Military Ocean Terminal Concord (MOTCO) Boat Ramp

expired opportunity(Expired)
From: Federal Government(Federal)
W9123822S0025

Basic Details

started - 02 Feb, 2022 (about 2 years ago)

Start Date

02 Feb, 2022 (about 2 years ago)
due - 03 Mar, 2022 (about 2 years ago)

Due Date

03 Mar, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
W9123822S0025

Identifier

W9123822S0025
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710429)DEPT OF THE ARMY (133321)USACE (38203)SPD (2656)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.

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 construct the MOTCO boat ramp.The Loading Unloading Ramp consists of a concrete ramp for small vessels with a floating dock. This project consists of a base bid with an option. The base bid includes the ramp and floating dock with minimal dredging that only extends to the footprint of the ramp but not the floating dock. The project consists of a parking lot with a Low Impact Design (LID) detention pond and a
gravel road on the surface. Unexploded Ordnance (UXO) monitoring must be constant during construction. Environmental constraints include water construction occurring only from Aug-Nov, constructing near sensitive cultural resources items, and working in a construction zone that was previously a restoration site.For the option, the parking lot extends to the wash-down area for the vessels that discharges to an oil-water separator followed by a lift station and a new sewer force main that must be connected to the existing system. A water line and connecting an existing fire hydrant are also part of the option.It is estimated that construction of the potential requirement can be completed within 365 calendar days.The potential requirement may result in a solicitation issued approximately May 2022.If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately September 2022. It is estimated that the potential requirement can be completed within 365 calendar days.In accordance with Federal Acquisition Regulation (FAR) 36.204(f), the Government currently estimates the magnitude of construction for this project to be between $1,000,000 and $5,000,000.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 Y1PC, Construction 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, Federal Acquisition Regulation (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 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 ten (10) 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, 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).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, Jennifer Wheelis, at Jennifer.L.Wheelis@usace.army.mil by 1500 / 3:00 p.m. (PST) Thursday, 03March2022. Please include the Sources Sought Notice number, ‘W9123822S0025’ in the subject line.

Concord ,
 CA   USALocation

Place Of Performance : N/A

Country : United States

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Y1PCCONSTRUCTION OF UNIMPROVED REAL PROPERTY (LAND)