SOURCES SOUGHT
Z -- San Juan Harbor Maintenance Dredging (30-Foot) Project & Mitigation Project, San Juan, Puerto Rico
- Notice Date
- 5/24/2016
- 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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-16-Z-0015
- Archive Date
- 6/28/2016
- Point of Contact
- Tedra N. Thompson, Phone: 9042322016, Ilene J. Crapps, Phone: 9042321064
- E-Mail Address
-
tedra.n.thompson@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(tedra.n.thompson@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS W912EP-16-Z-0015 San Juan Harbor Maintenance Dredging (30-Foot) Project & Mitigation Project, San Juan, Puerto Rico This is announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The Jacksonville District of the U.S. Army Corps of Engineers has been tasked to solicit the interest of prospective offeror(s) for a potential fiscal year (FY) 2016 award of the aforementioned project. The purpose of this synopsis is to gauge interest, capabilities and qualifications of members of the Dredging Community, to include both Small and Large Businesses as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. **Additionally, we are conducting market research for subcontracting goals. If you are unable to meet the requirements of the synopsis as a prime contract but have the ability to perform as a potential subcontractor, please submit this information as well.** The proposed project will be a Firm Fixed Price (FFP) contract. While the Jacksonville District is considering the issuance of an Invitation for Bid (IFB), a final determination has yet to be made. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The subject project is located in San Juan, Puerto Rico. The San Juan Harbor feature of work consists of maintenance dredging from Anchorage Area E to a required depth of 36 feet; Army Terminal Turning Basin to a required depth of 40 feet; Army Terminal Channel to a required depth of 40 feet; Cruise Ship Basin West to a required depth of 36 feet; San Antonio Channel to a required depth of 35 feet. Incidental work includes Turbidity and Environmental Species Monitoring. This contract incorporates two feet of allowable overdepth throughout with disposal of all dredged material in the Ocean Dredged Material Disposal Site (ODMDS) which is located approximately 2.2 nautical miles northwest of San Juan Harbor. The Mitigation feature of work consists of dredging approximately 50,000 cubic yards (cy) of shoal material from the La Esperanza peninsula in the western portion of San Juan Bay, transporting and placing that material into former dredge holes in the Condado Lagoon located approximately 3 'nautical' miles from the dredging location. The material will be placed in open water and used to create 1.2 acres of habitat for submerged aquatic vegetation above elevation -13' PRVD. Incidental work includes Turbidity Monitoring, Environmental Species Monitoring, clearing, grubbing and stripping. This project requires an estimated 758,000 cubic yards (cy) of material to be dredged and incorporates two feet of allowable overdepth throughout with disposal of all dredged material in the Ocean Dredged Material Disposal Site (ODMDS) which is located approximately 2.2 nautical miles northwest of San Juan Harbor. As material shall be disposed of in the ODMDS, the awardee's dredge must have current U.S. Coast Guard Certification. The estimated period of performance is 215 calendar days after receipt of the Notice to Proceed (NTP). Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company name, address, point of contact, phone number and e-mail address 2. Provide a brief description of the project to include: a. Capability to execute dredging projects of comparable scope, complexity and magnitude b. Customer name c. Timeliness of performance d. Dollar value of projects completed within the past 3-5 years (provide at least 3 examples). 3. Company shall identify their Business classification (i.e. Small or Large) and Small Business Size Standard: _Other than Small _ Small Business _ SDB _ 8(a) Small Business _ HUB Zone _ SDVOSB _ WOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity ($20,000,000.00 or higher) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 2:00 pm, EST on 13 June 2016 and shall be sent to Ms. Tedra N. Thompson via email at Tedra.N.Thompson@usace.army.mil; or sent via mail to the attention of Tedra N. Thompson: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard for Dredging is $27.5 million. The anticipated magnitude of construction is $10,000,000 - $20,000,000.00. NOTE: To be considered small for the purposes of this Government procurement, a firm must perform/dredge, with its own equipment or equipment owned by another Small Business concern, at least 40 percent of the volume dredged. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The official Synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov on or about June 17, 2016, while we anticipated the issuance of the solicitation on or about July 1, 2016 with responses due on or about August 2, 2016. Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-Z-0015/listing.html)
- Record
- SN04126766-W 20160526/160524234308-13157b105a55e7fc4af0aaf272bc2c41 (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 |