Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2014 FBO #4494
SOURCES SOUGHT

Z -- Maintenance Dredging along the Sacramento and Stockton Deep Water Ship Channels, CA

Notice Date
3/13/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-14-S-0371
 
Response Due
3/28/2014
 
Archive Date
5/12/2014
 
Point of Contact
Marsha Sells, 916-557-5232
 
E-Mail Address
USACE District, Sacramento
(Marsha.R.Sells@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry, which will 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 SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers, Sacramento District, plans to issue a Request for Proposals (RFP) solicitation and award an IDIQ contract for annual maintenance dredging along the Stockton and Sacramento DWSC. The dredging is authorized by Congress and is required to maintain the ship channels to authorized depths for deep draft commercial shipping. The fisheries window in which dredging is allowed is from Aug 1 through Nov 30, each year. The ship channels are located in California's Sacramento and San Joaquin River Delta. Proposed project will be a competitive, IDIQ contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, Large and Small Business Communities. The Government must ensure there is adequate competition among the potential pool of responsible contractors. This procurement is for: 1. Maintenance Dredging 2. Estimated construction range: $10 - $30 Million on a 3 year contract. 3. NAICS Code: 237990 4. Business Size Standard: To be determined after responses to the sources sought are received and evaluated. 5. FSC Code: Z1KF 6. Statement - Under FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 25% of the cost of the contract, not including the cost of materials, with its own employees for specialty construction-type procurement. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about April 2014, and the estimated proposal due date will be on or about May 2014. The official Synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov. A firm-fixed price contract is anticipated to be awarded using other than sealed bidding procedures. Description of Work The U.S. Army Corps of Engineers (USACE) is authorized by Congress to maintain both the Sacramento and Stockton Deep Water Ship Channels (DWSC) to their authorized depths. The maintenance dredging for these channels is conducted on an annual basis. The Sacramento DWSC is contained within the confines of the Sacramento River and the man-made portion of the ship channel. The Stockton DWSC follows the San Joaquin River. Due to natural sedimentation, shoals develop which compromise the authorized depths of both ship channels. These shoals cause draft restrictions which increase the cost and safety for the shipping industry. Historically, approximately 200,000 to 400,000 cubic yards of shoaled material has been dredged annually. Due to endangered species, the fisheries window for maintenance dredging is Aug 1 through Nov 30. After the winter storm run-off, the USACE conducts bathymetric surveys used to determine where shoaling has developed. The USACE also develops the Notice of Intent (NOI) which is presented to the Central Valley Regional Water Quality Control Board (CVRWQCB). The NOI is used by the CVRWQCB to issue the Clean Water Act Section 401 Water Quality Certification in the form a Notice of Applicability (NOA). This solicitation will be for a 3 year Indefinite-Delivery Indefinite-Quantity (IDIQ) Single Award Type (SATOC) contract with a maximum capacity of $10M per year for a total contract capacity of $30M. The estimated dredge quantities for the Task Orders will be developed from the NOA and bathymetric surveys. The pricing for Task Orders will be based on the individual pricing schedule set for each year of the contract. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1) Firm's name, address, point of contact, phone number, and e-mail address. 2) Firm's interest in bidding on the solicitation when it is issued. (Prime or Sub) 3) Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 5 years. 4) Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project (projects should be of at least 200,000 to 400,000 cubic yards of shoaled material) - provide at least 3 examples. 5) Firm's Business Size category (Large Business, Small Business, HUB Zone, Service Disabled Veteran Owned Small Business, Women Owned, or 8(a). 6) Firm's Joint Venture information if applicable - existing and potential 7) Provide the following information for each of the example projects submitted Safety Record: Detailed information pertaining to reportable injuries with lost workdays or Fatalities on each example project submitted. For contracts with reportable injuries (lost workdays or fatalities), include the total number of hours worked under the contract. Provide the frequency rate. 8) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Responses must be emailed and limited to no more that 10 pages. Electronic submission only. Facsimile responses will not be accepted. Interested Firm's shall respond to this Sources Sought Synopsis no later than 3:00 pm on March 28, 2014. All interested firms must be registered in SAM to be eligible for award of Government contracts. Email responses to: Marsha.R.Sells@usace.army.mil or Rachel.A.Rosas@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-14-S-0371/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN03309431-W 20140315/140313234521-5fe2cf23de2884a2c103c53272767a25 (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.