SOURCES SOUGHT
Z -- Pinole Shoal Channel and the Suisun Bay/New York Slough Channel Maintenance Dredging, Contra Cost County CA.
- Notice Date
- 12/16/2014
- 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, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
- ZIP Code
- 94103-1398
- Solicitation Number
- W912P7-15-T-0003
- Point of Contact
- James E Garror, Phone: 415/ 503-6988, Shirley A. Turnbo, Phone: 415-503-6987
- E-Mail Address
-
James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil
(James.E.Garror@usace.army.mil, shirley.a.turnbo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Dredging Services. The Federal Supply Code (FSC) will be Z299. The Standard Industrial Code (SIC) used is Z299. The size standard for small business is $25,500,000.00. Interested parties sought for maintenance dredging project located at the Pinole Shoal Channel and the Suisun Bay/New York Slough Channel, Contra Cost County CA. Project will be solicited as an Invitation For Bids (IFB) contract to include dredging in the inner and outer harbors. Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information as well as information on available permitted upland disposal sites and Government-furnished disposal sites. NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: James.E.Garror@usace.army.mil or Shirley.A.Turbo@usace.army.mil All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. Project Description: The work consists of maintenance dredging of the federal navigation channels of Pinole Shoal and Suisun Bay including New York Slough. A project depth of -35-ft and 1-ft of paid overdepth contains approximately 175,000 cubic yards of dredged material to be excavated from the Pinole Shoal Channel that shall be transported and disposed at Government-furnished in-bay site, SF-10 located in San Pablo Bay. A project depth of -38-ft and 1-ft of paid overdepth contains approximately 150,000 cubic yards of dredged material to be excavated from the Suisun Bay/New York Slough Channel that shall be transported and disposed at Government-furnished in-bay site, SF-16 located in Bullshead Channel. The Government-furnished in-bay disposal site, SF-9 located in the Carquinez Straight will be the back-up disposal site for both channels. A hopper dredge plant or a mechanical clamshell dredge plant may be used to dredge either or both channels. The estimated price range for this project is $5,000,000 - $10,000,000. Anticipated solicitation issuance date is on or about March 1, 2014 and the estimated proposal due date is on or about April 1, 2014. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. CAPABILITIES AND QUALIFICATIONS: a. Qualified personnel are required with recent knowledge and experience in: 1. Interested parties must have the capability and equipment necessary for dredging and disposal of dredged material at the San Pablo Bay In-bay Disposal Site (SF-10), Carquinez In-bay Disposal Site (SF-9), and the Suisun In-bay Disposal Site (SF-16). Interested parties must have the capability to dredge at a minimum daily rate of 5,000 cubic yards, including appropriately sized hopper dredge, and/or scows and dredge bucket in order to complete all work within the period of performance specified in the contract solicitation. 2. Contract work will start after June 1, 2015 for the Pinole Shoal Channel and after August 1, 2015 for the Suisun Bay/New York Slough Channel, and all dredging will cease before December 1, 2015. Interested parties will submit bid proposals for disposal of dredged material at the Government-furnished in-bay sites provided the contract work can be completed within the specified period of performance. 3 Offeror's type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). 4. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute Dredging and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P7-15-T-0003: Sources Sought market research for "Maintenance Dredging." All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 5:00 PM Pacific Time on January 16, 2015. Submit response and information to: James.E.Garror@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St., Suite 1741B, San Francisco, CA 94103-1398. _____________________________________________________________________________________________ Contracting Office Address: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Place of Performance: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US Point of Contact(s): Linda F. Hales, 415-503-6990 Linda.F.Hales@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-15-T-0003/listing.html)
- Record
- SN03596915-W 20141218/141216234222-917c056d0a7f71ae75f4acc1084b2248 (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 |