Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2018 FBO #6187
SOURCES SOUGHT

Y -- PORT HUENEME DEEPENING

Notice Date
10/30/2018
 
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-19-S-0005
 
Point of Contact
Patricia B Bonilla, Phone: 213-452-3255, Michael G. Robinson, Phone: 2134523311
 
E-Mail Address
Patricia.B.Bonilla@usace.army.mil, michael.g.robinson@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, michael.g.robinson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: U. S. Army Corps of Engineers, Los Angeles District, in support of its Port Hueneme Deepening project located within the Southern California area - Ventura County, CA This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals, and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. (Respondents will not be notified of the results of the evaluation). The US Army Corps of Engineers, Los Angeles District is seeking sources for a Construction services consisting of the Port Hueneme Deepening Project within the Southern California area. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of marine construction and dredging contractors. The Government strives to ensure that there is adequate competition among the potential pool of available contractors. The Port Hueneme Deepening project consists of dredging approximately 400,000 cubic yards in modifying the design depths as follows: Approach Channel: - 40 ft to - 44 ft Entrance Channel: - 36 ft to - 40 ft Turning Basin: - 35 ft to - 40 ft Channel A: - 35 ft to - 40 ft There is approximately 25,000 cy of "unacceptable" material that will be dredged and placed within a Confined Aquatic Disposal site within Harbor. This will be a clamshell/scow operation. The remaining dredge material will be discharged onto Hueneme Beach, located just south of the Entrance Channel. There will also be a slope protection component for a 1,000 ft length of slope revetment adjacent to the Entrance Channel, and removal of remnant timber piles from the footprint of a timber wharf that was removed in the 1970s. The Port Hueneme Approach Channel is exposed to open ocean wave conditions. Approximately 215,000 cy to be dredged from the Approach Channel. Contractor's hydraulic dredge needs to be capable to work in open ocean conditions. The Port Hueneme Deepening project is tentatively scheduled to occur in Winter/Spring 2019. The estimated magnitude of construction for the Port Hueneme Deepening project line items is between $5,000,000 - $10,000,000. The contractor must have an Air Quality Permit from the Ventura County Air Pollution Control District (or State of California Air Resources Board) that allows contractor to dredge the contract volumes. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990 - Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this acquisition is $27.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations in Subcontracting that they must self-perform 15% of the work, not including materials and equipment. 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. 8(a) firms are reminded that they need to have a bonafide office in the area to where the work will be performed should the action be set-aside for the 8(a) program. Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. 1. Offeror's name, 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, and dollar value of project). Provide at least 3 examples. 4. Offeror's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned Small Business (WOSB) 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 Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars. This sources sought announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 237990 Other Heavy and Civil Engineering Construction. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to Patricia.B.Bonilla@usace.army.mil no later than 20 November 2018. The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Patricia Bonilla, Contracting Officer at Patricia.B.Bonilla@usace.army.mil or contract specialist Michael.G.Robinson@usace.army.mil Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-19-S-0005/listing.html)
 
Place of Performance
Address: Port Hueneme, Ventura county, California, United States
 
Record
SN05137741-W 20181101/181030230532-0b652ed83ecec7476c24c1a7acaeae20 (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.