SOURCES SOUGHT
Z -- Maintenance Dredging, U.S. Naval Station Mayport, 50-Foot Project, Jacksonville Harbor, 47-Foot Project, and Construction Dredging, Jacksonville Harbor Outer Channel Extension, 50-Foot Project, Duval County, Florida
- Notice Date
- 5/13/2020 4:42:07 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP20Z0028
- Response Due
- 6/11/2020 11:00:00 AM
- Archive Date
- 06/26/2020
- Point of Contact
- Joseph Sherwood, Phone: 9042322158, Tedra Thompson, Phone: 9042321051
- E-Mail Address
-
joseph.d.sherwood@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(joseph.d.sherwood@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
- Description
- Sources Sought Synopsis W912EP20Z0028 Maintenance Dredging, U.S. Naval Station Mayport, 50-Foot Project, Jacksonville Harbor, 47-Foot Project, and Construction Dredging, Jacksonville Harbor Outer Channel Extension, 50-Foot Project, Duval County, Florida This is announcement constitutes a Source Sought Synopsis.� This announcement seeks information from industry and will only be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS/BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPIS.� Respondents will not be notified of the results of the evaluation.� The U.S. Army Corps of Engineers, Jacksonville District is seeking interest from prospective bidders for a potential fiscal year (FY) 2021 award of the aforementioned project.� The purpose of this synopsis it to conduct market research and gauge the interest, capabilities and qualifications of various members of industry, namely the Small Business Community which is inclusive of Section 8(a), Small Disadvantaged Business (SDB), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns.� As the Government must ensure there is adequate competition amongst the potential pool of responsible contracts, the result of this market research will aid in the determination of procurement method. � The Government anticipates the issuance of an Invitation for Bid (IFB) and the proposed project will be awarded as a Firm Fixed Price (FFP) contract.� The applicable North American Industry Classification System (NAICS) code is 237990 and the corresponding Small Business Size Standard is $30,000,000. Project Description: The project consists of maintenance dredging in the Mayport approach channels and turning basin, the Jacksonville Harbor federal channel and construction dredging in the Jacksonville Harbor Outer Channel Extension. �The contract Base element consists of portions of Bar Cut-3, the Mayport Entrance Channel, Turning Basin, Destroyer Basin and Small Boat Basin. �Option A consists of portions of Jacksonville Harbor Bar Cut-3 to Cut-17.� Option B consists of portions of Jacksonville Harbor Outer Channel Extension Bar Cut-3 to Cut-1.� For Option A, excavated material will be transported to and placed in Buck Island Cell A.� For the Base and Option B, excavated material will be transported to and placed in the Jacksonville ODMDS Release Zone shown on the drawings.� Work also includes turbidity monitoring, endangered species observers (hopper dredges only), sea turtle trawl-sweeping (hopper dredges only), and marine animal observer (clamshell dredges only). The rough order of magnitude is $10,000,000 to $25,000,000. The estimated period of performance is to begin performance within 60 calendar days from award and complete all required work within 300 calendar days after issuance of Notice to Proceed. Anticipated solicitation issuance date is on or about 18 September 2020.� The official pre-solicitation notice citing the solicitation number will be issued on the Beta.SAM Contracting Opportunities Website: https://beta.sam.gov. Firm�s response to this Synopsis shall be limited to 5 pages and shall include the following information: Firm�s name, address, point of contact, phone number, website, and email address. Firm�s interest in bidding on the subject requirement, when issued. Firm�s capability to perform a contract of this magnitude and complexity (include firm�s capability to execute comparable work performed within the past 10 years).� Firm�s should provide at least 3 examples which, at a minimum include the following: Brief description of the project Customer name Customer Satisfaction Timeliness of performance Dollar value of the completed project � provide at least 2 example. � Respondents shall identify their Small Business classification and Small Business size _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB _ WOSB *If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category (SB, 8(a), SDVOSB, WOSB or HUBZone).� 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. Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company All responses to this sources sought synopsis/market research will be evaluated and used in determining acquisition strategy. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Synopsis no later than 28 May 2020 at 2:00PM, Local Time. �All responses under this Sources Sought Synopsis must be sent Joseph Sherwood via email at Joseph.D.Sherwood@usace.army.mil. Prior Government contract work is not required for submitting a response to this sources sought synopsis. You must be registered in the System for Award Management (SAM) to be eligible to receive an award from any Government solicitation. To register, go to www.sam.gov.� For additional information, visit the Federal Service Desk website (www.FSD.gov), which supports SAM or contact them at 866-606-8220 for assistance. If you have any questions concerning this opportunity, please contact the identified Point of Contact (POC).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a97a054fb888410db7ff0a157c9158d0/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN05656815-F 20200515/200513230200 (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 |