Search Contract Opportunities

USACE SPK – DBB – American River Common Features (ARCF), Erosion Lower American River (LAR) Site 1-1 (Contract 3A) – Sacramento, CA   4

ID: W9123823B0013 • Type: Presolicitation • Match:  95%
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?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 1, 2024, 11:46 a.m. EST

The U.S. Army Corps of Engineers (USACE), Sacramento District (SPK), anticipates a potential requirement to perform design-bid-build (DBB) construction services to conduct erosion control measures along site 1-1 of the in support of the American River Common Features (ARCF) Erosion Lower American River (LAR) Site 1-1 project (referred to as contract 3A), which is located on the American River within the American River Parkway in Sacramento, California.

Site 1-1 is located on the left bank looking downstream. The site roughly extends from the Union Pacific Railroad (UPRR) Bridge to approximately 1,800-feet upstream of the Interstate 80 Business Bridge. Construction access is anticipated to be from Sutter's Landing Regional Park to the west and Glenn Hall Park to the east. The primary intent of the project is to reduce the risk of levee failure by erosion during extreme flow events.

The project is anticipated to include construction of approximately 2,500 feet of riverbank and river toe erosion protection and stabilization of the existing levee; design is not required. Vegetation clearing (including the removal of select trees to four feet above existing grade) and the transplanting of elderberry shrubs within the project footprint is anticipated to be performed by another Contractor prior to erosion protection and on-site habitat construction activities. The Contractor is anticipated to be required to protect identified vegetation, structures, and utilities, remove stumps, strip & grub the project footprint, install temporary access ramps, and place silt fencing, construction chain link fencing and construction safety fencing along the project footprint, staging areas, and haul routes. After the project site has been prepared, it is anticipated the Contractor will be required to excavate and regrade approximately 3,300 cubic yards of material from the downstream riverbank slope, as well as stockpile suitable excavated material for placement as engineered fill. It is anticipated the Contractor will be required to install soil-filled rock slope protection on the waterside levee face and riverbank, install rock apron protection at two existing stormwater outfalls, place soil and rock to construct river toe protection and planting bench features, tie-in erosion protection elements to existing rock revetment features, place instream wood structures on the planting benches, and provide temporary erosion control for stabilization of disturbed soil areas. It is anticipated that about 2,500 feet of the site will require working in the active channel of the American River to place material with associated turbidity control. It is anticipated the project will require import and placement of approximately 36,000 tons of Federal Highway Administration (FHWA) Class I riprap, 30 tons of FHWA Class II riprap, 750 tons of FHWA Class VI riprap; 6,400 tons of FHWA Subbase A bedding, 100 tons of B4 bedding; 9,500 cubic yards of FHWA Class I soil-filled rock; 4,600 cubic yards of topsoil, 7,000 cubic yards of soil fill; 145 trees (for instream wood structures), and 1,350 live cuttings to be planted on-site.

It is estimated that construction of the potential requirement can be completed within 380 calendar days.

The potential requirement may result in a solicitation issued approximately 31 JAN 2024.

If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by approximately 31 MAY 2024.

In accordance with Defense Federal Acquisition Regulation DFARS 236.204(i) between $10,000,000 and $25,000,000.

The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 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 $39,500,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be Y1PC Construction of Unimproved Real Property (Land).

If the Government intends to conduct a pre-bid conference and/or site visit, the date, time, location, and access requirements will be identified in the solicitation.

Please DO NOT request an updated schedule if the estimated dates are surpassed; the Government will release all information publicly on SAM.gov when available, and requests for an updated posting schedule may be ignored.

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 bid that shall be considered by the agency. This project and/or the anticipated solicitation may be changed, delayed, or canceled at any time.

All prospective Offerors and their Subcontractors must be registered in the 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 to be download from PIEE, which may be accessed at https://wawf.eb.mil OR https://piee.eb.mil.

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.

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

The ONLY Interested Vendors / Plan Holders / Bidders List is available through SAM.gov; Contractors are responsible for identifying their entity as an interested vendor and contacting other interested vendors. USACE SPK will not review capabilities statements submitted in response to this Synopsis or coordinate partnering arrangements between parties. Contractors

Posted: Jan. 26, 2024, 2:58 p.m. EST
Posted: Jan. 19, 2024, 1:02 p.m. EST
Posted: Jan. 16, 2024, 6:35 p.m. EST
Posted: May 5, 2023, 12:14 p.m. EDT
Posted: May 4, 2023, 3:02 p.m. EDT
Posted: Jan. 18, 2023, 6:53 p.m. EST

Overview

Response Deadline
April 3, 2024, 5:00 p.m. EDT (original: Feb. 3, 2023, 10:00 a.m. EST) Past Due
Posted
Jan. 18, 2023, 6:53 p.m. EST (updated: March 1, 2024, 11:46 a.m. EST)
Set Aside
None
Place of Performance
Sacramento, CA 95833 United States
Source

Current SBA Size Standard
$45 Million
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
79%
On 1/18/23 USACE Sacramento District issued Presolicitation W9123823B0013 for USACE SPK – DBB – American River Common Features (ARCF), Erosion Lower American River (LAR) Site 1-1 (Contract 3A) – Sacramento, CA due 4/3/24. The opportunity was issued full & open with NAICS 237990 and PSC Y1PC.
Primary Contact
Name
Thomas, Cochran   Profile
Phone
(916) 557-7299

Documents

Posted documents for Presolicitation W9123823B0013

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Presolicitation W9123823B0013

Award Notifications

Agency published notification of awards for Presolicitation W9123823B0013

Contract Awards

Prime contracts awarded through Presolicitation W9123823B0013

Incumbent or Similar Awards

Contracts Similar to Presolicitation W9123823B0013

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W9123823B0013

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W9123823B0013

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
April 18, 2024
Last Updated By
thomas.cochran@usace.army.mil
Archive Date
April 18, 2024