The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Jetty Construction. The Federal Supply Code (FSC) will be Z2QA. The size standard for small business is $36,500,000.00. Interested parties sought for Construction services consisting of repairs to the Humboldt Harbor North Jetty in Humboldt County, CA.
NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME.
Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: [email protected]
All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest.
Project Description:
Construction services will consist of jetty repairs at Humboldt Harbor North Jetty. Repairs will be made to approximately 4,000 linear feet of storm-damaged jetty returning the damaged sections to original design conditions. The proposed repairs will entail placement of approximately 25,000 tons of new 15-20 ton armor stone, resetting of existing armor stone, and repair of the concrete cap. The intent is to repair the damaged sections to authorized design specifications including the crest elevation, the seaward side slope from the seabed to the crest, the harbor side slope from the seabed to the crest. The jetty is accessible by land and by sea. Excavation for access may be required to deliver armor stone by sea, if barges are utilized.
The estimated price range for this project is $5,000,000 - $10,000,000.
Estimated duration of the project is twelve (12) months.
Anticipated solicitation issuance date is on or about July 15, 2019 and the estimated Bid Open date is on or about August 15, 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued.
CAPABILITIES AND QUALIFICATIONS:
Qualified personnel are required with recent knowledge and experience in:
1. Interested parties must have the capability to place large armor stone, including appropriately sized crane and support equipment in order to complete all work within the contract period of performance identified in the contract solicitation.
2. Base contract work will be executed within the environmental work window, which begins March 1, 2019 and ends November 30, 2019.
3. Offeror's type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.).
4. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages.
RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.
Your response is limited to 10 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P7-19-S-0009: Sources Sought market research for "Humboldt North Jetty Repair."
All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 3:00 PM Pacific Time on 21 January 2019. Submit response and information to: [email protected]
_____________________________________________________________________________________________
Contracting Office Address:
USACE District, San Francisco, 450 Golden Gate, Fourth Floor, Suite 0134, San Francisco, CA 94102-3406
Place of Performance:
USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US
Point of Contact(s):
Mary Fronck, 415-503-6554
[email protected]