Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOURCES SOUGHT

Z -- Sources Sought: Lower Pool 2 Channel Improvement Phase II

Notice Date
12/7/2017
 
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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES18SS0003
 
Archive Date
1/6/2018
 
Point of Contact
Aragon Liebzeit, Phone: 6512905418
 
E-Mail Address
aragon.n.liebzeit@usace.army.mil
(aragon.n.liebzeit@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers (USACE), St. Paul, District is seeking interested and capable sources for the Lower Pool 2 Channel Improvement Phase II project. Using USACE supplied plans and specifications, the contractor will accomplish the following summary Scope of Work: Work includes dredging and upland placement of approximately 400,000 yards of dredged material from the navigation channel in the Mississippi River, lower pool 2 near Boulanger Bend, Minnesota to Lock and Dam (LD) 2 near Hastings, Minnesota in Washington and Dakota Counties spanning river miles 818-822. The dredged material will be primarily granular with some fine sediment and will be placed upland on one or multiple sites. Work is anticipated to begin in 2019. Our intent is to issue a competitive solicitation in approximately June of 2018 for the award of one firm-fixed-price contract. The North American Industry Classification System (NAICS) code for this project is 237990; Dredging and Surface Cleanup Activities with a size standard of $27.5M and additional requirements as follows: Note 2 of the U.S. Small Business Administration Table of Small Business Size Standards, effective October 1, 2017, which is applicable to the selected NAICS code, states the following: "Dredging: To be considered small for the 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." The terms 'dredging' and 'dredging equipment' are defined for the purposes of interpreting Note 2 of the U.S. Small Business Administration Table of Small Business Size Standards matched to North American Industry Classification System Codes (NAICS). ‘Dredging' is defined as the excavation of material from the bottom of the water body and its transportation to a designated disposal site by the use of 'dredging equipment'. ‘Dredging Equipment' is defined as follows: (1) For purposes of hydraulic dredging, dredging equipment consists of the dredge, its attendant plant and the pipeline (including any intermediate pumping units) used to transport the dredged slurry to the disposal site or sites. (2) For purposes of mechanical dredging, dredging equipment consists of a clamshell, dragline, backhoe, bucket ladder or other mechanical excavation equipment on a barge or other suitable floating plant and the barges and tenders used to transport the dredged spoil to shore. (3) To comply with the Small Business requirement set forth at note (2) of the U.S. Small Business Administration Table of Small Business Size Standards, the small business prime contractor must excavate 40% of the total yardage to be dredged AND transport 40% of the total yardage to be dredged with dredging equipment owned by the prime contractor or dredging equipment owned by another small dredging concern. The estimated magnitude of construction is between $1,000,000 and $5,000,000; the contract will require 100% performance and payment bonds. Information submitted in response to this notice will be used in determining whether this acquisition, once issued, is set-aside for small business concerns or solicited as an unrestricted procurement (full and open competition) under the aforementioned NAICS. It is your firms' responsibility to provide adequate detailed information for the Government to determine, without doubt or further clarification, that your firm is capable of completing a project of this scope and complexity. Failure to provide all 8 items detailed below will result in your firm not being considered interested and or capable of completing the above mentioned project. 1) A capability statement expressing your firm's interest in this requirement, describing your company and its capability to complete a project of this magnitude and complexity. Include a statement detailing any special qualifications and certifications, applicable to the scope of this project, held by your firm and/or in-house personnel. 2) A statement or list of your firm's current or past technical experience similar to or the same as the summary scope of work and construction magnitude for this requirement. Include a brief description of each project scope, including schedule and dollar value. 3) A statement or list of your firm's current or past performance similar to or the same as the summary scope of work and construction magnitude. Include a point of contact name, phone number and email address. 4) A statement of your firm's bonding capacity. A statement from your surety is not required. 5) A statement of your firm's business size and type with regards to the NAICS code listed above and in regards to Note 2 of the U.S. Small Business Administration Table of Small Business Size Standards. If your firm falls into one of the sub-category small businesses, e.g. HUBZone or Service Disabled Veteran Owned etc., please provide that information as well. 6) A statement of the estimated percentage of work to be completed by your firm with your firm's resources. 7) CAGE Code and DUNS number (for your firm and any potential subcontractors or partners). 8) A list of the ‘dredging equipment' (see definition above; to include hydraulic dredging equipment and/or mechanical dredging equipment) owned by your firm or owned by another firm to be used in the performance this contract. Name the owner of each piece of equipment on the equipment list. If you indicated in Item 7 that you are a small business concern, you must also provide the name (and DUNS number if applicable) for any other small business concerns which would be providing dredging equipment for the performance of this contract. The equipment list(s), at a minimum, shall include the following: a. Hydraulic dredge, its attendant plant, the pipeline (including intermediate pumping units). b. Clamshell, dragline, backhoe, bucket ladder or other mechanical excavation equipment on a barge or other suitable floating plant and the barges and tenders used to transport the dredged spoil. Submit this information to Mr. Aragon Liebzeit, Contract Specialist, at 180 5th St. E, Suite 700, St. Paul, MN, 55101 or via email (preferred) to Aragon.N.Liebzeit@usace.army.mil. Your response to this notice must be received, in writing, on or before 4:30 PM (Central Time) on December 22, 2017. This is not a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES18SS0003/listing.html)
 
Place of Performance
Address: Lock and Dam 2, Hastings, Minnesota, United States
 
Record
SN04759751-W 20171209/171207230852-b136d008c3bdc0e922978d76dfdd89e7 (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.