SOURCES SOUGHT
Z -- Maintenance Dredging, Inland Waterway Delaware River to Chesapeake Bay, DE & MD
- Notice Date
- 6/6/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-14-B-DREDGECD
- Response Due
- 6/13/2014
- Archive Date
- 8/5/2014
- Point of Contact
- Emily Giardino, 215-656-3202
- E-Mail Address
-
USACE District, Philadelphia
(emily.m.giardino@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A market survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, and Small Business contractors for the following proposed work. The Army Corps of Engineers, Philadelphia District, is interested in awarding (1) Firm Fixed Price Contract for Maintenance Dredging, Station 0+000 to Station 250+440, Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland. Proposed contract work includes, but is not limited to, a base contract and one option. Base work includes dredging of the canal from Station 165+000 to Station 254+000. Dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. Option 1 work includes dredging of the canal from Station 0+000 to Station 72+000. Base and Option 1 dredging will be required to a depth of 36 feet MLLW (Datum) plus 1 foot allowable Overdepth limited by a vertical plane through the required depth contour. No side slopes or end slopes are specified. The Government-furnished upland disposal area available for use under this contract is Poplar Island and Reedy Point South Disposal Areas. Estimated cost range of the project is $5,000,000.00 to $10,000,000.00. The NAICS Code for this project is 237990 and the small business size standard is $25.5 Million. Payment and performance bonds will be required for 100% of the contract award. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity (single project and aggregate), details of similar projects, completion dates, references and contract amount. Narratives shall be no longer than FIVE (5) pages. Responses should be submitted electronically via e-mail to Emily Giardino at Emily.M.Giardino@usace.army.mil on or before Friday, June 13, 2014, 4:00 PM, EDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-14-B-DREDGECD/listing.html)
- Place of Performance
- Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
- Zip Code: 19107-3390
- Zip Code: 19107-3390
- Record
- SN03387914-W 20140608/140606234413-bbc308a6e6b72e61940dbfced2c14d55 (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 |