SOURCES SOUGHT
Z -- Intercoastal Waterway Jacksonville to Miami-Maintenance Dredging, 12-Foot Project, Palm Valley, North Reach St. Johns County, Florida
- Notice Date
- 5/4/2021 7:40:50 AM
- Notice Type
- Sources Sought
- NAICS
- 2379
—
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
- ZIP Code
- 32207-8175
- Solicitation Number
- W912EP21Z0027
- Response Due
- 7/16/2021 9:00:00 AM
- Archive Date
- 07/31/2021
- Point of Contact
- Frederick Cooper, Phone: 9042321186, Claurice M. Dingle, Phone: 9042321387, Fax: 9042322748
- E-Mail Address
-
frederick.l.cooper@usace.army.mil, Claurice.M.Dingle@usace.army.mil
(frederick.l.cooper@usace.army.mil, Claurice.M.Dingle@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.� Respondents will not be notified of the results of the evaluation.� The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2021 award of the aforementioned project.� The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Dredging Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors.� The proposed project will be a Firm Fixed Price (FFP) contract and the anticipated method of procurement is an Invitation for Bid (IFB).� No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The project is located in St. Johns County, Florida, and the work includes dredging approximately 641,500 cubic yards of shoal material from the Intracoastal Waterway from cuts SJ-01 to SJ-07 in St. Johns County, Florida to a 12-foot depth plus 2-foot allowable overdepth. All dredged material will be placed in an existing Dredged Material Management Area (DMMA), DU-9, located approximately 2.0 miles from the northernly extend of the project and 7.5 miles from the southernly extent of the project. Work also includes turbidity monitoring and endangered species monitoring. A minimum size of 16� Cutter Dredge will be required. The Estimated Magnitude of construction is between $10,000,000 and $15,000,000. The estimated period of performance for this project is 210 calendar days after issuance of Notice to Proceed (NTP).� The stated time is inclusive of 60 calendar days to commence work.� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237900, Dredging and Surface Cleanup Activities.� The Small Business Size Standard for this project is $30.01 million. Note1. NAICS code 237900 � Dredging: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredging with its own equipment or equipment owned by another small dredging concern. Anticipated solicitation issuance date is on or about 16 June 2021 and the anticipated response date is on or about 16 July 2021.� The official Synopsis citing the solicitation number will be issued on the Beta.SAM Contracting Opportunities Website: https://beta.sam.gov. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: Company/Contractor name, address, point of contact, phone number and e-mail address. Company�s interest in bidding on the subject requirement when issued. Company�s capability to perform a contract of this magnitude and complexity (include company�s capability to execute comparable work performed within the past 10 years).� Company 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 projects Offeror shall identify their Small Business classification and Small Business Size _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB ����������� _ WOSB If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement to include Joint Venture information, if applicable � existing and potential. Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the bonding company. � NOTES: 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 Notice no later than 19 May 2021 at 12:00PM, Local Time. All responses under this Sources Sought Notice shall be sent to Mr. Frederick L. Cooper via email at Frederick.L.Cooper@usace.army.mil and Ms. Claurice Dingle at Claurice.M.Dingle@usace.army.mil. �� Prior Government contract work is not required for submitting a response under this sources sought synopsis.� You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.� To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cde4ad9a5c284f199aa50cc612bd77fe/view)
- Record
- SN05991426-F 20210506/210504230118 (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 |