California Bids > Bid Detail

USACE SPK DBB – Mission Ocean Terminal Concord (MOTCO) T4 T7 Bridge Repairs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159773344215963
Posted Date: Dec 2, 2022
Due Date: Dec 16, 2022
Solicitation No: W9123823S00028
Source: https://sam.gov/opp/bd33ba974f...
Follow
USACE SPK DBB – Mission Ocean Terminal Concord (MOTCO) T4 T7 Bridge Repairs
Active
Contract Opportunity
Notice ID
W9123823S00028
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SPD
Office
US ARMY ENGINEER DISTRICT SACRAMENT
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 02, 2022 10:11 am PST
  • Original Response Date: Dec 16, 2022 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2LB - REPAIR OR ALTERATION OF HIGHWAYS/ROADS/STREETS/BRIDGES/RAILWAYS
  • NAICS Code:
    • 237310 - Highway, Street, and Bridge Construction
  • Place of Performance:
    Concord , CA 94520
    USA
Description

MOTCO T4 T7 Bridge Repairs



W9123823S0028



This Sources Sought Notice is for Market Research ONLY to determine the availability, capability and interest of small business firms for a potential small business category type set-aside.



NO AWARD will be made from this Sources Sought Notice.



NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME as this is solely for Market Research. Please do not request such documentation. Requests for any of this information will go unanswered.



If the conditions at FAR 19.502-2(b) are met the contracting officer is required to set the acquisition aside for small business concerns. If set-aside, FAR 52.219-14, requires that for general construction the small business contractor will self-perform at least 15% of the cost of the contract, not including the cost of materials. Accordingly, interested contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. All responses will be used to determine the appropriate acquisition strategy for a potential acquisition.



The purpose of this notice is to obtain a snapshot of current market capabilities and gain knowledge of potential small business sources to include small business in the following socioeconomic categories: Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns to perform bridge repairs. Other than small business are encouraged to express interest and submit capability statements as well.



Contractors’ capabilities will be reviewed solely for the purpose of determining an appropriate acquisition strategy to include whether this prospective action is appropriate to be set-aside for the small business community or should proceed as an unrestricted full and open acquisition. Other than small businesses are encouraged to respond to this NOTICE to provide a greater context of current market capabilities. However, per the Federal Acquisition Regulations, preference will be given to the small business categories as listed above. In determining the acquisition strategy, the Government must ensure there is adequate competition among the potential pool of available contractors.



The Government estimates issuing a solicitation in June 2023.



The Government intends to award a Firm Fixed Price contract with a Period of Performance (POP) of 540 days from the notice to proceed.



In accordance with FAR 36.204(g) the estimated magnitude of construction is expected to be between $5,000,000 and $10,000,000.



The NAICS Code is 237310 (Highway Street and Bridge Construction). The size standard is $39.5 million. Product Service Code is Z2LB (Repair or Alteration of Highways, Roads, Streets, Bridges, and Railways).



GENERAL SCOPE:



The T-4, and T-7 vehicular timber bridges are located along White Rd at MOTCO and cross over tidal sloughs and wetlands along the southern shoreline of Suisun Bay. These bridges need repairs above and below the decks. Regarding the repairs above the deck, they are replacing the approach railings/end treatments, sealing pavement cracks, and replacing new AC pavement, relocating a fire hydrant, filling gaps around railing posts, and providing delineation markers plus pavement stripping. Repairs below the deck consist of removing deteriorated creosote-treated timber pile sections and replacing them with new sections of timber piling of treated wood preservative and reinforced external steel. Also, removing decayed wood, applying wood preservatives, and sealing timber voids must be performed. Filling voids under the existing concrete abutment are included as well.



The under the deck repairs must be performed by setting up temporary cofferdam or a similar device, dewatering, and if needed using a crane from above the deck only. The Contractor must follow the environmental permit requirements that will be specified in the drawings or specifications.



CAPABILITY STATEMENT



The following requests are designed to inform the US Army Corps of Engineers, Sacramento District, of current construction contractor market capabilities. Please provide your response to the following. The submission is limited to 10 pages.



1) Offeror's name, Unique Entity ID (UEI), address, point of contact, phone number, and e-mail address.



2) Offeror's experience and capability to complete (either through self-performance in excess of 15% or the managing of one or more subcontracts as a Prime) contracts of this magnitude and complexity and comparable work performed within the past 6 years. Describe the Prime’s self-performed effort, brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project - provide at least 3 examples.



3) Offeror's socioeconomic type and business size (Certified HUB Zone; Woman-Owned Small Business (WOSB) and Serviced-Disabled Veteran-Owned Small Business (SDVOSB); Veteran Owned Small Business (VOSB) and 8(a) small business concerns).



4) Offeror's Bonding Capability in the form of a letter from Surety.



The Capabilities Statement will not be considered an offer (proposal) or a bid for any future Request for Proposal or Invitation for Bid that may result from this notice. Moreover, it will not restrict the Government to an ultimate acquisition approach.



This notice is for information and planning purposes only. The respondents will not be notified of the results of any review conducted of the capability statements received.



Please notify this office in writing via email by 10:00am on Friday, December 16, 2023. Submit response and information through email to: jeffrey.m.post@usace.army.mil. Please include the Sources Sought No. W9123823S0028 in the subject line.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 1325 J STREET
  • SACRAMENTO , CA 95814-2922
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Dec 02, 2022 10:11 am PSTSources Sought (Original)

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 >