SOURCES SOUGHT
Y -- OCEANSIDE HARBOR MAINTENANCE DREDGING
- Notice Date
- 10/25/2012
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Los Angeles, P.O. Box 532711, Los Angeles, California, 90053-2352, United States
- ZIP Code
- 90053-2352
- Solicitation Number
- W912PL-13-S-0001
- Point of Contact
- Patricia B Bonilla, Phone: 213-452-3255, Scott John, Phone: 213-452-3388
- E-Mail Address
-
Patricia.B.Bonilla@usace.army.mil, Scott.M.John@usace.army.mil
(Patricia.B.Bonilla@usace.army.mil, Scott.M.John@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis. This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. The US Army Corps of Engineers, Los Angeles District is seeking sources for a Invitation for Bid Contract in support of Navigation Operations and Maintenance projects primarily within the Southern California area. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of dredging contractors. The Government must ensure that there is adequate competition among the potential pool of available contractors. Construction services will consist of dredging and disposal of material from the federal navigation channels Oceanside Harbor, specifically the entrance channel. Dredging will occur in depths up to -30' MLLW in an exposed ocean environment. Disposal will be by means of placement on the beach, up to 1.75 miles from the dredge site. Contractor must be able to sustain a minimum production of 10,000 cubic yards per day and all vessels and equipment must be certified by the U.S. Coast Guard. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990. Small Business Size Standard for this acquisition is $20 Million. Under Federal Acquisition Regulation (FAR) guidelines, the prime contractor must have the capability to perform at least 35% of the contract work with his/her own employees. Prior Government contract work is not required for submitting a response under this sources sought synopsis. All technical evaluation factors have not been determined at this time. Past Performance will be an evaluation factor. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. •1. C ontractor's names, address, point of contact, phone number and email address. •2. C ontractor's interest in bidding on the solicitation when issued. •3. C ontractor's capability to perform a contract of this magnitude and complexity (include in-house capability to execute construction, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 5 years, and brief description of project, customer satisfaction, and dollar value of project) provide at least 3 examples. Please note: Work Plans accomplished under Performance Oriented Construction Activity Contracts (POCA contracts) do not constitute construction experience. Such experience will not be accepted as construction. •4. C ontractor's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a)). •5. C ontractor's joint venture information, if applicable, existing and potential. •6. C ontractor's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). •7. C ontractor's (other than small businesses) should also provide their assessment of the degree of involvement by small and SDB subcontractors, stated as a percentage of subcontracted dollars. Interested parties shall respond to the Sources Sought Synopsis no later than 5 :00PM (local time) 16 November 2012. Please submit your written response to this notice by preferably by e-mail to Patricia.B.Bonilla@usace.army.mil and Scott.M.John@usace.army.mil or mail to USACE-Los Angeles District, ATTN: Contracting Division-West Region Branch, c/o Patricia B. Bonilla 915 Wilshire Blvd, Los Angeles, CA 90017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-13-S-0001/listing.html)
- Place of Performance
- Address: Oceanside, San Diego County, California, Oceanside, California, United States
- Record
- SN02919478-W 20121027/121025234251-4d4c573e97626086d9e40eaf558aa907 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |