Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
SOURCES SOUGHT

Z -- 16"-20" Cutterhead Dredge

Notice Date
3/20/2018
 
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, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, Alabama, 36628-0001, United States
 
ZIP Code
36628-0001
 
Solicitation Number
W9127818L0009
 
Point of Contact
Sara G. Logsdon, Phone: 2516903347, Kyle M. Rodgers, Phone: 2516903356
 
E-Mail Address
sara.g.logsdon@usace.army.mil, kyle.m.rodgers@usace.army.mil
(sara.g.logsdon@usace.army.mil, kyle.m.rodgers@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Research and Sources Sought Notice for information on capability and availability of potential contractors to perform maintenance dredging at various navigation projects throughout the geographical boundaries of the U.S. Army Corps of Engineers, Mobile District which includes portions of the states of Alabama, Mississippi and Florida. This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business firms who own dredges of the sizes specified below. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates the future procurements in fiscal year 2018 for the rental and/or unit price of dredging equipment to perform maintenance dredging of coastal harbors, rivers, and bays. These future requirements for rental and/or unit price dredging equipment will potential be for a range of different size dredges as described below. The requirement will be for hydraulic, cutterhead dredges with a minimum pump discharge diameter of 16 through 20 inches measured as the inside diameter of the discharge side of the main dredge pump and a minimum horsepower applied to the main pump of 800 through 1525 respectively. The above requirement must be complete with crew, management staff and support equipment including pipelines, booster pumps, tugs, various other floating plants as would normally be expected to support a large dredging operation. The solicitation will be an Indefinite Delivery, Indefinite Quantity contract with task orders issued for various dredging locations with the maximum contract value not to exceed $15 million. The proposed construction duration will be 14 months after the Notice to Proceed is issued for the first task order. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $27.5 Million. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Bidder's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) (Region 4 only) shall be indicated on first page of submission. 3. Bonding capability: Please provide a letter from your bonding company to support current bonding capability of at least $10 million (aggregate amount for multiple active task orders). 4. Description of capability to perform the proposed dredging, manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing dredging contracts. 5. Past performance/experience on projects of similar scope, describing no more than five (5) projects that are at least 50% construction complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the dredging to demonstrate relevance to the proposed project, the bidder's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 6. Dredge name and various specifications on the equipment to include: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, max/min width of channel the dredge can efficiently operate. NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE E-MAILED to: Sara Logsdon at sara.g.logsdon@usace.army.mil. Submittals are due no later than 3 April 2018. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W9127818L0009/listing.html)
 
Place of Performance
Address: AL, MS and FL., United States
 
Record
SN04861329-W 20180322/180320231832-ce07f69c2ec7f369e7041bf33570c3b6 (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.