SOURCES SOUGHT
99 -- LOWER WICOMICO RIVER MAINTENANCE DREDGING, WICOMICO COUNTY, MARYLAND
- Notice Date
- 4/17/2020 12:23:58 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR20B0010
- Response Due
- 5/4/2020 9:00:00 AM
- Archive Date
- 05/19/2020
- Point of Contact
- Qiana Bowman-Spencer, Phone: 4109625613, Gary Faykes, Phone: 4109620192
- E-Mail Address
-
qiana.bowman-spencer@usace.army.mil, gary.faykes@usace.army.mil
(qiana.bowman-spencer@usace.army.mil, gary.faykes@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- AMENDED NOTICE � PROJECT TITLE: LOWER WICOMICO RIVER MAINTENANCE DREDGING, WICOMICO COUNTY, MARYLAND � Solicitation No. W912DR20B0010 � THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. � This is a SOURCES SOUGHT NOTICE which serves as a market research tool to obtain information from SMALL BUSINESSES in the industry and will be used for preliminary planning purposes.� This market research tool is intended to obtain information for SMALL BUSINESSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE.� The Government is under no obligation to issue a solicitation as a result of this announcement. �No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information.� Respondents will not be notified of the results of this notice. PROJECT DESCRIPTION: The U.S. Corps of Engineers Baltimore District is seeking sources for a dredging project entitled, Lower Wicomico River Maintenance Dredging, Wicomico County, MD. The place of performance is located in Wicomico and Somerset Counties, Maryland.� Construction magnitude is around $1,000,000.00 to $5,000,000.00.� The construction duration will be approximately 270 calendar days.� The scope includes the hydraulic dredging the lower half of the Wicomico River to its authorized depth of 14 feet (plus one foot of allowable overdepth). Approximately 120,000 cubic yards of silty material, with small pockets of sandy material, are to be dredged. Material will be placed beneficially for wetland restoration at the Deal Island Wildlife Management Area (WMA). Placement of material via pipeline will be utilized. Pipeline distance will be, on average, 8 miles, with a maximum pumping distance of 14 miles. The pipeline will travel through the Wicomico River and over land (approximately 4 miles) to reach the placement site. Wetland restoration is meant to increase migratory bird nesting habitat. The pipeline will be moved across the project placement areas to achieve the desired elevation. As such, careful attention to the prescribed elevation in placing the material is critical to the success of the project. Approximately 130 acres of land will be restored. �Due to the location of the placement site being surrounded by water and the WMA impoundment, minimal land access is available with little to no access for heavy equipment from the land side of the project placement site. This project does not include containment structures or vegetation planting. INTERESTED SOURCES: The purpose of this notice is to gain knowledge of interest, capabilities and qualifications of various members of industry. Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business with single bonding capacity are highly encouraged to participate. Interested sources must submit a narrative demonstrating their qualifications to perform the work as described above.� The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information.� Interested parties shall have similar work experience in thin layer placement and/or wetland restoration work, specifically with the federal government. Previous similar work experience should outline the placement site location and conditions, elevation placement height, type of material placed (sand, silt, etc.), distance material was pumped from dredge to placement site, and quantity of material. Contractors should present and identify all expertise, types and number of equipment, bonding limit, and name and number of personnel. �Equipment listed (dredge, pipeline, booster pumps, barges, support vessels, etc.) should include specifications. The Contractor must have access to equipment to perform the work (including purchase, delivery, and placement) and should describe the elements of work they would likely self-perform.� The Contractor is required to self-perform at least 80% of the work. The Contractor should be familiar with the Federal safety manual, Government submittals, RMS, and provisions of the Davis-Bacon Act. Narrative shall be no longer than 12 pages.� Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence. SUBMISSIONS: Must submit the following at a minimum: 1.� Company name, address, phone number, and email address for a point of contact. 2.� Company's CAGE Code and DUNS Number to verify your business status as a qualified Women- Owned Small Business (WOSB). 3. �Indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4.� Percentage of work capable of being performed with your equipment. 5.�� List and general specifications of all owned equipment capable of performing project. ������������������������������������������������������������� 6.� A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor. 7. Descriptions and references of previous examples of similar work. 8.� Email responses are required. Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence. Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. ET, 4 May 2020.� All responses under this Sources Sought Notice must be emailed to Qiana Bowman-Spencer, Contract Specialist � Qiana.l.bowman-Spencer@usace.army.mil and gary.faykes@usace.army.mil � referencing the sources sought notice number W912DR20B0010.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0b2be83e130549cfb6ac3dc643fc4fd3/view)
- Place of Performance
- Address: Wicomico, VA, USA
- Country: USA
- Country: USA
- Record
- SN05625334-F 20200419/200417230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |