Folsom Spillway Gates and Embankment Modifications

expired opportunity(Expired)
From: Federal Government(Federal)
W91238-22-R-0055

Basic Details

started - 18 Jul, 2022 (21 months ago)

Start Date

18 Jul, 2022 (21 months ago)
due - 03 Aug, 2022 (21 months ago)

Due Date

03 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
W91238-22-R-0055

Identifier

W91238-22-R-0055
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708891)DEPT OF THE ARMY (133113)USACE (38130)SPD (2652)US ARMY ENGINEER DISTRICT SACRAMENT (1148)
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.

SOURCES SOUGHTThis is a SOURCES SOUGHT notice for MARKET RESEARCH ONLY to determine the availability and capability of both Large and Small business contractors for prime and subcontracting opportunities. NO AWARD will be made from this Sources Sought.Purpose:The purpose of this NOTICE is to gain capabilities knowledge of Large businesses and all potential Small business sources. 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 categories of Small Businesses. The Government must ensure there is adequate competition among the pool of available contractors.The Sacramento District is conducting market research to identify businesses which have the capability to construct the Folsom Dam Spillway Gates and Wing Dams Modifications. A draft solicitation, specifications and drawings are available under Notice ID W91238-22-R-0055
currently. Potential offerors having the skills, capabilities and bonding necessary to perform the described project are invited to provide feedback via email to Mr. Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil. All responses will be considered in determining the appropriate acquisition strategy for a potential future acquisition.Project Description:The Folsom Dam Raise Project is a Flood Risk Management project at Folsom Lake, California which will provide system-wide flood damage reduction benefits when combined with the common features efforts within the Sacramento Valley.The key project features include: Main Dam Spillway work on all eight Tainter gates includes: structural retrofits to the trunnion anchorage system, structural reinforcing to strengthen gates, “top seal” structural headwalls installed above each gate, concrete pier extensions, new elevated hoist platforms, new cable hoist system with new electrical controls. Left and Right Wing Dams work includes: construction of a reinforced L-shaped concrete floodwall (3.5-feet height) above existing ground level, embankment work, relocation of utility and security features, and a removable stoplog system approximately 20 feet wide will be framed and installed through the concrete flood wall near the tie-in location between the Main Dam and the Left Wing Dam.The project is planned for advertising in August 2022. Please consider this an estimated timeframe. The estimated cost range according to the DFARS 236.204 is between $100,000,000.00 and $250,000,000.00. The NAICS code is 237990, the size standard is $39.5M and the Federal Supply Code (FSC) is Y1KA, Construction of Dams. The resulting contract type is expected to be Firm-Fixed-Price.In accordance with FAR 52.236-1, the Contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract.The detailed plans and specifications for this construction project will specify the minimum performance characteristics of the construction in accordance with the requirements of FAR part 11, Describing Agency Needs. To the extent possible, the references in the specifications will be widely recognized standards or specifications promulgated by the Government, industry or technical groups. When "brand name or equal" descriptions are necessary, the specification will clearly identify and describe the particular physical, function, or other characteristics of the brand-name items which are considered essential to satisfying the requirement.The successful contractor will be required to provide performance and payment bonds in accordance with FAR 28.102- 1, within 10 days of award of the contract. Failure to provide sufficient proof of bonding which hinders the commencement of performance may be grounds for Termination for Default, at the determination of the Contracting Officer. A small business subcontracting plan will be required from large business primes and performance against the approved plan will be monitored to provide as much opportunity as possible for small businesses to participate in this project.Location:The Work is located at the Left Wing Dam (LWD), Right Wing Dam (RWD) and Main Dam spillway of Folsom Dam, approximately 29 miles upstream along the American River from the city of Sacramento, near the town of Folsom, north of the intersection of Auburn Folsom Road and Folsom Lake Crossing.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. Please provide your response to the following. The submission is limited to 20 pages.1. Contractor's name, DUNS number, address, point of contract, phone number and email address;2. Contractor's interest in bidding on the solicitation when it is issued;3. Contractor's capability to perform a contract of this magnitude, 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 three (3) examples. Comparable work performed should be along the lines of over $115M in contract value, Firm-Fixed Priced Construction contracts. The Government is particularly interested in steel fabrication, erection, and welding, of large spillway control gates; precision concrete drilling for large-capacity gate anchorage systems; installation and calibration of mechanical hoist and electrical control/instrumentation systems; embankment excavation and compaction with material processing, transport, and temporary storage; structural concrete work using cast-in-place or slip-form methods.4. Contractor's business size - If a Small Business, identify the Small Business type (Small Business, an 8(a) Program Participant, HUBZone Small Business, Small Disadvantaged Business, Women-Owned Small Business, Veteran-Owned Small Business or Service Disabled Veteran Owned Small Business);5. Contractor's Joint Venture information if applicable - existing and potential; and6. Contractor's Bonding Capability in the form of a letter from the 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. Submission of the 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 synopsis 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. Offers that do not meet all requirements or submit within the allotted time will not be considered. Again this is not a request for proposal or quotation; there is no solicitation available at this time.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 being 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.  All interested contractors should notify this office in writing by email by 5:00 PM, Pacific Standard Time (PST) on 2 August 2022. Submit responses via email to Barton Kirkpatrick at barton.t.kirkpatrick@usace.army.mil. Please include the Sources Sought No. W91238-22-R-0055 in the subject line.

Sacramento ,
 CA   USALocation

Place Of Performance : N/A

Country : United States

You may also like

Hunting Creek Spillway Replacement Project

Due: 30 Apr, 2024 (in 2 days)Agency: Louisville and Jefferson County Metropolitan Sewer District

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Y1KACONSTRUCTION OF DAMS