SOURCES SOUGHT
Y -- Shore Protection Project Mid and South Reach Renourishment 2023, Brevard County, Florida
- Notice Date
- 8/20/2023 9:47:23 AM
- Notice Type
- Sources Sought
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP23Z0045
- Response Due
- 8/22/2023 7:00:00 AM
- Archive Date
- 08/23/2023
- Point of Contact
- Guesley Leger, Phone: 9783188269, Manuela Voicu, Phone: 3146377452
- 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)
- 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 PROPOSALS 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 offerors for a potential fiscal year (FY) 2024 award of the aforementioned project, which would be a consolidated effort. 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. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The proposed project will be a Firm Fixed Price (FFP) contract. THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER(S) For GROUP 1 use: W912EP18R0029: Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP1- UNRESTRICTED DREDGING MATOC POOL. Small Business Size Standard: $27.5 million. DESCRIPTION OF WORK: The proposed project will renourish approximately 12 miles of shoreline in Brevard County, Florida between FDEP Range Monuments R-75.3 and R-139. The project is comprised of two segments: Mid Reach and South Reach. The Mid Reach extends approximately 7.8 miles between FDEP Range Monuments R-75.3 to R-118.3. The South Reach extends approximately 3.8 miles between R-118.3 and R-139. The project includes construction of a beach berm and dune as shown in the drawings. Beach compatible sand for the project will be dredged from Canaveral Shoals II. The Canaveral Shoals II borrow area is located east of Cape Canaveral in Federal waters and is centered approximately 4.5 miles offshore of Cape Canaveral Air Force Station (CCAFS) and 8 miles from Port Canaveral. Pipeline corridors are not prescribed for the work; however, no pipelines are allowed within Mid-Reach (R-75.3 and R-118.3) as well as designated avoidance areas shown on the drawings. Hydraulic placement within Mid-Reach is prohibited. Beach quality sediment can be attained from a South Reach beach stockpile area as shown on the plans or approved upland sources truck hauled to the placement area. The South Reach stockpile area is approximately 8 miles south of the Mid-Reach placement site with a maximum and minimum distance of 11.6 miles and 4 miles, respectively. The stockpile area can be hydraulically filled and then mechanically transferred to the placement area along Highway A1A only. After the truck haul is completed, a residual beach fill will be constructed within the entire stockpile area as shown on the drawings. The South Reach Nearshore Disposal and Sand Rehandling Area (SR-NDSRA) is provided offshore of the South Reach project fill areas and may be used to temporarily stockpile beach fill material. The SR-NDSRA is located between R-126 and R-130.5 and may be utilized from 1 October to 30 April. See Plans for limits of SR-NDSRA. Project work also includes, but is not limited to, beach tilling, vibration monitoring, turbidity monitoring, and environmental species monitoring. This project will have an estimated period of performance of 545 calendar days after issuance of Notice to Proceed (NTP), including 60 calendar days to commence work. Magnitude of construction is between $30,000,000 and $60,000,000. The request for proposal (RFP) will be issued on or around September 05, 2023 and proposals will be due on or about September 22, 2023. The award of the task order will�be made on the basis of Lowest Price Technical Acceptable (LPTA). See forthcoming request for proposal for submission requirements. The Request for Proposal will be issued in electronic format only and will be posted on the System for Award Management (SAM) website at https://www.sam.gov/. In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the SAM website at https://www.sam.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. NOTES: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT AN OFFER ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA. 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. 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 August 15, 2023, at 12:00 PM, EDT. All responses under this Sources Sought Notice shall be sent to email at Mr. Guesley Leger at guesley.leger@usace.army.mil and Ms. Manuela D. Voicu at manuela.d.voicu@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51c564104db44d7791d8ef4020aaaa0f/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN06798431-F 20230822/230820230048 (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 |