Search Contract Opportunities

Lower San Joaquin Reach TS30L   4

ID: W9123824B0010 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

W9123824B0010

San Joaquin River Basin, Lower San Joaquin River, CA, Project Reach TS30L Levee Improvements Project
The Government anticipates issuing an Invitation for Bid (IFB) with the intent of awarding a Firm-Fixed Price construction contract for the San Joaquin River Basin, Lower San Joaquin River, CA, Project Reach TS30L Levee Improvements.

Project Background: USACE completed the San Joaquin River Basin, Lower San Joaquin River, CAIntegrated 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.

Project Description: 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), 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 and 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 first 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.

In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(ii), the Government currently estimates the magnitude of the construction for this project to be [$25,000,000 and $100,000,000].

This prospective contract action will be conducted using NAICS Code 237990 (Other Heavy and Civil Engineering Construction). The size standard is $45 Million. Product Service Code is Y1LC (Construction of Tunnels and Subsurface Structures).

The solicitation will proceed as a Total small business set-aside acquisition and is estimated to be issued early June 2024, with bids due tentatively mid July 2024. The IFB will be issued on the Government Point of Entry known as SAM.gov and will establish a firm bid due date/time.

The site visit will be held at a time and place to be determined and will be included in the solicitation.

PLEASE DO NOT request a copy of the solicitation, or draft plans and specifications, as they are not currently available. Any available technical data required to respond to the solicitation will be furnished as part of the solicitation. Following solicitation release, all responsible sources may submit a proposal that shall be considered by the agency. This project and/or anticipated solicitation may be changed, delayed, or cancelled at any time.

All Prospective contractors and their subcontractors and suppliers must be registered in System for Award Management (SAM -www.SAM.gov) and the Procurement Integrated Enterprise Environment (PIEE) website to be able to download solicitation information.

Solicitation documents, plans and specifications are only available via the Procurement Integrated Enterprise Environment (PIEE) website https://wawf.eb.mil OR https://piee.eb.mil OR https://piee.eb.mil/xhtml/unauth/home/login.xhtml.

Registration should be completed one (1) week prior to the anticipated solicitation release date. USACE will not notify Offerors of any changes to the solicitation; Offerors must monitor PIEE and SAM for the solicitation to be posted, and for any posted changes or amendments.

See attachments PIEE Solicitation Module Vendor Access Instructions , SOP PIEE Proposal Manager Offeror , and SOP PIEE Posting Offer for instructions on getting access to the PIEE Solicitation Module and submitting Offeror proposals.

Copies of the solicitation and the solicited plans and specifications will be made available for inspection without charge after the solicitation after the solicitation is released, when accessed through PIEE.

The only INTERESTED VENDORS LISTS (plan-holder's/bidder's list) is available via SAM.gov. Contractors are responsible for identifying their entity as an interested vendors and contacting other interested vendors. USACE SPK will not review capability statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors should check SAM.gov frequently for changes to the interested vendors list and this Notice.

NO RESPONSE OF ANY KIND IS REQUIRED IN REGARD TO THIS PRESOLICITATION NOTICE.

Overview

Response Deadline
June 4, 2024, 1:00 p.m. EDT Past Due
Posted
May 21, 2024, 3:24 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Stockton, CA 95202 United States
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Est. Value Range
$25,000,000 - $100,000,000 (value based on agency estimated range)
Odds of Award
79%
Signs of Shaping
78% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 5/21/24 USACE Sacramento District issued Presolicitation W9123824B0010 for Lower San Joaquin Reach TS30L due 6/4/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 237990 (SBA Size Standard $45 Million) and PSC Y1LC.
Primary Contact
Name
Jessica Padilla   Profile
Phone
(916) 557-6783

Secondary Contact

Name
Rachel Kinney   Profile
Phone
(916) 557-6685

Documents

Posted documents for Presolicitation W9123824B0010

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W9123824B0010

Award Notifications

Agency published notification of awards for Presolicitation W9123824B0010

Contract Awards

Prime contracts awarded through Presolicitation W9123824B0010

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9123824B0010

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9123824B0010

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9123824B0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SPD > US ARMY ENGINEER DISTRICT SACRAMENT
FPDS Organization Code
2100-W91238
Source Organization Code
100221301
Last Updated
June 19, 2024
Last Updated By
jessica.padilla@usace.army.mil
Archive Date
June 19, 2024