SOURCES SOUGHT NOTICE
Project Description: Military Ocean Terminal Concord (MOTCO) Rail Curve Package 2
Anticipated Posting Date: 24 March 2025
Sources Sought Number: W9123825S0013
SAM Posting Title: USACE SPK DBB Construction – MOTCO Rail Curve Package 2
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.
NOTE: This is a refresh of two previous Sources Sought postings for the same requirement, W9123822S0028 posted 25 March 2022 and W9123823S0031 posted 13 March 2023. If a response and capability statement were provided with the original posting, and nothing has changed, an e-mail indicating continued interest is all that’s requested.
GENERAL SCOPE:
The United States Army Corps of Engineers (USACE) Sacramento District (SPK) anticipates a potential requirement to remove and replace existing railroad curves located at the Military Ocean Terminal Concord (MOTCO), Concord CA
The Rail Curve Package 2 repair scope includes reconstruction of approximately 7500 LF linear feet rail repair, including repairs of ties, rails and other track material for multiple rail curves on the tidal side of the installation at Military Ocean Terminal Concord (MOTCO). The base bid package includes repair by replacement of curves 6, 11 & 12 with curvature less than 12 degrees, demolition of curves 4 & 5. Curve 19 is an optional repair by replacement with connection to a UPRR-owned mainline siding. Tracks will be constructed per standards in UFC 4-860-01FA and AREMA Manual for Railway Engineering.
The anticipated requirement may result in a solicitation issued early-June 2025.
If solicited, the Government intends to award the contemplated requirement as a firm-fixed-price contract by late-August 2025. The Government estimates that construction of the anticipated requirement can be completed within 580 calendar days.
In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 236.204(i), the Government currently estimates the magnitude of construction for this project 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 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 $45 Million annual, as modified by the SBA, effective March 17th, 2023. Businesses registered in the System for Award management (SAM.gov) must update their SAM registration in order to have their small business status updated based on the new size standards effective March 17th, 2023. Until the SAM registration is updated, the SAM profile will continue to display the small business status under the old size standards.
The Product Service Code for the potential requirement is anticipated to be Z2LB Repair or Alteration of Highways, Roads, Streets, Bridges and Railways..
If there is a reasonable expectation that at least two (2) responsible small business concerns under this NAICS can provide the anticipated services at fair market prices, the Contracting Officer is required to set the acquisition aside for small business concerns. If competition is set-aside for small businesses, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, requires that general construction small business Contractors self-perform at least fifteen percent (15%) of the cost of the contract, not including the cost of materials. If no set aside is made, the requirement is competed with full and open competition, and the awarded Contractor is not a small business, the Contractor will be required to perform the percent of work identified in the solicitation under FAR 52.236-1, Performance of Work by the Contractor.
Contractors with the skill, capabilities, workload capacity, and ability to obtain bonding to complete the project described above (either through self-performance and/or Subcontractor management) are invited to provide capability statements to the point of contact listed below. Other than small businesses are also encouraged to submit Capability Statements.
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, Employer Identification Number (EIN) or System for Award Management Unique Entity Identification number (SAM UEID), address, point of contact, phone number, and e-mail address.
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: certified HUBZone, Woman-Owned Small Business, Serviced-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 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 provide responses and/or questions by e-mail to the Contract Specialist, Jessica Padilla, at (jessica.padilla@usace.army.mil) by 1600 / 4:00 p.m. (PDT) Thursday, 03 April 2025.
Please include the Sources Sought Notice number, ‘W9123825S0013’ in the e-mail subject line.