Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
SOURCES SOUGHT

99 -- Maintenance & New Work Dredging Wormley Creek - exhibit drawings

Notice Date
4/5/2016
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W9123616RDRED
 
Archive Date
5/5/2016
 
Point of Contact
Kevin E. Comegys, Phone: 7572017310
 
E-Mail Address
kevin.e.comegys@usace.army.mil
(kevin.e.comegys@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Exhibit Drawings THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS AVAILABLE AT THIS TIME. EXHIBIT DRAWINGS ARE INCLUDED IN THIS NOTICE FOR REFERENCE ONLY. The Norfolk District, Corps of Engineers is seeking qualified, experienced firms capable of performing dredging, approximately 70,000 cubic yards of maintenance and new work material from the Wormley Creek Main Channel to the York River, West Branch of Wormley Creek from the Main Channel to the BFC Turning/Boat Basin, and the BFC Turning/Boat Basin at USCG Training Center Yorktown (TRACEN) located in Yorktown, Virginia. Approximately 29,000 cubic yards of sandy material will be dredged and hydraulically placed on a nearby shoreline and approximately 41,000 cubic yards of fine grained material will be dredged and transported by barge or scow to the Wolftrap Alternate Placement Area in the Chesapeake Bay. A Hydraulic Cutter-head Dredge, Mechanical Dredge, or a combination of both types of plant and equipment may be used to accomplish this work. Maximum dredging contract pay depths will be to -9 feet. Overboard placement of dredged material at Wolftrap Alternate Placement Area will require a scow or barge operation capable of safely operating in an Ocean/ Bay environment. Placement of dredged material on the nearby shoreline will require sufficient horsepower to pump the dredged material through the long pipeline length to the shoreline indicated in the exhibit drawings, included in this notice. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. NAICS Code 237990 applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Anticipated solicitation issuance date is on or about 18 May 2016, and the estimated proposal due date will be on or about 22 June 2016. The construction period of performance will be approximately 70 calendar days from issuance of the Notice to Proceed (NTP). Placement of dredged material at the Wolftrap Alternate Placement area is prohibited from 1 December to 1 April. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information. 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years): Brief description of the project, (customer name, timeliness of performance, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or WOB. 5. Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. Interested Firm's shall respond to this Sources Sought Synopsis no later than 20 April 2016. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Kevin Comegys, Kevin.E.Comegys@usace.army.mil; as well as Michael Anderson, Michael.L.Anderson@usace.army.mil; US Army Corps of Engineers, 803 Front St., Norfolk, VA 23510. (EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS) Contracting Office Address: USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096 Place of Performance: USACE District, Norfolk 803 Front Street, Norfolk VA 23510-1096 US Point of Contact: Kevin Comegys, 757-201-7310
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W9123616RDRED/listing.html)
 
Place of Performance
Address: USCG Training Center Yorktown (TRACEN) located in Yorktown, VA, Yorktown, Virginia, United States
 
Record
SN04074244-W 20160407/160405235443-74159337a33e87f6d18a2296bda97afe (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.