SOURCES SOUGHT
38 -- USACE SPK DB Construction � Waterfront Water Distribution Phase One for MOTCO, Concord, CA
- Notice Date
- 6/9/2025 3:11:10 PM
- Notice Type
- Sources Sought
- NAICS
- 237110
— Water and Sewer Line and Related Structures Construction
- Contracting Office
- W075 ENDIST SACRAMENTO SACRAMENTO CA 95814-2922 USA
- ZIP Code
- 95814-2922
- Solicitation Number
- W9123825S0019
- Response Due
- 6/23/2025 5:00:00 PM
- Archive Date
- 07/08/2025
- Point of Contact
- Jennifer Wheelis, Phone: 4029952038, Melissa A. DeNigris, Phone: 9165575137
- E-Mail Address
-
jennifer.l.wheelis@usace.army.mil, Melissa.A.DeNigris@usace.army.mil
(jennifer.l.wheelis@usace.army.mil, Melissa.A.DeNigris@usace.army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- SOURCES SOUGHT NOTICE Project Description: Waterfront Water Distribution Phase 1 for Military Ocean Terminal Concord (MOTCO), CA Anticipated Posting Date: 09 June 2025 Sources Sought Number: W9123825S0019 SAM Posting Title: USACE SPK DB Construction � Waterfront Water Distribution Phase One for MOTCO, Concord, 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 Military Ocean Terminal Concord (MOTCO) Waterfront Phase 1 project is meant to ensure potable water and sufficient fire flows are provided to Wharf 2, future Wharf 3.5, and other buildings on the tidal side of MOTCO. 3 existing pipes will increase in size to allow for increased flows to reach the designated wharfs and 1 pipe will be replaced at the same size as the existing one. 4300 linear feet (LF) of 12� water line will be replaced by 16� water line adjacent to Johnson Road, 3200 LF of 10� water line will be replaced by 20� water line adjacent to Mordoh Road, 2500 LF of 14� water line will be replaced by a new 14� water line adjacent to Waterfront Road, and 2400 LF of 14� water line will be replaced by 20� water line south of a Union Pacific Rail crossing Main Street. Existing Fire Hydrants and valves connected to these water lines will need to be replaced if not installed within the last 30 years to remove outstanding lead fittings. A chlorination station is being added to this project at the intersection of Johnson Road and Kinney Boulevard. Fire flow demand requires completion of Waterfront Phase 2 as well as this project. Design work will continue in Waterfront Phase 2 upon completion of this project. The potential requirement may result in a Firm-Fixed Price solicitation issued approximately August 2025. If solicited, the Government intends to award the anticipated requirement by September 2025. The Government estimates that design and construction of the potential requirement can be completed within 540 calendar days from receipt of Notice to Proceed. If market conditions indicate this estimate may be unrealistic, Respondents are encouraged to provide specific information (such as known equipment lead times or other timeline concerns) for Government consideration when responding to this Sources Sought Notice. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i) the estimated magnitude of construction is expected to be between $10,000,000 and $25,000,000. The North American Industrial Classification System (NAICS) code for the potential requirement is anticipated to be 237110, Water and Sewer Line and Related Structures Construction. The small business size standard for the NAICS, as established by the U.S. Small Business Administration is $45,000,000 annual revenue. The Product Service Code for the potential requirement is anticipated to be 3820, Mining, Rock Drilling, Earth Boring, and Related Equipment. Interested 8(a) Alaska Native Corporations (ANC)/Tribal owned contractors having the skill, capabilities, workload capacity and ability to obtain bonding necessary to complete the described project (either through self-performance and/or the managing of subcontractors) are invited to provide their capability statements to the point of contact listed below. The Government intends on sole-sourcing this requirement to a capable 8(a) ANC/Tribal Owned contractor. All responses will be used to assist the Government in selecting a sole source contractor. Based on the responses received, the Government may hold individual capability briefings for additional information. CAPABILITY STATEMENT Responses must be limited to ten (10) 8.5 x 11 inch pages with a minimum font size of point 10. Please provide the following information: 1) Company name, System for Award Management Unique Entity Identification number (SAM UEID) or Employer Identification Number (EIN), address, point of contact name, contact phone number, contact e-mail address, and statement identifying whether the company employs union or non-union workers. 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: Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), certified Historically Underutilized Business Zone (HUBZone), 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 notify this office in writing via email by 23 June 2025 at 5:00 p.m. PST. Submit response and information through email to: Jennifer.L.Wheelis@usace.army.mil and Melissa.A.DeNigris@usace.army.mil. Please include the Sources Sought No. W9123825S0019 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3bdbb1dfa36e494e8fc1a8bf7b231c1a/view)
- Place of Performance
- Address: Concord, CA 94520, USA
- Zip Code: 94520
- Country: USA
- Zip Code: 94520
- Record
- SN07471029-F 20250611/250609230044 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |