Rock-Fall Remediation near Eastman Lake, CA
This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category set-aside. No solicitati... This is a SOURCES SOUGHT NOTICE for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category set-aside. 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. Uriel Ramirez at Uriel.Ramirez@USACE.Army.mil. 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 of a Rock-Fall Remediation near Eastman Lake, 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 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 solicited in the Summer of 2020 as W91238-20-R-0049. In accordance with FAR 36.204, the estimated value of the resulting contract is expected to be between $1 million and $5 million. The contract type is expected to be Firm-Fixed Price with an anticipated delivery date of 360 days from Notice to Proceed. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction) the size standard is $39.5 million, and the Federal Supply Code is Y1QA (Construction of Restoration of Real Property (public or private)). PROJECT DESCRIPTION A significant rock-fall occurred on 23 Jan 2017 and a secondary movement later that evening. There is a significant history of rock-fall events from the cut-slope along the access road. The ongoing slope failures are potentially caused by the intersection of joints and foliations at unfavorable orientations, accentuated by the steepness of the cut-slope. Inspection of the rock-fall area found that it is approximately 100 linear feet in extent. The area of current failure is on the north side of the entrance road past Wildcat Creek (spillway exit). This area has had no previous history of rock-falls. Water was seen to be exiting the slope in not only the area of the recently fallen rock but from other areas of the cut-slope. Material sizes that have fallen include rocks up to 12 feet in diameter. The larger fallen rocks were not on the road. The orientation of the rock (schist) joints and foliations at this cut-slope show a similar orientation as that which was identified in the previous investigation conducted in 1997. There may be other large rocks that may weather out or may fall in the event of additional rainfall. There is a possibility of a larger slide that may occur. The surfaces above the cut-slope are covered in tall grasses and exhibit hummocky topography and fresh small scarps. Approximately 5-10 feet above the top of the rock-fall area is an unlined ditch (or trail) that is transverse to the cut-slope and extends the entire length of the cut-slope (approximately 1,000 linear feet). A near vertical slope (approx. 5 linear feet) extends from the unlined ditch to a fence which is the boundary between the government easement and private property. This near vertical slope exhibits slumping of soil as well. Upon inspection, except for the rock outcrops, all areas of the cut-slope were clearly saturated and water was seeping across several rock blocks. The unlined ditch (or trail) may actually be contributing to the problem by allowing runoff to be collected and entering the rock joints. Abundant burrows were clearly identified on all areas of the cut-slope. The thick vegetation checked the flow of soil from the slopes but movement was evidenced by the presence of hummocks. The only access to Buchanan Dam and Eastman Lake is Avenue 29, a lightly-used two lane county road. The roadbed, shoulders, and cut-slope are within the government easement which is bounded by private property on either side. A larger rock-fall could block both lanes of this road. The intent is to increase stability of the slope and reduce the risk of future rock falls by excavating and reshaping the drainage ditch on top into a “U or V” configuration and line with lightly reinforced concrete for approximately 1,000 linear feet. 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) What are the most important skill sets does a contractor and/or subcontractor(s) need to possess to successfully perform this kind of requirement? 4) What distinguishes one contractor from another in in achieving a quality construction outcome? 5) Offeror's socioeconomic type and Business Size (Small Business, HUBZone, Service Disabled Veteran Owned and/or Small Business, 8(a), WOSB, etc.). 6) Offeror's Joint Venture information if applicable - existing and potential. 7) Offeror's Bonding Capability in the form of a letter from Surety. The Capabilities Statement submitted in response to this sources sought will not 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. Interested contractors should notify this office by email by 2:00 PM Pacific Time on 30 April 12 020. Submit response and information through email to: Uriel.Ramirez@USACE.Army.mil. Please include the Sources Sought No. W91238-20-R-0049 in the subject line.
Data sourced from SAM.gov.
View Official Posting »