USACE SPK American River Common Features (ARCF) Lower American River (LAR) Project 2 - Erosion Control, Bank Protection, and Stabilization - Sacramento, California
This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLIC... This Sources Sought Notice is being issued for market research purposes to determine the availability, capability, and interest of small business firms for a potential Government requirement. NO SOLICITATION IS AVAILABLE; requests for a solicitation will go unanswered. No award will be made from this Notice. Responses will be used to determine potential acquisition strategies, understand current market capabilities, and to gain knowledge of potential sources. GENERAL SCOPE: The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to provide bank protection and stabilization at Sites 2-2 and 2-3 at the American River Parkway. The American River Common Features (ARCF) Erosion Control, Lower American River (LAR) Project 2 is located at sites 2-2 and 2-3 along the right (east) bank of the American River Parkway in Sacramento, California. Site 2-2 is approximately 1,200 feet long and is located under the Howe Avenue Bridge. Site 2-3 is approximately 6,600 feet long and extends from the downstream side of the Campus Commons Golf Course to about 1,300 feet upstream of the Guy West Pedestrian Bridge. The anticipated project includes roughly 7,800 feet of stream bank protection and stabilization of the existing riverbank and levee to protect critical infrastructure against the effects of erosion during large flood events. Most vegetation will be cleared from the project footprint prior to construction. At Site 2-2, the Contractor will be required to clear remaining vegetation and stumps, grub, and strip the project footprint, place soil and rock revetment on the riverbank and levee face beneath Howe Avenue bridge, place soil fill and erosion control netting to construct planting benches, place instream wood structures, and plant and seed placed material. At Site 2-3, the Contractor will be required to clear remaining vegetation and stumps, grub and place soil and rock revetement on the levee face near H-Street, and seed placed material. Along the riverbank through Site 2-3, the Contractor will be required to excavate the bank to a specified flatter slope, excavate ten (10) feet deep into the finished grade to place approximately 79 rock tiebacks by placing rock revetment in 12-foot-wide trenches extending 60 feet to 90 feet in length, backfill with soil fill to finished grade, and place sections of continuous soil-filled rock protection. After excavation and placement, the Contractor will be required to place erosion control netting over planting benches, place instream wood structures on the planting benches, and plant and seed the finished grade. Most of Site 2-2 will require working in the active channel of the American River to place material, while the majority of Site 2-3 will be working in the floodplain above the active channel, with limited areas of the site requiring work in the active channel. The project will require import and placement of approximately 52,500 tons of rock riprap meeting the FHWA Type III gradation, approximately 49,000 tons of rock riprap meeting the FHWA Type IV gradation, approximately 4,500 tons of rock riprap meeting the FHWA Type V gradation, approximately 12,000 tons of bedding material to be imported and placed, approximately 365,000 cubic yards of soil excavation to be off hauled from the site over public roads and stockpiled at a specified stockpile location within 10 miles of the project, approximately 295 trees to be imported and placed as instream woody material, and approximately 4,700 live cuttings to be imported and planted on-site. Any future solicitation and/or resulting contract are anticipated to be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify) and COVID-19 Safety Protocols (https:/www.saferfederalworkforce.gov/contractors/). The Government anticipates this work will be completed in the Spring, Summer, and Fall of 2022. In-water work is limited to July 1, 2022 to October 31, 2022. All work must be complete by December 2022. The potential requirement may result in a solicitation issued approximately December 2021. If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 21 February 2022. It is estimated that the anticipated requirement can be completed by December 2022. In accordance with the Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the Government currently estimates the magnitude of construction for this project to be between $25,000,000 and $100,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237990, Other Heavy and Civil Engineering Construction. The small business size standard for this NAICS, as established by the U.S. Small Business Administration, is $39.5 Million annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1LC, Construction of Tunnels and Subsurface Structures. If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor is required to perform the percent of work identified in the solicitation under FAR 52.236-1,?Performance of Work by the Contractor. Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements. CAPABILITY STATEMENT Responses must be limited to twelve (12) 8.5 x 11 pages with a minimum font size of point 10. Please provide the following information: 1) Company name, Employer Identification Number?(EIN; previously DUNS #), address, point of contact, phone number, and e-mail address. 2) Experience and capability to complete contracts of similar magnitude and complexity to the potential requirement, including at least three (3) examples of comparable work performed within the past six (6) years. Each example should include a brief description of the project, description of the work performed (identification of self-performance and/or Subcontractor management), customer name, customer satisfaction, timeliness of performance, dollar value of the project, whether a Project Labor Agreement (PLA) was used (see the PLA survey section below), and whether there were any challenges experienced during the project (delays, investigations, health and safety issues, labor shortages, management/organizational issues, etc.). 3) Business size and socioeconomic type for the applicable NAICS (ex: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a) Participant, small business, or other than small business (large business)). 4) Bonding capability (in the form of a Surety letter). 5) PLA Survey. A PLA is a pre-hire collective bargaining agreement with labor organization(s) that establishes the terms and conditions of employment for a specific construction project. Pursuant to Executive Order 13502, agencies are encouraged to consider requiring the use of PLAs for large-scale construction projects if it will be consistent with law, achieve economy and efficiency in Federal procurement, produce labor-management stability, and ensure compliance with laws and regulations governing safety and health, equal employment opportunity, labor and employment standards, and other matters. Please answer the following questions regarding PLAs, relative to the anticipated requirement: - Have PLAs been used on similar projects undertaken by Federal, State, municipal, or private entities in the geographic area where work will be performed? If so, please provide contract number(s) and points of contact. - ?Do you think requirement of a PLA will promote the agency’s long-term program interests (as described above)? If so, how? If not, why not? - Has there been / is it anticipated there will be a shortage of skilled labor in the labor categories and/or geographic location of the anticipated project? If so, please describe the trade(s) affected and describe how/what you know of the shortage. - Will multiple construction Contractors and/or Subcontractors employing workers in multiple crafts or trades be required to complete the anticipated work? - Is it difficult to recruit or retain a skilled workforce in the anticipated work location? - Do you think completion of the project will require an extended period of time? - Do you anticipate any unique, compelling, time-sensitive issues, or other schedule requirements to complete the anticipated work (aside from those already noted) or that would affect the rate at which the anticipated project could be completed? If so, please elaborate and provide supporting documentation where possible. - Are you aware of any other large-scale projects begin completed in the area during the anticipated period of performance? - ?Do you think requiring a PLA will increase contract costs or contribute to cost savings? Why or why not? How? - How do open shop and union wage rates influence prevailing wage rates in the local market area? How does unionization in the local market impact wages? Please provide supporting documentation. - ?Do you think requiring a PLA will increase contract risk? Why or why not? How? - If you have previously been party to a PLA, approximately how long did it take to negotiate the terms of the PLA? Did PLA negotiation delay construction start? If so, by how long? - Any other information you think should be considered regarding the use of PLAs for the anticipated project. Please submit all capabilities statements, information, brochures, and/or marketing material as one (1) document, limited to the page maximum above. Responses will not be considered an offer, proposal, or bid for any solicitation that may result from this Notice. Moreover, responses will not restrict the Government to an ultimate acquisition approach. This Notice is for information and planning purposes only. Respondents will not be notified of the results of any review conducted or the capability statements received. Please provide responses and/or questions by e-mail to the Contract Specialist, Jessica Jackson, at jessica.r.jackson@usace.army.mil by 0800 / 8:00 a.m. (PST) Monday, 6 December 2021. Please include the Sources Sought Notice number, ‘W9123822S0011’ in the subject line.
Data sourced from SAM.gov.
View Official Posting »