USACE SPK DBB Construction – USFS Campground – Lake Isabella, CA
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Nov 18, 2024 01:56 pm PST
- Original Response Date: Jan 13, 2025 11:00 am PST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jan 28, 2025
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Y1AZ - CONSTRUCTION OF OTHER ADMINISTRATIVE FACILITIES AND SERVICE BUILDINGS
- NAICS Code:
- 236220 - Commercial and Institutional Building Construction
- Place of Performance: Lake Isabella , CAUSA
Description
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates solicitation of a requirement for design-bid-build (DBB) construction services to build campsites and associated facilities for the United States Forest Service (USFS) at the Lake Isabella Campground in California.
The Government anticipates providing design to include mainly civil, geotechnical, landscape architectural, electrical, and structural design components associated with campground restoration and drainage features installation.
The Government anticipates the following construction work may be required:
- Construct new drainage concrete structure to connect existing dual 18” reinforced concrete pipe at the Main Dam upper right abutment, and installation of a new drainage system consisting of 24” welded steel pipe and 24” polyvinyl chloride (PVC), outfall structure and associated features to the Kern River.
- Mill down 3-inches and repaving 3-inches of pavement for approximately 300 feet of Highway 155, including traffic control during construction, implementing CalTrans encroachment permit package requirements, and preparing and obtaining all permits requirements.
- Construct six (6) new group campsites including equipment features of shaded structures, grills, concrete picnic tables, paved parking spaces, signs, and protection boulders.
- Construct a new host site to include paved parking spaces, electrical, underground septic tank with valve, concrete table, ring, and sign.
- Install two (2) new duplex vault-toilet buildings with interior and exterior lighting.
- Install water pipes to serve new group sites and host site, one (1) water hydrant, and three (3) spigots. Coordinate with Southern CA Edison on new meter facility design and installation, equipment access coordination near Southern CA Edison facility (overhead), and install new meter and electrical distribution system to vault toilet buildings and host site.
- Repave camp sites road tie-ins to new group sites and the host site, repair damaged roads (erosion) to maintain camp sites access, install drainage utility features, conduct associated grading, and complete road pavement markings.
- Site demolition and grading work.
- Perform Stormwater Pollution Prevention Plan (SWPPP) design, implement SWPPP work, and complete seeding.
The Government estimates that construction of the anticipated requirement can be completed within 365 calendar days from Notice to Proceed.
In accordance with FAR 36.204, the estimated magnitude of construction is expected to be between $1,000,000 and $5,000,000.
The Government intends to solicit an Invitation for Bids (IFB) that will result in award of a firm-fixed price contract.
The solicitation is anticipated to be issued using North American Industrial Classification System (NAICS) code 236220, Commercial and Institutional Building Construction. The small business size standard for this NAICS, as established by the United States Small Business Administration (SBA), is $45,000,000.00 annual revenue. The Product and Service Code (PSC) is anticipated to be Y1AZ, Construction of Other Administrative Facilities and Service Buildings.
The solicitation is anticipated to be issued as a total small business set-aside through the Procurement Integrated Enterprise Environment (PIEE - https://piee.eb.mil) and Governmentwide Point of Entry, the System for Award Management (SAM - www.SAM.gov) on or about 3 December 2024 with bids tentatively due 13 January 2025.
If the Government conducts a pre-bid conference and/or site visit, the date, time, location, and access requirements will be identified in any forthcoming solicitation.
Please DO NOT request an updated schedule if estimated dates are surpassed; the Government will release all information publicly through PIEE and SAM when updates are available. Requests for schedule updates 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 will be furnished with any forthcoming 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.
The anticipated solicitation and attachments may be posted in Portable Document Format (.pdf) which will require Adobe Acrobat Reader to open and view files. Adobe Acrobat Reader may be downloaded free of charge at http://www.adobe.com/products/reader.
All prospective Offerors should be registered in the PIEE system at least one (1) week prior to the anticipated bid due date. Registration is not required to download any forthcoming solicitation documents, plans, and/or specifications, but IS required to submit a bid. Copies of the solicitation and attachments will be made available for inspection without charge after the solicitation is released, when accessed through PIEE. Failure to register in PIEE will prevent submission of bids as the Government will not accept them by any other means. See linked PIEE registration instructions and web-based training for information about how to access the PIEE Solicitation Module and submit bids.
All prospective Offerors must be registered in SAM before the anticipated solicitation closing date. Please see the SAM website for information about SAM registration requirements and approval timelines.
It is anticipated that any future solicitation and/or resulting contract will be subject to the E-Verify Employment Eligibility Verification Program (http://www.uscis.gov/e-verify), sustainable acquisition requirements, and/or high-performance sustainable building design and construction practices (https://www.epa.gov/greeningepa/guiding-principles-federal-leadership-high-performance-and-sustainable-buildings).
USACE will not notify prospective 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.
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 should check SAM.gov frequently for changes to the interested vendors list and this Notice.
Attachments/Links
Contact Information
Contracting Office Address
- KO CONTRACTING DIVISION 1325 J STREET
- SACRAMENTO , CA 95814-2922
- USA
Primary Point of Contact
- Gilbert Coyle
- gilbert.coyle@usace.army.mil
- Phone Number 9615576986
Secondary Point of Contact
- Melissa A. DeNigris
- Melissa.a.denigris@usace.army.mil
- Phone Number 9165575137
History
- Jan 28, 2025 08:55 pm PSTPresolicitation (Original)