SOURCES SOUGHT
Z -- IWW, Jacksonville to Miami, Florida Maintenance Dredging, 12-Foot Project, Vicinity of St. Augustine Inlet and Vicinity of Matanzas Inlet, St. Johns and Flagler Counties, Florida
- Notice Date
- 10/17/2018
- 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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP19Z0005
- Point of Contact
- Claurice M. Dingle, Phone: 904-232-1387
- E-Mail Address
-
claurice.m.dingle@usace.army.mil
(claurice.m.dingle@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS W912EP19Z0005 Intracoastal Waterway, Jacksonville to Miami, Florida Maintenance Dredging, 12-Foot Project, Vicinity of St. Augustine Inlet and Vicinity of Matanzas Inlet, St. Johns and Flagler Counties, Florida This announcement constitutes a SOURCES SOUGHT SYNOPSIS. The 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 seeks letters of interest from prospective offeror(s) for a potential fiscal year (FY) 2019 award of the aforementioned project. The purpose of this synopsis is to gauge the interest, capabilities and qualifications of various members of the Dredging Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB) on or about January 2019. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. Scope of work The work include: dredging of the St. Augustine and Matanzas reaches of the IWW. Approximately 50k cy of beach quality material is located within the St. Augustine reach of the IWW. The material is beach quality and will be piped to Anastasia State Park and used to close a breach within the dune system, which will restore and protect prime Anastasia Island Beach Mouse habitat. There is an additional 50k cy of material located within the Matanzas reach of the IWW. This beach quality material will be dredged and piped to the beach south of the Matanzas Inlet. Placement will occur between R200-204. Work also includes turbidity monitoring. The project will have an estimated period of performance of 180 calendar days. The Estimated Magnitude of Construction is between $1,000,000 and 5,000,000. Firm's responses to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Company/Contractor name, address, point of contact, phone number and e-mail address, DUNS number and Cage Code. 2. Company capability to perform a contract of this magnitude and complexity to include type, size, ownership of equipment to be utilized for dredging and equipment to be utilized. Additionally, also include firm's capability to execute comparable work performed within the past ten (10) years. Firms should provide at least 3 examples which include, at a minimum, the following information: a. Contract Number. b. Customer name and contact information. c. Capability to execute dredging projects to include the dredge plant and other supporting equipment, comparable scope, complexity and magnitude as the IWW St. Augustine/Matanzas Maintenance Dredging Projects. d. Performance period and was the project completed on time e. Dollar value of projects completed. f. Identify if your firm was the prime or the subcontractor. 3. Company shall identify their firm's Business category and Small Business Size: _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUBZone _ SDVOSB _WOSB 4. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 5. A letter of current bonding capacity (up to $5,000,000.00 from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. 6. Company shall state their interest in bidding on the requirements as stand-alone Projects, their interest in bidding on the projects as one consolidated project, and If the consolidation of the two projects would impact their ability to compete. NOTE: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $27.5 million. 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 December 2019, while we anticipate the issuance of the Solicitation on or about January 2019. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by November 16, 2018. All responses under this Sources Sought Notice must be emailed to claurice.m.dingle@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Claurice M. Dingle at (904) 232-1387 or claurice.m.dingle@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP19Z0005/listing.html)
- Place of Performance
- Address: Vicinity of St. Augustine Inlet and Vicinity of Matanzas Inlet, St. Johns and Flagler Counties, Florida, St Augustine, Florida, United States
- Record
- SN05127148-W 20181019/181017230501-f9b4cdfda960a74b3436cb4d9ca6039c (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 |