SOURCES SOUGHT
Y -- Chincoteague Bay Channel Maintenance Dredging
- Notice Date
- 10/26/2018
- 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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-19-B-0004
- Archive Date
- 11/20/2018
- Point of Contact
- Jerry W. Clark-Juneau, , Danita Young,
- E-Mail Address
-
Jerry.W.Clark-Juneau@usace.army.mil, danita.a.young@usace.army.mil
(Jerry.W.Clark-Juneau@usace.army.mil, danita.a.young@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Maintenance Dredging Chincoteague Bay (Greenbackville) Channel Federal Navigation Project THIS IS A SOURCES SOUGHT NOTICE. THIS IS NOT A REQUEST FOR PROPOSALS. THE SOLICITATION, PLANS AND SPECIFICATIONS ARE NOT AVAILABLE AT THIS TIME. Description of Work: This is a dredging requirement. The work consists of dredging of approximately 15,000 cubic yards of maintenance material from the Chincoteague Bay (Greenbackville) Channel Federal Navigation Project located in Accomack County, Virginia. The dredged material, primarily consisting of silts and clay, will be dredged and hydraulically placed in an adjacent upland area. A hydraulic cutter-head dredge and support equipment is intended to be used to accomplish this work. Maximum dredging contract pay depths will be to -8 feet. Placement of dredged material into the upland area will require sufficient horsepower to pump the dredged material through the pipeline length to the shoreline, which is approximately 3,000 feet. Definitive Responsibility Criteria: This requirement will use Definitive Responsibility Criteria (DRC). The use of DRC is in accordance with FAR 9.104-2, Special Standards, in addition to the general responsibility standards outlined in FAR 9.104-1. The Government will examine the low bidder's submission to determine whether the bidder meets the requirements of the Definitive Responsibility Criteria. DRC is as follows: *Experience in shallow draft dredging, specifically experience in hydraulic pipeline dredging in bay and coastal environments. *Bidders can use one or more projects per work component to demonstrate past experience. *If a subcontractor will be used to complete the work, the subcontractor must demonstrate his experience in that work component. Construction Time: The Government anticipates issuing the solicitation on or about 10 December 2018 with bids due on or about 10 January 2019. The construction period of performance will be approximately 75 calendar days from issuance of the Notice to Proceed (NTP). General: The estimated magnitude of this construction project is between $500,000.00 and $1,000,000.00. NAICS Code 237990, Dredging and Surface Cleanup Activities with a small business size standard of $27.5M. Please note under this NAICS for Dredging: 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. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Contractors shall submit a capability statement limited to five (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in bidding on this solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity. 4. Provide examples of your capability to successfully execute this form of construction by: *Detailing comparable work performed with brief descriptions of a minimum of three previous projects (similar in size and scope) performed within the last 5 years *Provide customer name, total number of days of construction, type of work, dollar value of the project, and contract number (if applicable) *Specify percentage and type of work that was self-performed 5. Firm's status as either a small or large business. If the firm has a Small Business identification, please specify: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Protégé and teaming arrangement information. 7. Firm's Government CAGE code and DUNS number, if applicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) 9. A statement of the portion of work for this anticipated requirement will be self-performed and how it will be accomplished. Interested Firm's shall respond to this Sources Sought Synopsis no later than Monday, 5 November 2018 at 1:00pm EST. All interested firms must be registered in the System for Award Management (SAM), https://www.sam.gov to be eligible for award of Government contracts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-19-B-0004/listing.html)
- Place of Performance
- Address: USACE, 803 Front Street, Norfolk, Virginia, 23510, United States
- Zip Code: 23510
- Zip Code: 23510
- Record
- SN05136245-W 20181028/181026230623-2d315c7c948b7ac9f001809e4726b416 (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 |