing Geotextile Fabric, Asphalt Paving, 2 FT Wide Aggregate Shoulders, Installing an AC Dike, Traffic Signs, Pavement Markings and Striping. The Base Bid scope also includes 857 LF of 1-8 Way 3" Concrete Encased Duct Bank and 475 LF of 1-2 Way 3" Concrete Encased Duct Bank. This project scope may include Optional Items. These items include, but are not limited to; 3,964 LF of 1-8 Way 3" Concrete Encased Duct Bank, 630 LF of 1-2 Way 3" Concrete Encased Duct Bank, 561 LF of 1-2 Way 3" Concrete Encased Duct Bank, 42 EA 6' x 6' x 6.5' Precast Concrete Manholes, 21 EA 13" x 24" x 12" Street Light Pull Boxes, boring under railroad tracks in several locations, electrical conductors, Transformers, Sectionalizing Switches, and 21 EA 30' tall Street Light Poles with 200 Watt LED's and light bases. 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 bidding 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 7 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 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. Please notify this office in writing by email by 10:00 AM Pacific Time on February 1, 2019. Submit response and information through email to: Kenley.O.Lott@usace.army.mil and reference the Sources Sought Number "W91238-19-R-0035" in the subject line when replying.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »