Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2015 FBO #4829
MODIFICATION

Y -- Grays Harbor Inner Harbor Multi-Year Dredging, Grays Harbor County, Washington

Notice Date
2/11/2015
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Seattle, ATTN: CENWS-CT, PO Box 3755, Seattle, WA 98124-3755
 
ZIP Code
98124-3755
 
Solicitation Number
W68MD943457239
 
Response Due
2/17/2015
 
Archive Date
4/12/2015
 
Point of Contact
Sonia Frees, 206-764-3516
 
E-Mail Address
USACE District, Seattle
(sonia.m.frees@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Effective 2/11/15, the following revisions replace the original items in their entirety: 1) Summary of Scope of Work (SOW): The following has been added: Clamshell dredging is required. 2) REQUIREMENTS, #4: The following has been added: projects completed or at least 75 % complete... 3) REQUIREMENTS, #4a: The following has been removed: customer satisfaction ----------------------------------------------------------------------------------- *Point of Contact: Contract Specialist Caroline Mueller at caroline.b.mueller@usace.army.mil COMBINED SOURCES SOUGHT AND MEETING WITH INDUSTRY ANNOUNCEMENT US Army Corps of Engineers (USACE), Seattle District, is seeking small business sources for a construction project titled: Grays Harbor Inner Harbor Multi-Year Dredging. Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $25 Million and $100 Million. 100 percent payment and performance bonds will be required. The North American Industry Classification System (NAICS) code for this project is 237990, Other Heavy and Civil Engineering Construction - Dredging and Surface Cleanup Activities, and the associated small business size standard is $27,500,000. Note: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. This sources-sought announcement is a tool to identify businesses with the capability to accomplish the work and is for information/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. The type of solicitation to be issued will depend upon information received in response to this sources sought announcement. No reimbursement will be made for any costs associated with providing information in response to this sources sought announcement or any follow up information. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. This is not a request to be placed on a solicitation mailing list and is not to be construed as a commitment by the Government. The results of this survey will be considered to be in effect for a period of one year from the date of this notice. Limitations on Subcontracting: The prime contractor, in accordance with FAR clause 52.219-14 Limitations on Subcontracting paragraph (c)(3) General Construction, will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. Summary of Scope of Work (SOW): U.S. Army Corps of Engineers (USACE), Seattle District, requires removal of approximately 1,000,000 cubic yards per year as maintenance dredging, and approximately 1,700,000 to 2,900,000 cubic yards as channel deepening material. Clamshell dredging is required. The current dredging project depth is -36 feet MLLW. The deepened project depth will be -38 feet MLLW. Dredging will consist of project depth, plus 2 feet of advanced maintenance dredging, plus 1-2 feet of allowable paid over-depth. It is unknown at this time which year the channel deepening portion of the contract will be awarded; however, it is anticipated it will be awarded in conjunction with either the base, or one of the option periods. Dredging will occur from the Cross Over Channel, Station 715+20, to Aberdeen 1, Station 1207+06. Material will be placed in water. A small portion of new work material is unsuitable for in-water placement. The placement site for this material is not yet determined. The work window for this work is July 15 - February 14. Certain reaches have a required dredging shut-down from mid-September until the end of November. The purpose of this notice is to gain knowledge of potentially qualified Small Businesses (SB), 8(a) businesses, Small Disadvantage Businesses (SDB), Woman Owned Businesses (WOSB), Service-Disabled Veteran Owned Small Businesses (SDVOSB), or HUBZone prime contractor business sources. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1.Firm's name, address (mailing and URL), point of contact, phone number, email address. 2.Business classification, i.e., Small Business (SB), Small Disadvantage Business (SDB), Woman-Owned Small Business (WOSB), Veteran Owned Small Business (VOSB), Service Disabled Veteran Owned Small Business (SDVOSB), Historically Underutilized Business Zone (HUBZone) Small Business, 8(a) Program, or Other Than Small Business (large business). 3.Information regarding the firm's owned equipment including vessel names, footprint of the dredges, bucket sizes, scow sizes, types of scows (flat deck, bottom dump, etc), and maximum dredging depths. 4.Three (3) examples of past projects completed or at least 75 % complete, as the Prime Contractor for dredging of similar scope, magnitude and complexity completed within the last five (5) years. Examples should include the following information: a.A description of the project, customer name, timeliness of performance, and dollar value of each project; b.Information regarding previous dredging jobs the company has been the prime contractor, and/or completed 50% or more of the work as the prime, on either a $10,000,000 - $15,000,000 range annually, or demonstrating production of 300,000 cubic yards or more removed on average per month. 5.Firm's interest in bidding on the solicitation if issued. 6.CAGE code and DUNS number. 7.Firm's Joint Venture Information, if applicable. 8.Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate 9.Of the total proposed SOW, estimate the percentage (%) to be performed by small and other than small (large) businesses. All interested parties who believe they can meet the requirements are invited to submit, in writing, complete information describing their interest and ability to meet all requirements stated above. Prior Government contract work is not required for submitting a response under this sources sought announcement. The official Synopsis citing a solicitation number will be issued on Federal Business Opportunities (www.FBO.gov) inviting firms to register electronically to receive an electronic notification of a solicitation should one be issued. SUBMIT TO: Responses to the Sources Sought Announcement should be received no later than 2:00 pm (Pacific Time) on 17 February 2015. Submit responses to the attention of Caroline Mueller, Contract Specialist, by email: caroline.b.mueller@usace.army.mil. All interested firms must be registered in SAM (https://www.sam.gov) and remain current for the duration of the contract to be eligible for award of Government contracts. ADDITIONALLY, INTERESTED FIRMS ARE INVITED TO ATTEND A MEETING WITH INDUSTRY ON THURSDAY, 5 FEBRUARY 2015, 10:00 AM - 12:00 PM (check-in at 9:45 AM if attending in person). The purpose of this meeting is to discuss the proposed contract scope, and have open communication on methods to accomplish this work along with Government assumptions. The meeting will be located at 4735 East Marginal Way South, Seattle, WA 98134. A phone-in option will be available. Interested firms are required to RSVP no later than close of business 3 February 2015. SUBMIT RSVP TO: Caroline Mueller, Contract Specialist, by email: caroline.b.mueller@usace.army.mil. Further details will be provided upon receipt of RSVP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD943457239/listing.html)
 
Place of Performance
Address: USACE District, Seattle ATTN: CENWS-CT, PO Box 3755 Seattle WA
Zip Code: 98124-3755
 
Record
SN03639508-W 20150213/150211234331-905b76fa8039dae6fb18ba985e7e0181 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.