Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-10-21 19:07:00
United States SAM

USACE SPK DBB Construction - Lower American River, Site 2-1 - Sacramento, CA

Process Number W9123822B0003

USA

Dates:


Notice ID:

W9123822B0003

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

US ARMY ENGINEER DISTRICT SACRAMENT

Office:

US ARMY ENGINEER DISTRICT SACRAMENT

General Information:


All Dates/Times are:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-10-21 19:07:00

Original Response Date:

Nov 05, 2021 10:00 am EDT

Inactive Policy:

15 days after response date

Original Inactive Date:

Nov 20, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

Y1PC - CONSTRUCTION OF UNIMPROVED REAL PROPERTY (LAND)

NAICS Code:

237990 - Other Heavy and Civil Engineering Construction

Description:


Original Set Aside:

W9123822B0003 - USACE SPK DBB Construction - Lower American River, Site 2-1 - Sacramento, CA The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to construct Erosion Counter Measures (ECM) at Site 2-1 located on the American River within the American River Parkway in Sacramento, California. The Government intends to solicit an Invitation for Bid (IFB) that will result in award of a Firm-Fixed Price contract. Project Description: Work is anticipated to include design-bid-build (DBB) construction services to provide roughly 5,500 feet of stream bank protection and stabilization of the existing levee, to protect critical infrastructure against the effects of erosion during large flood events. Most vegetation will be cleared from the project footprint prior to construction; however, the Contractor will be required to clear remaining vegetation and stumps, grub, and strip the project footprint, place soil and rock revetment on the waterside levee face and riverbank, place soil and erosion control netting to construct planting benches, place instream wood structures on the planting benches, and plant and seed the placed material. About 4,100 feet of the site will require working in the active channel of the American River to place material. The project will require import and placement of approximately 73,000 tons of Federal Highway Administration (FHWA) Class V and 70,000 tons of FHWA Class III of rock riprap, approximately 38,000 tons of bedding material, approximately 31,000 cubic yards of topsoil, approximately 180 trees (for instream wood structures), and approximately 855 live cuttings to be planted on-site. Additional Information: In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii) the estimated magnitude of construction is expected to be between $25,000,000.00 and $100,000,000.00. The North American Industrial Classification System (NAICS) code for the potential requirement is 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 $39,500.00 million in annual revenue. The Product Service Code is Y1PC - Construction of Unimproved Real Property (Land). The solicitation is anticipated to be issued through the Governmentwide Point of Entry (GPE) (www.SAM.gov) on or about November 2021 as an unrestricted requirement. Please do not request a copy of the solicitation, or additional plans and specifications, as they are not currently available. Draft plans and specifications will be made available for inspection without charge after the solicitation is released, when requested and delivered by electronic mail and/or data interchange. The solicitation will be made available without charge when accessed through the GPE or requested and delivered by electronic mail and/or data interchange. PLEASE NOTE: this project and/or the proposed solicitation and contract action may be changed, delayed, or canceled at any time. The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov. Contractors are responsible for self-identifying as interested vendors and contacting other interested vendors. USACE-SPK will not review capabilities statements submitted in response to this Notice or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.

Attachments / Links:


Document Size Updated date Download

Contact Information:


KO CONTRACTING DIVISION 1325 J STREET

SACRAMENTO , CA 95814-2922

USA

Primary Point of Contacts:

Sara Kimsey