SOURCES SOUGHT
M -- Mechanical Dredging IDIQ
- Notice Date
- 1/19/2024 12:17:25 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST ST PAUL SAINT PAUL MN 55101-1323 USA
- ZIP Code
- 55101-1323
- Solicitation Number
- W912ES24B0002
- Response Due
- 1/31/2024 11:00:00 AM
- Archive Date
- 02/15/2024
- Point of Contact
- Theodore Hecht, Phone: 6512905415, Kenneth J. Eshom
- E-Mail Address
-
theodore.r.hecht@usace.army.mil, kenneth.j.eshom@usace.army.mil
(theodore.r.hecht@usace.army.mil, kenneth.j.eshom@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PROJECT LABOR AGREEMENTS (PLA s) Survey and request for CONTRACTOR CAPABILITY STATEMENT PACKAGE This is a SOURCES SOUGHT NOTICE for Market Research ONLY. NO AWARD will be made from this Sources Sought Notice.� The U.S. Army Corps of Engineers (USACE), St. Paul District (MVP) is seeking interested sources capable of providing all labor, material, and equipment necessary to provide Mechanical� Dredging Services on the Mississippi and Minnesota Rivers in Minnesota, Wisconsin, Iowa, Illinois, and Missouri with the use of a Project Labor Agreement (PLA). MVP is responsible for maintaining the Upper Mississippi River 9-Foot Channel from the head of navigation at Minneapolis, Minnesota, to Guttenberg, Iowa. This responsibility also includes the lower navigable portions of the Minnesota, St. Croix, and Black Rivers. Maintaining is an important component of the Inland Navigation System. The Mechanical Dredging IDIQ contractor shall furnish, deliver, and operate a dredge and attendant plant for maintenance dredging between Upper Mississippi River Miles 614.0 and 854.0 and between Minnesota River Miles 0.0 and 14.7, between St. Croix River Miles 0.0 and 24.5, between Black River Miles 0.0 and 1.4 in the St. Paul District and between Upper Mississippi River Miles 614.0 and 300.0 in the Rock Island District. The contract will include options for 4 additional years of maintenance dredging. It is anticipated that this project will be solicited in the spring of 2024. The contract� will include options for 4 additional years of maintenance dredging.�� All dates are tentative and for planning purposes �only.� In accordance with DFARS 236.204, the anticipated magnitude of this IDIQ is defined as �Between $25,000,000 and $100,000,000� for the base year and the 4 option years.� The North American Industry Classification System (NAICS) code for this project would be 237990; Other Heavy and Civil Engineering Construction. Dredging falls under this NAICS code with a size standard of $37,000,000. Information submitted will be used in determining an acquisition strategy. We ask that you provide adequate detailed information for the Government to determine, without doubt, an effective acquisition approach for the required products/services. Project Labor Agreement (PLA):� Please respond to the following questions: ��������������� Do you have knowledge that a PLA has been used in the local area on projects of this kind? If so, please provide supporting documentation. �Are you aware of skilled labor shortages in the area for those crafts that will be needed to complete the referenced project? If so, please elaborate and provide supporting documentation where possible. Are you aware of time sensitive issues/scheduling requirements that would affect the rate at which the referenced project should be completed? If so, please elaborate and provide supporting documentation where possible. Identify specific reasons why or how you believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Identify specific reasons why you do not believe a PLA would advance the Federal Governments interest in achieving economy and efficiency in federal procurement. Identify any additional information you believe should be considered on the use of a PLA on the referenced project. Identify any additional information you believe should be considered on the non-use of a PLA on the referenced project. CAPABILITY STATEMENT PACKAGE:� We ask that firms interested in submitting their capabilities for this project, include the following information: Capability Statement: A capability statement expressing your firm's interest in this requirement, describing your company and its capability to provide the service / construction in a timely fashion. Include a statement detailing any special qualifications and certifications, applicable to the anticipated scope of this project, held by your firm and/or in-house personnel. If your firm anticipates entering into any form of partnership (Joint Venture, etc.), please provide any information available as to the potential partner. �Additionally, please provide your firm�s bonding capacity. A statement of your firm's business size and type with regards to the NAICS code listed above. If your firm falls into one of the sub-category small businesses, e.g. HUBZone or Service-Disabled Veteran Owned, please provide that information as well. CAGE Code and Unique Entity ID (UEI) for your firm and any potential subcontractors or partners. �A statement confirming that if a Project Labor Agreement (PLA) was required for this procurement that it would not deter your submission of a proposal. Submit this information to Theodore Hecht , Contract Specialist, via email to Theodore.R.Hecht@usace.army.mil �In order to be considered, your response to this notice must be received on or before 1:00 PM (local time) on January 31, 2024. This sources-sought announcement is used to identify concerns with the capability to provide these services, and the applicability of a Project Labor Agreement for this project. If, at a later date, it is determined that this project moves forward and is solicited, it will be under a different solicitation number.� This is not a solicitation, and no plans or specifications are available.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2f429a5000f44e0ca09fae12e5679c90/view)
- Record
- SN06940508-F 20240121/240119230049 (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 |