SOURCES SOUGHT
Y -- FY17 – FY18 Grays Harbor Inner Harbor O&M and Deepening Dredging, Grays Harbor, Washington
- Notice Date
- 12/23/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Seattle, Attn: CENWS-CT, PO Box 3755, Seattle, Washington, 98124-3755, United States
- ZIP Code
- 98124-3755
- Solicitation Number
- W68MD953273642
- Archive Date
- 1/30/2016
- Point of Contact
- Caroline Mueller, Phone: 206-764-6741, Bobbie Weitzel, Phone: 206-764-6692
- E-Mail Address
-
caroline.b.mueller@usace.army.mil, barbara.a.weitzel@nws02.usace.army.mil
(caroline.b.mueller@usace.army.mil, barbara.a.weitzel@nws02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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: FY17 - FY18 Grays Harbor Inner Harbor O&M and Deepening Dredging, Grays Harbor, Washington. 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. Summary of Scope of Work (SOW): U.S. Army Corps of Engineers (USACE), Seattle District, requires removal of approximately 1,200,000 cubic yards as maintenance dredging and approximately 2,300,000 cubic yards as channel deepening material over a period of two years. 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 2 feet of allowable paid over-depth. Dredging will occur from the Crossover Channel (Station 722+95) to Cow Point (Station 1234+99). Material will be placed in water. A small portion of new work material (estimated to be 22,000 cubic yards) is unsuitable for in-water placement. The placement site for this material is located less than 1 mile from Terminal 3. The work windows for this work are 1 Oct 2016 through 14 February 2017; 16 July 2017 through 14 February 2018; and 16 July 2018 through 15 September 2018. Cow Point, Turning Basin, and Hoquiam Reaches have a required dredging shut-down from mid-September until the end of November; however Crossover and North Reaches can be dredged during these restricted months. 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. Firm's interest in bidding on the solicitation if issued. 5. CAGE code and DUNS number. 6. Firm's Joint Venture Information, if applicable. 7. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate 8. 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 15 January 2016. 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 AN INDUSTRY DAY MEETING ON WEDNESDAY, 20 JANUARY 2016, 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 12 January 2016. Plans and Specs will be provided to interested parties who RSVP on or about 12 January 2016. SUBMIT RSVP and request for plans and specs 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/W68MD953273642/listing.html)
- Place of Performance
- Address: Grays Harbor, WA, United States
- Record
- SN03977238-W 20151225/151223234308-8ebb3bb123287c9a362a406ddf9768fd (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 |