Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2013 FBO #4142
SOURCES SOUGHT

Z -- Maintenance Dredging Little Wicomico River Northumberland County VA; Isle of Wight & Sinepuxent Bay, Ocean City Worcester County MD

Notice Date
3/26/2013
 
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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-13-S-0020
 
Archive Date
7/31/2013
 
Point of Contact
Christina Sale, Phone: 410-962-3526, MAJ Mark Cap, Phone: 410-962-3455
 
E-Mail Address
Christina.Sale@usace.army.mil, mark.cap@usace.army.mil
(Christina.Sale@usace.army.mil, mark.cap@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NAICS CODE: 237990 SIZE STANDARD: $20,000,000.00 Footnote 2: NAICS code 237990 Other Heavy and Civil Engineering Construction - Dredging: 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. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential contract for Maintenance Dredging of the dredging projects listed below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION(S) ARE CURRENTLY AVAILABLE. Project Descriptions: The survey is to determine if there are any Small Businesses, Qualified 8(a)s, HUBZones, WOSB or SDVOB that may have the capability to perform the work and are interested in the job. It is anticipated that the work would be performed in the Fall 2013 and Spring 2014. The prime contractor will have to perform 40 percent of the work, including the administration of the project. Potential candidates under this sources sought exercise should provide information as to previous jobs that are comparable to the jobs described. It should contain expertise, equipment, and bonding limits. The contractor must have marine insurance and provide documentation of actual dredging. The contractor must have access to equipment to perform the dredging and manage the placement of the dredged material. This should include hydraulic dredging and earth-moving equipment as well as a global positioning system (GPS). The contractor must also have worked previously with the Federal government on similar jobs and provide examples of those jobs and references (name and phone number) to assure expertise. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. LITTLE WICOMICO RIVER: The maintenance dredging of the Little Wicomico River must be performed using a hydraulic pipeline dredge. The proposed work consists of maintenance dredging the outermost 1,000 feet of the Federal channel to the authorized depth of 8 feet Mean Lower Low Water (MLLW), plus 2 feet of advanced maintenance dredging and 1 foot of allowable overdepth; and the width of 150 feet. The material will be placed via pipeline, onto a beach area that is inhabited with an endangered species of beetle. The dredge pipeline will be routed to minimize impacts to the habitat of the northeastern beach tiger beetle, which is located along the beach between the placement site and the Federal channel entrance. Care must be taken with the use of heavy equipment on the beach to avoid impacts to the beetles. Approximately 20,000 cubic yards of material consisting primarily of sand, silt, mud, shell and combinations thereof, are to be dredged. The maximum pumping distance is approximately 1.5 miles. Dredging is expected to occur sometime between the fall 2013 and spring 2014. The period of performance will be approximately 45 calendar days. The magnitude of construction for this project is estimated between $250,000.00 and $500,000.00. ISLE OF WIGHT The maintenance dredging of the Isle of Wight channel must be performed with a hydraulic pipeline dredge. The proposed work consists of maintenance dredging approximately 3000 feet of the Federal channel to the authorized depth of 6 feet MLLW, plus 1 foot of allowable overdepth and widths of 125 and 75 feet. The pipeline must be passed through a storm drain under the island from the back bay to the ocean front. The pipeline will then emerge from the drain and onto the beach where placement will occur. A dozer needs to be on the beach to contour the material, cut proper drainage, and move the pipeline. Dredging is expected to occur sometime between the fall and spring. The maximum pumping distance will be about 8,000 feet. Approximately 25,000 cubic yards of material consisting primarily of fine grained sand, are to be dredged. Dredging will be performed between Fall 2013 and Spring 2014. The period of performance will be approximately 30 calendar days. The magnitude of construction for this project is estimated between $250,000.00 and $500,000.00. SINEPUXENT BAY The maintenance dredging of the Sinepuxent Bay channel is expected to occur along the entire channel length of 12 miles. The proposed work consists of maintenance dredging the Federal channel to the authorized depth of 6 feet MLLW, plus 1 foot of allowable overdepth and widths of 150 and 100 feet. Hydraulic dredging is required and at least 15,000 feet or more of pipeline will be needed. Material could be placed on the State beach, or islands could be created along the channel. Booster pumps may be needed to transport some of the material to farther distances. Equipment will be required to shape the beach nourishment or island creation. Material is fine grained sand with some silt. Dredging is expected to occur between fall and spring. Dredge quantities are expected to be in excess of 150,000 cubic yards. The period of performance will be approximately 120 calendar days. The magnitude of construction for this project is estimated between $1,000,000 and $5,000,000.00. The Isle of Wight channel and Sinepuxent Bay channel may be combined into one solicitation/contract. All contractor employees working at the project must possess a social security card. Employees must be either a U.S. citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at any of the sites listed above. It would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small businesses pursuing prime contractor opportunities should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Qualified Small Businesses additionally submit the following information: 1. Company name, address, phone number, point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in Systems for Award Management (SAM) and Online Representations and Certifications Application (ORCA) at the time of contract award. Please see www.sam.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. 4. Provide three (3) examples of projects similar to the requirements described above within the past 5 years. Include the point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business General Contractor. 6. The total submittal shall be no longer than 8 pages in one.pdf file or one word document. 7. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in System for Award Management (SAM). Please see www.sam.gov for additional information. In addition, this Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement are to be sent electronically to mark.cap@usace.army.mil no later than 1:00pm April 9, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-13-S-0020/listing.html)
 
Place of Performance
Address: 10 South Howard St., Baltimore, Maryland, 21201, United States
Zip Code: 21201
 
Record
SN03021079-W 20130328/130326234940-863708136a2e75b2189208074ad34a60 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.