SOURCES SOUGHT
Z -- Maintenance Dredging and Disposal of Dredged Material at Various Shoal Locations on the James River Federal Navigation Channel
- Notice Date
- 1/28/2013
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-13-R-0023
- Response Due
- 2/12/2013
- Archive Date
- 3/29/2013
- Point of Contact
- Lynn Tanno, 757-201-7839
- E-Mail Address
-
USACE District, Norfolk
(lynn.m.tanno@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District Corps of Engineers is seeking eligible small business firms capable of performing maintenance dredging and disposal of dredged material by hydraulic dredge and pipeline at various shoal locations on the James River Federal Navigation Channel. The project will include maintenance dredging to required depths of 18 to 26 feet with 1 foot of allowable overdepth at each respective dredging depth unless indicated otherwise in the Task Order. The Contractor shall place the dredged material in the designated Government-furnished upland or overboard placement areas as identified in the individual task order. The target capacity for this contract is between $5,000,000.00 and $15,000,000.00, and will cover up to three years (base plus two option years). All small businesses, including service-disabled veteran-owned small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and women owned small business are encouraged to respond. Upon review of industry response to this Sources Sought Notice, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. The Norfolk District USACE contracting office anticipates award of a contract for these services no later than June 2013. The proposed contract will be an Indefinite Delivery, Indefinite Quantity contract with task orders issued for various dredging locations. The proposed construction duration for each year will be mid June 2013 to February 14, 2014 for the first task order. Work shall not begin for any awarded task order until the notice to proceed has been issued. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $20 Million. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of an award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. It is requested that interested SMALL businesses submit to the contracting office a brief capabilities statement package (no more than 25 pages in length, single-spaced. 12-point font minimum) demonstrating ability to perform the requested services. This documentation shall address, at a minimum, 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, 8(a) (Region 4 only), or Woman Owned Small Business shall be indicated on first page of submission. 3. Bonding capability: Please provide a letter from your bonding company to support current bonding capability of at least $10 million (aggregate amount for multiple active task orders). 4. Description of capability to perform the proposed dredging, ability to manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing dredging contracts. 5. Past performance/experience on projects of similar scope, describing no more than five (5) projects that are at least 50% construction complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the dredging to demonstrate relevance to the proposed project, the bidder's role, dollar value of contract, 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). 6. Dredge name and various specifications on the equipment to include: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, max/min width of channel the dredge can efficiently operate. Point of Contact is Lynn M. Tanno, (757) 201-7839; email: Lynn.M.Tanno@usace.army.mil. Your capabilities statement must be submitted in writing to the U.S. Army Corps of Engineers, Norfolk, ATTN: Lynn M. Tanno, Contracting Office, 803 Front Street, Norfolk, VA 23510. All responses must be mailed or hand delivered by 12 February 2013, no later than 12 noon Eastern Standard Time. Electronic Submissions (faxes, emails) will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-13-R-0023/listing.html)
- Record
- SN02973395-W 20130130/130128233955-534c7dfdf9b2ddbdec982eafdad44ad5 (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 |