SOURCES SOUGHT
Z -- FY16 Snohomish River Channel, Upstream and Downstream Settling Basin Maintenance Dredging, Everett, WA
- Notice Date
- 3/2/2016
- 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
- W68MD953414079
- Archive Date
- 3/29/2016
- Point of Contact
- Bonilie Lackey, Phone: 206-764-4481, Bobbie Weitzel, Phone: 206-764-6692
- E-Mail Address
-
bonilie.l.lackey@usace.army.mil, barbara.a.weitzel@usace.army.mil
(bonilie.l.lackey@usace.army.mil, barbara.a.weitzel@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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. Proposed project will be a firm fixed-price construction project. Construction magnitude is estimated to be between $1 and $5 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, the associated small business size standard is $27,500,000. Description of Work (physical characteristics): US Army, Corps of Engineers (USACE), Seattle District requires maintenance hydraulic dredging of the Upper and Lower Settling Basins in the Snohomish River Federal navigation channel. The volume of sediment to be dredged from the Upper Settling Basin is approximately 100,000 cubic yards with placement at the City of Everett property Site O, near the dredge area. For, the Lower Settling Basin, the Contractor shall hydraulically dredge approximately 50,000 cubic yards of sediment with placement at the western shore of Jetty Island. Work would begin 15 October 2016 and all in-water work must be completed by 15 February 2017. REQUIREMENTS: Interested firms should submit a capabilities package, to include the following: 1. Firm's name, address, point of contact, phone number, email address and business classification (i.e., small business). 2. Firm's interest in bidding on the solicitation if issued. 3. Three (3) examples of past projects as the Prime Contractor for dredging of similar size and nature completed within the last five (5) years. Examples should include the following information: a. A description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of each project; b. Type and size of equipment used; c. Experience of in-water and upland placement of hydraulically dredged material; and d. Project schedule and duration. 4. Provide your company's CAGE code. 5. Firm's Joint Venture Information, if applicable. 6. The Contractor will be expected to use RMS/QCS, the program USACE uses to monitor project status. The Government Staff will use the RMS program and the Contractor Staff will use the associated QCS program. Details on the QCS program can be found at the following website: http://rms.usace.army.mil/QCS/Index. 7. Bonding Information: a. Provide the following, on the bonding company's letterhead: (1) Bonding Limits (a) Single Bond (b) Aggregate b. Proof the contractor can provide bonding for the maximum amount of the magnitude of construction range. c. Length of time the contractor has been associated with the bonding company. d. Claims History and Outstanding Claims of the Contractor. e. Surety to be used for Performance and Payment Bonds. f. Other commitments that might interfere with performance of the contract. Responses to this Synopsis will be shared with the Government Project Team, but otherwise will be held in strict confidence. 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 3:30 pm (Pacific Time) on 14 March 2016. Submit responses to the attention of Bonilie Lackey, Contract Specialist, by email: bonilie.l.lackey@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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA67/W68MD953414079/listing.html)
- Place of Performance
- Address: Snohomish River Channel, Everett, Washington, United States
- Record
- SN04037158-W 20160304/160302235128-da10768017b7bae53e937735365b8e90 (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 |