Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2020 SAM #6922
SOURCES SOUGHT

Z -- FY21 Navigation program for San Francisco District

Notice Date
11/9/2020 3:34:30 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
 
ZIP Code
94102-3406
 
Solicitation Number
W912P721S0001
 
Response Due
12/9/2020 2:00:00 PM
 
Archive Date
12/24/2020
 
Point of Contact
Mary Fronck, Phone: 4155036554
 
E-Mail Address
mary.fronck@usace.army.mil
(mary.fronck@usace.army.mil)
 
Description
SUMMARY: The U.S. Army Corps of Engineers, San Francisco District (SPN) is seeking market input for our Fiscal Year (FY) 2021 Navigation Program.� In the past, SPN would issue notices for individual dredging projects throughout the FY, but this year, we are providing the entire program early (inclusive of every project), in order to improve market awareness and consolidate feedback, interest.� The principle work element is Maintenance Dredging and identified under NAICS code 237990; Federal Supply Code (FSC) Z1KF; and Standard Industrial Code (SIC) Z299. The Small Business size standard is $30,000,000.00.� Be advised, that Small Businesses who express interest in this program (individual work efforts) are required by law to self-perform at least 40% of the project with their own equipment or equipment owned by another Small Business (reference 13 CFR 121.201).� The FY21 Navigation Program is provided in the ATTACHED TABLE.� Each project listed on this table will be advertised under an Invitation for Bid (IFB) procurement method.� Interested parties for these opportunities are highly encouraged to provide a response to this notice.� The responses received from this notice, will assist SPN in positioning Small and Large Business opportunities, as well as, helping our agency improve our contracts.� Please send your responses via email to Mrs. Mary Fronck at� Mary.Fronck@usace.army.mil � WORK DESCRIPTION: The work includes maintenance dredging of the federal navigation channels of the projects listed in the ATTACHED TABLE�to the required project depths with 1- ft paid over-depth and 1-ft unpaid over-depth. �Please refer to Table 1 for disposal site, dredge windows, and other project information.� Upland disposal for San Joaquin and Sacramento DWSC are at the various Government-furnished sites along the channels and the material shall be pumped to the sites based on various pumping distances and depth of material. �All proposed Contractor furnished upland beneficial use sites must be fully permitted. �Acceptance will be based on achieving project depth in 100 percent of the project footprint within the contract period of performance. Anticipated solicitation issuance dates are shown in the table.� The official synopsis citing the solicitation number will be issued through Contract Opportunities (Beta.Sam.Gov) and will invite firms to register electronically to receive a copy of the solicitation when it is issued. Be advised that the information provided in this notice is an approximation for planning purposes, and the information may not reflect the actual solicitation (advertisement) conditions.�� CAPABILITIES AND QUALIFICATIONS: Interested parties are asked to provide a response to this notice, conforming to the following questions: Name of your Company Size Standard of your Company List of projects your company intends to provide pricing Capability statement to dredge using appropriately sized dredge plant and support equipment in order to complete all work within the contract period of performance.� Interested parties must have the capability and equipment necessary for dredging and disposal of material at the various upland disposal sites located adjacent to the projects. Interested parties must also have the capability and equipment necessary for dredging and disposal of material at the Government-furnished deep ocean disposal site.� All proposed equipment must be identified including the current location of the dredge plant as part of the response to this Market Research. Experience statement for projects of similar scope, magnitude, and complexity.� Please provide experience within the last 5 years; and no more than three (3) examples, inclusive of the following information: Brief description of project, Customer name and Point of Contact, Contract Duration Contract location, List of equipment used, and Dollar value of the project. The Government is contemplating fewer line items in our price schedules for these projects, whereby we would combine all the reaches (for any given project) into 1 overall priced item (with total aggregate quantity).� How does your company feel about this pricing approach?� What are your concerns and challenges with this? The Government is contemplating how to handle emergency dredging needs, and possibly including options for emergency dredging in nearby geographic locations, with a Not to Exceed (NTE) line item quantity; what are your concerns with this approach?� And how would you price these unknown requirements competitively?� The Government recognizes the need to maximize production during dredging episodes, to achieve better economy, efficiency, and pricing.� What are your recommendations to help achieve this outcome?� How would removing paid over-depth impact productivity and pricing?� Or is 1-foot of paid over-depth sufficient? RESULTS INFORMATION:� Respondents will not be notified of the results of the evaluation.� Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Please limit your response to 12 single-sided pages total � using 10pt font.� Please label your email response as follows: Subject: Response to W912P7-21-S-0001:� Sources Sought market research for �Maintenance Dredging.� All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email by 2:00 PM Pacific Time on 9 December, 2020.� Submit response and information to: Mary.Fronck@usace.army.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/adc7769dea16465196158e0be71f0db4/view)
 
Record
SN05849747-F 20201111/201109230142 (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 |
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.