SOUTH SAN FRANCISCO BAY SHORELINE REACHES 1-3
SOURCES SOUGHT SYNOPSIS W912P7-19-S-0021 SOUTH SAN FRANCISCO BAY SHORELINE REACHES 1-3 ALVISO, CALIFORNIA This is an updated SOURCES SOUGHT announcement; a market survey for information only, to be us... SOURCES SOUGHT SYNOPSIS W912P7-19-S-0021 SOUTH SAN FRANCISCO BAY SHORELINE REACHES 1-3 ALVISO, CALIFORNIA This is an updated SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. No solicitation, specification, or drawings are available at this time. The U.S. Army Corps of Engineers - San Francisco District has been tasked to solicit for and award a levee construction contract for the South San Francisco Bay Shoreline project in Alviso, California. The entire Shoreline project is comprised of approximately four miles of engineered levees, and is divided into five reaches. This sources sought pertains specifically to Reach 1-3. The Government contemplates soliciting Reach 1, 2, and 3 as a single contract, as a base plus options. The purpose of the Shoreline Project is to decrease flood risk, restore tidal marsh habitat, and maintain recreational opportunities along the southern shore of San Francisco Bay. The project area is between New Chicago Marsh and the Alviso pond complex - former salt harvesting ponds. Reach 1 is bounded by Alviso Marina Park and the crossing of Union Pacific Rail Road (UPPR); and Reach 2 and 3 is bounded by UPPR and Artesian Slough. The engineered levees have a crest elevation of ranging from 15 to 17 feet, a minimum crest width of 16 feet, and 3H:1V side slopes. The access road, on top of the levee, will be surface with a minimum of 8 inches of CalTrans Class 2 Aggregate Base. There are a few structural features included in the contract - two water control structures and a pedestrian boardwalks. The water control structure in Reach 1 is to be relocated and replaced in kind; the control structure in Reach 2 will be replaced with a 16 feet tall reinforced concrete structure, with flared wingwalls that match the levees slope. A 48 inch reinforced concrete pipe (RCP) runs from the structure, through the levee, and discharges into the marsh. The boardwalk is to be replace-in-kind, with access from the marsh to the top of the levee. The base contract is to be awarded in January 2020, and the options are to be awarded in April 2020. The period of performance is from January 2020 to December 2021 for Reach 1, 2, and 3. The bay mud limits the levee construction rate for Reach 1, to allow construction pore pressures to dissipate. Construction for Reach 1 is likely to be performed across the duration of the period of performance to allow consolidation of the bay mud. Reach 1: ~ 4,200 feet of levee ~ 250,000 CY fill Option: Reach 2-3 ~ 4000 feet of levee ~ 350,000 CY fill The existing material, to be excavated, is not suitable to be used for the engineered levee; all fill will have to be imported from a borrow site. Up to 50,000 cy of levee will be provided by the government in a stockpile located adjacent to Reach 1. Additional levee fill will need to be secured and delivered to the site by the Contractor. Levee fill will need to meet both geotechnical and environmental contaminant specifications. The site has limited access. Ingress/egress is anticipated to be from the Hope Street and Grand Boulevard, when the option is awarded. Hauling on public roadways is restricted to a 6 hour window per day. Additionally, a maximum of 1 truck every 4 minutes is permitted during the 6 hour window. Material from excavation will be stockpiled in Pond A16. The designated stockpile area has limits 500 feet from the centerline for Reach 1, and an average one-way haul distance of 2 miles for Reach 2/3 when considering haul distances before and after the grade crossing is constructed. The proposed project will be a competitive, firm-fixed price, design/bid/build construction contract procured in accordance with FAR 14, Sealed Bidding. The government intends to issue a solicitation utilizing an Invitation for Bids; however, the results and analysis of the market research will finalize the determination of procurement method. The type of set-aside decision(s) to be issued will depend upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Veteran-Owned Small Business (VOSB), and Women-owned small business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. In accordance with FAR 36/DFARs 236, the estimated construction price range for all Reaches 1-3 is between $25,000,000 and $100,000,000. Estimated duration of the project is two years. Minimum capabilities required include: • Demonstrated experience within the last 10 years constructing levees and appurtenant structures of similar size and scope. • Demonstrated experience in soft ground earthwork construction, including staged filling. • Experience working with, and around, an active railroad, to include additional safety training and coordination with the railroad company prior to and during construction. • Experience integrating construction processes with 3rd party commissioning efforts, ICC inspections and complying with findings. • Prior Government contract work is not required for submitting a response under this RFI. However, familiarity with and previous experience delivering Federal projects and following U.S. Army Corps of Engineers processes and requirements is preferred. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36.5 Million. The Product Service Code is Y1LC. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction type procurement. Anticipated solicitation issuance date is December 2019, and the estimated proposal due date will be in January 2020. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 15 pages and shall include the following information: 1) Company name, address, point of contact, phone, e-mail, and website (if applicable). 2) Whether your company is a Large Business, Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business (WOSB), Veteran-Owned Small Business (VOSB) for NAICS code 236220 Commercial and Institutional Building Construction; size standard $36.5M. 3) Company's interest in bidding on the South San Francisco Bay Shoreline Project. 4) A list of at least two examples of same or similar work performed in the past 10 years, of same or similar magnitude and complexity as the South San Francisco Bay Shoreline Project - Reach 1-3. a. Provide a brief description of the project to include facility name and location, contract type, contract number, technical description, dollar value of the project, period of performance, customer name along with the current point of contact, telephone number and email, whether the firm worked as a prime or subcontractor, as part of a teaming partner, JV partner, or Mentor/Protégé program. 5) Firm's Joint Venture (existing), including Mentor Proteges and teaming arrangement information is acceptable. 6) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above. Interested Firm's shall respond to this Sources Sought Synopsis no later than 15 August, 2019, 2:00PM PST. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email responses to mary.fronck@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. Please label your email response as follows: Subject: Response to W912P7-19-S-0021: Sources Sought market research for "South San Francisco Bay Shoreline Reaches 1-3." Firms responding to this sources sought synopsis who fail to provide ALL of the required information requested will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought synopsis. If inadequate small business responses are received, this solicitation may be issued for full and open competition.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »