USACE SPK DBB Construction - DDJC Tracy Various Paving Projects

Agency: DEPT OF DEFENSE
State: California
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159011815226043
Posted Date: Mar 27, 2023
Due Date: Apr 24, 2023
Solicitation No: w9123823s0035
Source: Members Only
Follow
USACE SPK DBB Construction - DDJC Tracy Various Paving Projects
Active
Contract Opportunity
Notice ID
w9123823s0035
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Mar 27, 2023 03:07 pm PDT
  • Original Response Date: Apr 24, 2023 05:00 pm PDT
  • 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:
    Tracy , CA 95304
    USA
Description

SOURCES SOUGHT NOTICE



Project Description: DDJC Tracy Various Paving Projects



Anticipated Posting Date: 27 March 2023



Sources Sought Number: W9123823S0035



SAM Posting Title: USACE SPK DBB Construction - DDJC Tracy Various Paving Projects ā€“ Tracy, CA



SAM Posting Description:



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 United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to repair, replace and/or provide new pavement at five (5) locations in the installation.



Contractor shall furnish and provide all labor, material, equipment, and supervision to expand a parking lot, remove and replace a parking lot, remove and replace a loading/unloading area, remove and replace a roadway, install concrete trailer landing gear bearing strips, lime treating subgrade, soil excavation, import fill, soil compaction, sawcut existing pavement, concrete forms, sawcut concrete contraction joints, grind existing striping, restripe an existing parking lot, restripe truck stalls, stripe the parking lots and roadway, stripe and install signage for handicap stalls, stripe directional arrows, crosshatched areas, and install parking blocks near Warehouses 30 & 29, Buildings 38, 72, and ā€œCā€ Street at the Defense Distribution Depot, San Joaquin.



The anticipated requirement may result in a solicitation issued approximately July 2023.



If solicited, the Government intends to award the contemplated requirement as a firm-fixed price contract by approximately mid-September 2023. 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 $1,000,000.00 to $5,000,000.00.



The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237310 ā€“ Highway, Street, and Bridge 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 Z2LB, Repair or Alteration of Highways, Roads, Streets, Bridges, and Railways.



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 fifteen percent (15%) 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) / twelve (12) 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, Mary Noonan, at Mary.M.Noonan@usace.army.mil by 1700/ 5:00 p.m. (PT) Monday, 24 April 2023.



Please include the Sources Sought Notice number, W9123823S0035 in the e-mail 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
  • Mar 27, 2023 03:07 pm PDTSources 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 >