California Bids > Bid Detail

Lower San Joaquin Reach TS30L

Agency:
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159389928139062
Posted Date: Mar 15, 2024
Due Date: Mar 29, 2024
Source: https://sam.gov/opp/0b7fbf358f...
Follow
Lower San Joaquin Reach TS30L
Active
Contract Opportunity
Notice ID
W9123824S0009
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
W075 ENDIST SACRAMENTO
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Updated Published Date: Mar 14, 2024 04:09 pm PDT
  • Original Published Date: Mar 14, 2024 04:08 pm PDT
  • Updated Response Date: Mar 29, 2024 08:00 am PDT
  • Original Response Date: Mar 29, 2024 08:00 am PDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Apr 13, 2024
  • Original Inactive Date: Apr 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Y1LC - CONSTRUCTION OF TUNNELS AND SUBSURFACE STRUCTURES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Stockton , CA 95202
    USA
Description



SOURCES SOUGHT NOTICE





Project Description: Lower San Joaquin River, Reach TS30L Levee Improvements





Anticipated Posting Date: 14 March 2024





Sources Sought Number: W9123824S0009





SAM Posting Title: USACE SPK DBB Construction – Lower San Joaquin River, Reach TS30L Levee Improvements





SAM Posting Description:





SAM Post Description located in General Scope section.





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:





USACE completed the Lower San Joaquin River Integrated Interim Feasibility Report/Environmental Impact Statement/Environmental Impact Report (Feasibility Study) in January 2018. The Feasibility Study identified a recommended plan to mitigate flooding in the commingled floodplains for the North and Central Stockton areas from three sources of flooding: the Delta Front, Calaveras River and San Joaquin River. Implementation of the recommended Plan will greatly reduce flood risk to people and property in the City of Stockton, revitalizing local levees that were built to reduce the chance of hazardous flooding in the area, affecting 122,000 residents.





The Feasibility Study’s recommended plan has been divided into five major levee reaches for construction sequencing: Calaveras River (Right Bank), Calaveras River (Left Bank) and San Joaquin River (Right Bank, North Port), Delta Front & Fourteenmile Slough Control Structure, North Stockton and Smith Canal Control Structure. The Delta Front represents the greatest risk, construction of the Project will begin with the Delta Front levees. Reach TS30L is one of six (6) reaches in the Delta Front and was selected for final design and construction. Reach TS30L levee improvements include modifying approximately 5,900 feet existing levee geometry to meet current levee design and operation standards, constructing a 31 to 55 foot deep slurry bentonite cutoff wall installation, and to adding rock slope protection on the waterside (western) levee slope. The period of Performance is 830 days. Award is planned for September 2024 with physical Construction of the project expected between April 2025 to October 2026.





The Government estimates that design and construction of the anticipated requirement can be completed within 830 calendar days.





The anticipated requirement may result in a solicitation issued approximately June 2024.





If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract September 2024. It is estimated that the potential requirement can be completed within 830 calendar days.





In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the Government currently estimates the magnitude of construction for this project to be [$10,000,000 to $25,000,000]







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 $45 Million annual revenue / 1,000 employees. 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 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 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 inch pages with a minimum font size of point 10.





Please provide the following information:





1) Company name, Employer Identification Number (EIN) or System for Award Management Unique Entity Identification number (SAM UEID), 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 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 Padilla, at (Jessica.Padillal@usace.army.mil) by 8:00 a.m. (PT)Friday, 29 March 2024.





Please include the Sources Sought Notice number, ‘W91238S0009’ in the e-mail subject line.




Attachments/Links
Contact Information View Changes
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >