SOURCES SOUGHT
Y -- FY25- Tennessee-Tombigbee and Black Warrior Waterways Construction Equipment Rental Contract
- Notice Date
- 1/10/2025 10:37:12 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
- ZIP Code
- 36628-0001
- Solicitation Number
- W9127825R0048
- Response Due
- 1/27/2025 12:00:00 PM
- Archive Date
- 09/30/2025
- Point of Contact
- Jillian Saffle, Phone: 2514415584
- E-Mail Address
-
jillian.e.saffle@usace.army.mil
(jillian.e.saffle@usace.army.mil)
- Description
- Market Research and Sources Sought Notice for information on capability and availability of potential contractors to furnish equipment with operators and all necessary materials and supplies to perform maintenance work of dredged material disposal areas located in various areas of Alabama and Mississippi along the Tennessee-Tombigbee and Black Warrior Waterways. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potentially qualified Small and Large Business firms interested in furnishing equipment with operators and all necessary materials and supplies to perform maintenance work of dredged material disposal areas located along the Tennessee-Tombigbee and Black Warrior Waterways. This is a Sources Sought Notice, NOT a solicitation announcement. Accordingly, no contract award will result from this Sources Sought Notice, as it does not constitute a commitment by the Government. Responses to this Sources Sought Notice will be used by the Government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates a future procurement for maintenance of upland dredged material disposal areas located in various areas of Alabama and Mississippi along the Tennessee-Tombigbee and Black Warrior Waterways. The contractor shall have the ability to perform work consisting of: dike raising, excavation, leveling and stacking material, haul out of dried material, dewatering ditches, constructing and installing weirs. Other work might include constructing earthen berms in coastal waters, transporting material to coastal waters for marsh construction, re-establishing small channels by snagging or dredging. Furthermore, the contractor shall have the ability to mobilize equipment by water as several of the potential work areas have restricted or no land access. The proposed solicitation will be an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with task orders issued for various disposal area locations. This IDIQ will be for a five (5) year ordering period and will not exceed $49 million. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $37.0 million. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Bidder�s name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, Woman-Owned, or 8(a) shall be indicated on the first page of submission. 3. Bonding capability (construction bonding level per single contract/task order and aggregate construction bonding level, both expressed in dollars along with current available bonding capacity). 4. Description of capability to perform the proposed services, manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing contracts. 5. Past performance/experience on projects of similar scope, describing no more than five (5) projects that are at least 50% complete within the past five (5) years of the issue date of this Notice. Information should be provided in the form of a Contract Performance Assessment Reporting System (CPARS), Past Performance Questionnaires (PPQs), or by providing the following information: Project title, location, general description of the construction to demonstrate similarity to the project listed above, the Offeror's role (i.e., prime contractor, subcontractor, etc.), the dollar value of contract, duration, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). NO HARDCOPY RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES WILL BE ELECTRONIC and submitted to the following email addresses: Contract Specialist, Emily Ortiz at Emily.c.ortiz@usace.army.mil, and Contracting Officer, Jillian Saffle at jillian.e.saffle@usace.army.mil. Submittals are due no later than 2:00 PM CST 27 January 2025. Electronic submittals will be retained for future reference; however, they are to be considered source sensitive and not subject to public disclosure.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34fd70733b754b1da0e521b34c5c17ce/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07310115-F 20250112/250110230108 (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 |