Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2015 FBO #5110
SOURCES SOUGHT

Y -- SOURCES SOUGHT FOR DREDGING SUPPORT FOR THE GREAT LAKES AND OHIO RIVER DIVISION

Notice Date
11/18/2015
 
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, Huntington, Attn: CELRH-CT, 502 8th Street, Huntington, West Virginia, 25701-2070, United States
 
ZIP Code
25701-2070
 
Solicitation Number
W91237-16-R-SS02
 
Archive Date
12/19/2015
 
Point of Contact
Ginny M. Morgan, Phone: 3043995963
 
E-Mail Address
ginny.m.morgan@usace.army.mil
(ginny.m.morgan@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT. THIS IS NOT A SOLICITATION ANNOUNCEMENT. The purpose of this announcement is to gain knowledge of potential qualified Small Business sources including those in the 8(a) Business Development Program, HUBZone, Small Disadvantaged Business, Service-Disabled Veteran-Owned Small Business, and Woman-Owned Small Business relative to North American Industrial Classification System code 237990, which has a Small Business size standard of $27.5 million or less. To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredge with its own equipment or equipment owned by another small dredging concern. Responses will be used to determine appropriate acquisition decisions. Up to three indefinite delivery contracts (IDC) will be negotiated and awarded with a base period and four option periods. Each contract amount will not exceed $15,000,000.00 over the life of the contract. Work will be issued by negotiated firm-fixed price task orders. This will be a regional contract, and Task Orders may be issued for mechanical dredging / clearing and snagging work in any of the following Great Lakes and Ohio River Division Districts: Nashville (LRN), Louisville (LRL), Huntington (LRH), and Pittsburgh (LRP). This includes any navigable waters and navigable tributaries of the Ohio River, above it's confluence with the Mississippi River. Work performed will approximately range between 0 cubic yards and 400,000 cubic yards, with a production rate for each respective Task Order ranging between 0 tons per hour to 350 tons per hour. This rate will be determined by the Government and is a mandatory performance metric for each Task Order. The selected contractor(s) must have the ability to deploy equipment large enough to meet required production rates, as well as grade accuracy tolerances, satisfactory to the Government. The following dredge scenarios may be used in individual task orders: Independent Dredge/Disposal: Dredging and disposal activities are performed by the same piece(s) of equipment at different times. This may involve more than one crane (derrick, excavator, etc.) but dredge and disposal activities do not occur simultaneously. This also includes projects in which all dredged material is loaded at one location, then transported to another area for disposal via another piece of equipment. Simultaneous Dredge/Disposal: A project in which two or more separate cranes (derricks, excavators, etc.) are dedicated separately to the material loading and unloading actions for a single Task Order. Loading and unloading activities shall take place simultaneously with a continuous transfer of material from dredge area to disposal site. Land Based: Dredging is performed from the bank by land based equipment. Responses to this sources sought announcement must include the contractor's type of business such as Small Business, 8(a), HUBZone, etc. and their DUNS number. Responses shall include a qualifications statement along with documentation to support Technical Capabilities and Specialized Experience including: 1. Experience in Mechanical Dredging/Clearing and Snagging work (company information and employees' experience). 2. Efficient mobilization (within 24 hours) of experienced dredging crews (including equipment) not limited to, barge mounted crane(s), material barge(s), tow boats, etc. for use in occasional emergency dredge situations. 3. Ability to provide land based services for upland disposal work, water and/or land based services for the construction of in-water disposal containment structures and sediment control dikes. Additionally, contractors are requested to provide the following Past Performance information: A list of relevant projects, current and/or completed, in the past five years that best demonstrates competence with this type of work; include dates, locations, types of contracts, dollar amounts/values, description of the work and references. The following Management and Administration information shall also be included: Personnel and Organization, Quality Control, Safety, and Location of the Firm. The responding firm must also provide a list of equipment and its availability. Describe each piece of equipment to include, as a minimum, the number of pieces of each type equipment and name, manufacturer, model, age and condition of each piece of equipment. The firm must be able to mobilize equipment to respond to an emergency situation within 24 hours' notice. Contractors are hereby encouraged to make known their interest in this type of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA69/W91237-16-R-SS02/listing.html)
 
Place of Performance
Address: USACE, Huntington District, 502 8th Street, Huntington, West Virginia, 25701, United States
Zip Code: 25701
 
Record
SN03949031-W 20151120/151118234348-44097e87ded535498cacdf02b3d57db9 (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.