Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOURCES SOUGHT

Y -- MD Maintenance Dredging Channels

Notice Date
4/21/2016
 
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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-16-S-0008
 
Archive Date
5/20/2016
 
Point of Contact
Robert Jackson, Phone: 4109623464
 
E-Mail Address
robert.n.jackson@usace.army.mil
(robert.n.jackson@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCE SOUGHT SYNOPSIS MD Maintenance Dredging Channels Baltimore Harbor and Various Channel Sections, Chesapeake Bay, MD This is a SOURCES SOUGHT NOTICE which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be considered in determining whether to set-aside this requirement for small business concerns. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice. This will be a firm-fixed price construction contract. The construction magnitude is between $10,000,000.00 and $25,000,000.00. The anticipated North Industry Classification System (NAICS) for this requirement is 237990 (Other Heavy and Civil Engineering Construction) with a Business Size Standard of $36.5 Million. The project will consist of maintenance dredging of approximately 1,000,000 cubic yards (CY) of material from various Federal Channels serving Baltimore Harbor, including the Chesapeake & Delaware Approach Channels and maintenance dredging of approximately 500,000 cubic yards of material from various Federal channels in Baltimore Harbor. The channels vary in depth from 35 to 50 feet, and in width from 600 feet to 1,870 feet. The material will be dredged by clamshell and scow and be placed in the Cox Creek Dredged Material Containment Facility, (400,000 CY), the Paul S. Sarbanes Ecosystems Restoration Project at Poplar Island (500,000 CY), and in a Confined Aquatic Disposal Cell (100,000 CY). The estimated cost of the work is approximately $15,000,000. A large portion of the work may be performed during the winter months when weather conditions are most severe. Work will also be accomplished in a heavy commercial waterway supporting the Port of Baltimore. The equipment required for this work commonly consists of two 40 plus cubic yard clamshell dredges, one 24-30 inch hydraulic unloader, six to eight large tugs, six to eight 2,500 - 5,000 cubic yard material scows, and appropriate attendant plant and pipeline. The material will be dredged by clamshell and scow and placed within an anticipated performance period of no more than 150 calendar days from receipt of Notice-to-Proceed. Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified firms should submit capability statements to include the following information: details of three most recent projects of similar scope and magnitude directly performed by your company, dates of projects, project references (including owner with phone number and email address), floating plant, final costs of completed projects, and provide evidence for bonding capacity for a dredging project of the anticipated magnitude detailed above. It should also contain and identify all expertise, types and number of equipment, and name and number of personnel. The contractor must also have worked previously with the Federal government on a similar job and provide examples of those jobs and references (name and phone number) to assure expertise. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. The prime contractor will have to perform the administration of the project In addition, please provide a letter from the surety regarding the potential Small Business General Contractor's maximum bonding capability for a single contract action and total aggregate bonding capacity. Narratives shall be no longer than ten pages. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Responses must include the Offerors' name, POC phone number, SAM information and email address. Place of Performance: Baltimore Harbor and Various Channel Sections, Chesapeake Bay, MD SUBMISSIONS: Must submit the following at a minimum: 1. Company name, address, phone number, and email address for a point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women- Owned Small Business (WOSB). 3. Indicate the primary nature of your business. 4. Percentage of work capable of being performed with your equipment. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 6. Email responses are required. Responses are to be sent via email to robert.n.jackson@usace.army.mil no later than 2:00 p.m. Eastern Standard Time, May 05, 2016. All interested firms must register in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see www.sam.gov for additional registration information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-S-0008/listing.html)
 
Place of Performance
Address: Maryland, United States
 
Record
SN04091853-W 20160423/160421235019-54475e5dbe5d5f62792dd64dfd671e44 (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.