ARCF - Sacramento River East Levee (SREL) Contract 1
This is a SOURCES SOUGHT NOTICE for Market Research ONLY. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Therefore, please do not request a copy of a solicitation from the Go... This is a SOURCES SOUGHT NOTICE for Market Research ONLY. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Therefore, please do not request a copy of a solicitation from the Government POCs. Potential offerors having the skills, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to DeAnna Mannel at DeAnna.L.Mannel@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 business sources for the American River Common Features 2016, Sacramento River East Levee (SREL) Contract 1. The purpose of this notice is to gain capabilities knowledge of Large Businesses and potential Small business sources in the following categories: Large Business, Small Business, Certified 8(a) Program Participant, Certified HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business, or Service-Disabled Veteran Owned Small Business. The requested information will be evaluated for the purpose of determining the capability and availability of Large Businesses as well as Small Businesses and to develop subcontracting goals for the various Small Business categories. The Government must ensure there is adequate competition among the pool of available contractors. This project is planned for advertising in the Fall of 2019. In accordance with DFARS 236.204(ii), the estimated value of the resulting contract is expected to be between $25,000,000 and $100,000,000. The resulting contract type is expected to be Firm-Fixed Price. The NAICS Code is 237990 the size standard is $36.5 million, and the Product Service Code is Y1PC, Construction of Unimproved real property (land) 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 15% of the total amount of work to be performed under the contract. PROJECT DESCRIPTION The Project is located within the City of Sacramento, California, along various segments of the Sacramento River East Levee (SREL) from just north of US 50 to just west of Freeport Blvd. The combined length of the levee segments to be remediated under this contract is approximately 3.0 miles (see attached). The SREL lies within a heavily urbanized area with residential, recreation, and industrial use areas. Backyards and other structures are at or near the landside levee toe along significant stretches. During the last three decades, Sacramento Area Flood Control Agency (SAFCA) and USACE have designed and constructed improvements along several portions of the subject levee. Improvements included shallow and deep seepage cutoff walls, seepage and stability berms, and erosion protection. The levee repair design is constrained by limited levee access, residences and other structures at or near the landside toe, and limited working space along the waterside berm, if present. The work includes, but is not limited to, providing and maintaining all temporary facilities; implementing Storm Water Pollution Prevention Plan requirements; complying with all applicable permit requirements and environmental mitigation measures for the Project; developing staging areas designated for Contractor's use to the extent needed; coordinating with Agencies and stakeholders as necessary; degrading and reconstructing 2+ miles of levee (~150,000 cubic yards) to support construction of both Deep Mix Method (DMM) and slurry trench cutoff walls; constructing drained stability berms and seepage berms (~30,000 cubic yards); reusing excavated soils that meet specification criteria for reuse as levee fill; importing soil for levee fill as necessary; managing and disposing of excess excavated soils; removing and replacing 2+ miles of paved bike paths, researching, potholing, protecting, removing, and replacing existing utilities as shown on the plans and as needed to perform the work; removing all temporary facilities; and restoring and seeding all disturbed areas. The work required under this contract must be completed within one season, which is likely to require multiple cutoff wall headings be constructed concurrently. ADDITIONAL INFORMATION The contractor must finish within one construction season with all work completed within calendar year 2020. The line of flood protection must be fully restored not later than 31 October 2020. Work at Miller Park must be completed after Labor Day. This project is seeking the following specialized expertise for award by approximately 14 February 2020: • Experience in installing DMM Soil Cement Bentonite (SCB) seepage cutoff walls. The DMM length is split into two discontinuous segments each ~1,700 feet in length. The depth of the DMM walls varies from 102 feet to 135 feet. o Total DMM Cutoff Wall square footage is approximately 355,000 square feet. • Experience in installing open trench Soil Bentonite (SB) and Slag Cement-Cement Bentonite (SCCB) slurry cutoff walls. The combined length of the open trench walls is approximately 11,000 feet comprised of three discontinuous segments. The three segments are 850 feet, 700 feet, and 9,000 feet in length. The depth of the slurry cutoff walls varies between 50 feet to 85 feet. o Total SB Cutoff Wall square footage is approximately 215,000 square feet. o Total SCCB Cutoff Wall square footage is approximately 420,000 square 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. The submission is limited to 10 8.5" x 11" pages and a minimum font size of 10. Additionally, each submission must include the following: 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 5 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 2 examples. For Joint Ventures, please include projects completed by the Joint Venture as well. 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. 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 18 September 2019. Submit response and information through email to: DeAnna.L.Mannel@usace.army.mil Please include the Sources Sought No. W9123820R0005 in the subject line.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »