SOURCES SOUGHT
Z -- Naval Submarine Base Kings Bay, Maintenance Dredging, 44, 45, and 47-Foot Project, Camden County, Georgia
- Notice Date
- 10/27/2022 12:30:13 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP23Z0004
- Response Due
- 11/26/2022 12:00:00 PM
- Point of Contact
- Guesley Leger, Phone: 9042323850, Manuela Voicu, Phone: 9042321387
- E-Mail Address
-
guesley.leger@usace.army.mil, manuela.d.voicu@usace.army.mil
(guesley.leger@usace.army.mil, manuela.d.voicu@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is announcement constitutes a Sources 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 SOURCES SOUGHT. 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) 2023 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. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB) on or about 30 Jan 2023. No reimbursement will be made for any costs associated with providing information in response to said sources sought or any follow-up information requested. Project work is divided into a Base and two Options as indicated below. For the Base and� Options dredging work, this contract incorporates two feet of allowable overdepth throughout. Work also includes Bird Monitoring and Standby Time. Base work consists of maintenance dredging the locations to required depths indicated in the table below and shown on the drawings. The placement of the dredged material will be at Disposal Area Crab Island(D/A-C) and Disposal Area 2 (D/A-2) as shown on the drawings and as directed by the Contracting Officer. Additional Base work also includes bird monitoring and standby time. LOCATION ����������������������������������������������������������������������������������������� ��������������� REQUIRED DEPTH Station 31+800 to Station 48+175� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �44-foot, 45-foot and 47-foot Upper Turning Basin������������������������������������������������������������������������������������������������������ ��������������� 45-foot Site Six North�������������������������������������������������������������������������������������������������������������������� ��������������� 39-foot Magnetic Silencing Facility (MSF) North ���������������������������������������������������������������� ��������������� 44-foot Explosive Handling Basin� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 44-foot and 47-foot Site Six Operating Area South and Medium�������������������������������������������������������������������������� 45-foot Auxiliary Repair Dock (ARDM) Yoke Area Explosive Handling Wharves (EHW)����������������������������������������������������������������������������������������� 47-foot Refit Wharves����������������������������������������������������������������������������������������������������������������������������������� 47-foot Dry Dock Caisson Gate Sill and Dry Dock�������������������������������������������������������������������������������� 46-foot Caisson Gate Mooring Facility Option A work consists of supplying additional field cut weir riser boards as requested by the Contracting Officer. Option B work consists of secondary maintenance dredging. The locations and required depths are indicated in the table below and shown on the drawings. The placement of the dredged material will be at Disposal Area Crab Island(D/A-C) and Disposal Area 2 (D/A-2) as shown on the drawings and as directed by the Contracting Officer. Option B work also includes mobilization and demobilization, bird monitoring and standby time. LOCATION ����������������������������������������������������������������������������������������� ��������������� ��������������� REQUIRED DEPTH Site Six Operating Area South and Medium�������������������������������������������������������������������������� 45-foot Auxiliary Repair Dock (ARDM) Yoke Area Explosive Handling Wharves (EHW)����������������������������������������������������������������������������������������� 47-foot Refit Wharves����������������������������������������������������������������������������������������������������������������������������������� 47-foot Dry Dock Caisson Gate Sill and Dry Dock�������������������������������������������������������������������������������� 46-foot Caisson Gate Mooring Facility Site Six North�������������������������������������������������������������������������������������������������������������������� ��������������� 39-foot Estimated contract performance period:� Commence work not later than (NLT) 60 calendar days after Notice to Proceed (NTP) and complete work NLT 300 calendar days after NTP including the following: Base: 250 calendar days including commencement (mobilization) and demobilization. Option A: 5 calendar days concurrent with the Base. Option B: 50 calendar days. The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Dredging and Surface Cleanup Activities. The Small Business Size Standard for this project is $32.5 million. 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. Responses to this Sources Sought 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 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. 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 NLT November 26, 2022, at 3:00PM, local time. All responses under this Sources Sought �shall be sent to Mr. Guesley Leger via email at Guesley.Leger@usace.army.mil and Ms. Manuela D. Voicu Manuela.d.voicu@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought.� 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://sam.gov/opp/9a2b7c0ab57440888f3c2ad55ff6733a/view)
- Place of Performance
- Address: Saint Marys, GA 31558, USA
- Zip Code: 31558
- Country: USA
- Zip Code: 31558
- Record
- SN06504750-F 20221029/221027230109 (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 |