Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2018 FBO #5936
SOURCES SOUGHT

Y -- Dredging of Material at Naval Weapons Station, Seal Beach, California

Notice Date
2/21/2018
 
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, Los Angeles, 915 Wilshire Blvd, Suite 930, Los Angeles, California, 90017-3401, United States
 
ZIP Code
90017-3401
 
Solicitation Number
W912PL-18-S-0012
 
Archive Date
3/24/2018
 
Point of Contact
Patricia B Bonilla, Phone: 213-452-3255, Wendell L. Mendoza, Phone: 2134523308
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, Wendell.L.Mendoza@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, Wendell.L.Mendoza@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought-Market Research Notice, it IS NOT a solicitation announcement. The purpose of this Market Research-Sources Sought Notice is to gain knowledge of all qualified dredging firms. Responses to this notice will be used by the Government in making appropriate acquisition decisions. Construction services will consist of dredging of material from the navigation channels at Naval Weapons Station Seal Beach (NWSSB) in Seal Beach, CA. Placement of the dredge material will occur in 2 locations depending on the area of dredge material. Material will be placed at LA-2 Ocean Dredged Material Disposal Site (LA-2) and a nearshore placement site off Surfside - Sunset Beach, south of the entrance channel. Dredging at NWSSB will occur between the months of May - August with depths up to -41' MLLW. Dredging will take place inside the harbor which is protected by 2 jetties as well as outside of the jetties in an open ocean environment. Placement at the LA-2 and Surfside-Sunset sites will occur in an open ocean environment. Placement at these 2 sites have historically occurred via scows. The estimated magnitude of construction is between $5,000,000 - $10,000,000. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $27,500,000. To be considered small for 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. Prospective prime contractors interested in this notice must respond to the following questions. Responses shall be limited to 5 pages. Prior Government contract work is not required for submitting a response under this Sources Sought-Market Research notice. 1. Offeror's names, address, point of contact, phone number and email address. 2. Offeror's interest in bidding on the solicitation when issued. 3. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, type of equipment used on project, and dollar value of project) provide at least 3 examples. Please note: Work Plans accomplished under Performance Oriented Construction Activity Contracts (POCA contracts) do not constitute experience. Such experience will not be accepted. 4. Offeror's type of business and business size (whether large business, small business, Woman-Owned, HUBZone, Service Disabled Veteran Owned, 8(a)). 5. Offeror's joint venture information, if applicable, existing and potential. 6. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). 7. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested offerors shall respond to the Sources Sought/Market Research notice no later than 5:00PM, Pacific Time, March 9, 2018. Please submit your response by email preferred to Patricia.B.Bonilla@usace.army.mil or Wendell.L.Mendoza@usace.army.mil This is not a Request for Proposal only a Request for Information. NO Award will result from this Sources Sought-Market Research Notice. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-18-S-0012/listing.html)
 
Place of Performance
Address: Naval Weapons Station, Seal Beach, Orange County, California, Seal Beach, California, 90740, United States
Zip Code: 90740
 
Record
SN04829842-W 20180223/180221231517-759289d592ba40307e459180d5684748 (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.