Hamilton City Phase 2B
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. 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 greg.l.treible@usace.army.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 Hamilton City Phase 2B. 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. The Government estimates issuing a solicitation in July 2019. The contract type is expected to be Firm-Fixed Price, and the estimated period of performance duration is 15 months from NTP. In accordance with FAR 36.204(g), the magnitude of construction for the resulting contract isexpected to be between $5M - $10M. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction), the size standard is $36.5M, and the Federal Supply Code is Y1LC (Construction of Tunnels and Subsurface Structures). PROJECT SCOPE: The scope of work for the Phase 2B is two miles of earthen levee embankment construction which includes 3000 feet of seepage berm, 2.5 miles of existing levee degrade, drainage ditch excavation, gravity culvert installation through the new levee, aggregate surface course placement, and stone bank protection installation. PROJECT DESCRIPTION: The Hamilton City Flood Damage Reduction and Ecosystem Restoration Project is located in the areas surrounding Hamilton City, CA along the Sacramento River. The project objectives are to provide Hamilton City with a 1 in 75 year level of flood protection and reconnecting roughly 900 acres of floodplain to the Sacramento River by replacing the existing J levee with a new setback levee. The reconnected floodplain will be restored with native vegetation to provide riparian and other types of habitat. The Phase 2B portion of the project will focus on constructing the final third of the new levee which is approximately two miles in length. The previous two phases, Phase 1 were completed in 2017 and 2018, respectively. Phase 2B will be the connecting segment between Phase 2A at the north and Phase 1 at the south. 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 2:00 PM Pacific Time on Thursday, 21 February 2019. Submit response and information through email to: greg.l.treible@usace.army.mil. Please include the Sources Sought No. W9123818S1972 in the subject line.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »