Levee Repair MATOC
Please read the following notice carefully! Questions submitted about this sources sought notice will go unanswered if the answer is contained within the content of this notice. This SOURCES SOUGHT NO... Please read the following notice carefully! Questions submitted about this sources sought notice will go unanswered if the answer is contained within the content of this notice. This SOURCES SOUGHT NOTICE is for Market Research ONLY, to determine the availability, capability and interest of small business firms for a potential small business category type set-aside. ***Other than small business concerns are also encouraged to reply to this notice. **** NO AWARD will be made from this Sources Sought Notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research; therefore, please do not request such documentation. Requests for any of this information will go unanswered. If the conditions at FAR 19.502(b)(2) 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, 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 to Steven.Penland@usace.armyu.mil. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition. The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB) to perform emergency levee repairs. Contractors' capabilities will be reviewed 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 businesses may respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. The government must ensure there is adequate competition among the potential pool of available contractors. It is unknown when the Government will post a solicitation for this effort. The Government aims to award an Indefinite Quantity - Multiple Award Task Order Contract (MATOC) in which Firm-Fixed Price task orders will be competed when a requirement is identified and appropriated funds are provided. The MATOC period will be a three year base with one two year option period. Periods of performance for specific requirements will be identified at the task order level. In accordance with FAR 36.204(g), the magnitude of construction will be identified at the task order level. Per 16.504(a)(2) and (3), the government intends to issue at least 15 task orders. Based on project workload, the overall MATOC capacity is expected to be: $500 Million. However, this is subject to change and will be clearly identified in the MATOC solicitation. The NAICS Code and Federal Supply Code applicable to all task orders issued under this prospective MATOC are as follows: NAICS Code 237990 (Other Heavy and Civil Engineering Construction) and Federal Supply Code is Y1LC (Construction of Tunnels and Subsurface Structures). The small business size standard for the MATOC competition is $36.5M. STATEMENT OF NEED: The semi-historic flood during the spring of 2017 in Northern California was the culmination of months of above normal precipitation beginning in January 2017 and culminating in moderate to significant levee damage at over 50 sites from south of Fresno as far north as Colusa. The spring of 2017 was the wettest in 11 years of record, producing a year's worth of rain in the first 5 months of the year. Periods of uncontrolled flows on the Feather River leading from Oroville Dam strained the levees on the Feather and Sacramento Rivers. Approximately half of the 50 sites remain to be repaired which are generally located from south of Stockton to within an hour's drive north of Sacramento. The damage to levees include wind/wave wash erosion, under and through seepage, and settlement. Repairs are warranted to re-establish the pre-2017 high flow event to minimize the potential of levee failures. The remaining repairs vary in length from as little as 30 feet to as long as 8,700 feet of levee repair. The U.S. Army Corps of Engineers (USACE) will provide drawings and specifications and will provide them upon request for quotation to contractors and will request that prospective contractors submit a cost proposal within calendar days using the latest Davis Bacon Wage Rates. USACE intends to award a construction contract to a responsive low bidder based on the requirements below. GENERAL SCOPE: The Contractor shall provide all labor, supervision, plant, equipment, and materials necessary to repair the damaged levees as described above. The repairs in all cases require earthwork and dust control, and may require the following: clearing, stripping and grubbing; dewatering; water diversions; geotextile installation; rock hauling and placement; soil filled rock installation; top soil; and hydroseeding. Specific requirements will be identified per task order. The Contractor shall comply with all Federal, State, and Local requirements. Anticipated construction would coincide with the non-flood season between April 15th and October 31st. In some cases environmental constraints preclude any ground disturbance from occurring any sooner than the early summer months. Any such constraints would be identified at the task order level. The contractor will be required to provide several submittals which include (not an inclusive list) project material specifications, preconstruction submittals, pre and post construction surveys, a pre and post access road survey, project schedules, an accident prevention plan, emergency action plan, activity hazard analysis, worker's certifications, air and water quality control plans, borrow soil suitability report, SWPPP, flood and rainfall contingency plan, and record drawings. All submittals will be reviewed and approved by USACE prior to the start of work. Contractor Quality Control Requirements. The Contractor shall provide and maintain an effective quality control program. The Contractor's Quality Control Program through inspection and reporting shall demonstrate and document the extent of compliance of all work with the standards and quality established by the contract document. The Contractor's Quality Control program shall include daily inspections and provide for a daily report of CQC activities. Daily checks shall be performed to assure control activities, including control testing, are providing continued compliance with contract requirements, until completion of the particular feature of work. Superintendent: The Contractor shall provide a Superintendent who is separate from the quality control manager whenever the work specified herein is being performed. The Superintendent shall conduct overall management coordination and be the central point of contact with the Government for performance of all work under this contract. The Superintendent will be required to attend pre-work conference(s) prior to commencing work under this contract. The Contractor will be required to prevent sediment from leaving the work area. At a minimum, the Contractor shall submit an Erosion and Sediment Control Plan to USACE for review and approval. Depending on project site size, a full SWPP Permit in accordance with the latest state requirements may be necessary. Task order periods of performance are mandatory and non-negotiable. The contractor will be required to conform to a period of construction and overall project performance for project completion or be subject to liquidated damages otherwise. CAPABILITY STATEMENT The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market 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 experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime's 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. Identify the biggest challenges you typically face as a Prime managing multiple subcontractors and how you have overcome said challenges. 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. 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 and the needs of the Government. The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. 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 any review conducted of the capability statements received. 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 via email by 11:00 AM Pacific Time on Tuesday, March 26 2019. Submit response and information through email to: Steven.Penland@usace.army.mil. Please include the Sources Sought No. W9123819R0054 in the subject line.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »