USACE SPK DBB Construction - Holding Pad and Berm Repairs - Military Ocean Terminal Concord (MOTCO), CA

expired opportunity(Expired)
From: Federal Government(Federal)
W9123824S0027

Basic Details

started - 19 Mar, 2024 (1 month ago)

Start Date

19 Mar, 2024 (1 month ago)
due - 03 Apr, 2024 (24 days ago)

Due Date

03 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
W9123824S0027

Identifier

W9123824S0027
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709024)DEPT OF THE ARMY (133114)USACE (38130)SPD (2652)W075 ENDIST SACRAMENTO (90)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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.This Sources Sought Notice is related to the original notice W9123820S0023 posted to SAM.gov on 01 September 2020 and is intended to refresh the already inititated market research for this requirement. GENERAL SCOPE:The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to update earthen berms at Military Ocean Terminal Concord (MOTCO), Concord, CA.This project is to update the protection provided by 8 earthen berms, located at Transfer Pad A along with Holding Pads 1,
through 7 at MOTCO. Project involves excavation; installation of wire mesh to prevent rodent burrows; increasing the heights of existing explosives safety berms; replacing the existing retaining walls; and other items required to provide a complete and usable system. Several existing storm drainpipes will be extended to assist with accomplishing this. Modifications to the lightning protection system are not included.Existing earth and grass will be removed from the existing berms. Existing swales, culverts, lights, and concrete pads will be protected in place. Existing chain-link fencing will need to be removed and replaced on the berms. The existing retaining walls will need to be removed inclusive of the wall foundations. Removal of these foundations will require removal and replacement of some of the pavement for the existing access roadways. Existing soil behind the existing retaining walls will also need to be removed and replaced by engineered fill. Material for additional fill will be provided from the removed soil for clearing and grubbing as well as from designated borrow soil onsite.The potential requirement may result in a firm-fixed-price solicitation issued approximately May 2024 If solicited, the Government intends to award the anticipated requirement by approximately 30 August 2024The Government estimates that construction of the potential requirement can be completed within 240 calendar days from receipt of Notice to Proceed. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice.In accordance with Federal Acquisition Regulation (FAR) 36.204(g), the Government currently estimates the magnitude of construction for the potential project is between $5,000,000 and $10,000,000.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 the NAICS, as established by the U.S. Small Business Administration, is $45,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Z1PC – Maintenance of Unimproved real property.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, FAR 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least twenty-five percent (25%) 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 will be required to self-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 primary point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.CAPABILITY STATEMENT:Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10.Please provide the following information:1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers.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, 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: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 8(a) Participant, small business, or other than small business (large business)).4) Bonding capability (in the form of a Surety letter).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 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, Howard Gregory, at howard.e.gregory@usace.army.mil by 0800 / 8:00 a.m. (PT) Wednesday, 03 April 2024. Please include the Sources Sought Notice number, ‘W9123824S0027’ in the e-mail subject line.

Tracy ,
 CA  95304  USALocation

Place Of Performance : N/A

Country : United StatesState : CaliforniaCity : Banta

Office Address : KO CONTRACTING DIVISION 1325 J STREET SACRAMENTO , CA 95814-2922 USA

Country : United StatesState : CaliforniaCity : Sacramento

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Z1PCMAINTENANCE OF UNIMPROVED REAL PROPERTY (LAND)