Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2016 FBO #5207
SOURCES SOUGHT

Y -- Jacksonville Harbor, Construction Dredging 47-Foot Project, Contract A, Bar Cut-3 to Cut-7, Duval County, Florida - Jacksonville Harbor Deepening Project - Contract A Map

Notice Date
2/23/2016
 
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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-16-Z-0012
 
Archive Date
4/8/2016
 
Point of Contact
Tedra N. Thompson, Phone: 9042322016, Ilene J. Crapps, Phone: 9042321064
 
E-Mail Address
tedra.n.thompson@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(tedra.n.thompson@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Jacksonville Harbor Deepening Project - Contract A Map Jacksonville Harbor, Construction Dredging 47-Foot Project, Contract A, Bar Cut-3 to Cut-7, Duval County, Florida This is announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The Jacksonville District of the U.S. Army Corps of Engineers has been tasked to solicit the interest of prospective offeror(s) for a potential fiscal year (FY) 2016 award of the aforementioned project. The purpose of this synopsis is to gauge interest, capabilities and qualifications of members of the Dredging Community, to include both Small and Large Businesses as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. **Additionally, we are conducting market research for subcontracting goals. If you are unable to meet the requirements of the synopsis as a prime contract but have the ability to perform as a potential subcontractor, please submit this information as well.** The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation For Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The project is located in Duval County, near the mouth of the St. Johns River; more specifically, dredging operations will be conducted from Bar Cut-3, Station 182+50 to Cut-7, Station 10+00. The Jacksonville District of the US Army Corps of Engineers is contemplating a project that consists of deepening and strategic widening of the Federal navigation channel from the entrance of Bar Cut-3 through station 28+18.43 of Cut-45 to a project depth of 47 feet plus applicable overdepths and Advance Maintenance. The completion of the work will take place under multiple contracts. Contract A will dredge from Bar Cut-3 Station 182+50 to Station 210+00 to a required depth of 50 feet plus 1 foot of allowable overdepth and from Bar Cut-3 Station 210+00 to Cut-7 Station 10+00 to a required depth of 48 feet plus 1 foot allowable overdepth. In addition, Advance Maintenance Area 1 incorporates an additional 2 feet of required dredging where applicable. Total quantity to be dredged from the Federal Channel is approximately 3 million cubic yards (cy). All dredged material will be placed in the approved Ocean Dredged Material Disposal Site (ODMDS) which is located an average of 7.7 nautical miles from the dredging location; accordingly, Coast Guard Certification is required. Materials to be dredged consist of unconsolidated materials consisting of sand and silty sand, and occasional silt, stiff clay and shell layers. The project includes all work incidental to construction such as turbidity monitoring, endangered species observer (Hopper Dredge only) and dedicated manatee observer (Clamshell Dredges only) and will have an estimated period of performance of 606 calendar days. NOTE: See attached site map for a pictorial representation of the project. Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company name, address, point of contact, phone number and e-mail address 2. Provide a brief description of the project to include: a. Capability to execute dredging projects of comparable scope, complexity and magnitude b. Customer name c. Timeliness of performance d. Dollar value of projects completed within the past 3-5 years (provide at least 3 examples. 3. Company shall identify their Business classification (i.e. Small or Large) and Small Business Size Standard: _Other than Small _ Small Business _ SDB _ 8(a) Small Business _ HUB Zone _ SDVOSB _ WOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity ($30,000,000.00 or higher) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 2:00 pm, EST on 24 March 2016 and shall be sent to Ms. Tedra N. Thompson via email at Tedra.N.Thompson@usace.army.mil; or sent via mail to the attention of Tedra N. Thompson: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard for Dredging is $27.5 million. The anticipated magnitude of construction is $30,000,000 - $50,000,000.00. NOTE: To be considered small for the purposes of this Government procurement, a firm must perform/dredge, with its own equipment or equipment owned by another Small Business concern, at least 40 percent of the volume dredged. *Per FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The official Synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov on or about July 5, 2016, while we anticipated the issuance of the solicitation on or about July 22, 2016. Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-16-Z-0012/listing.html)
 
Record
SN04028035-W 20160225/160223235104-c143ebb5244cd10cbfdf4d0f5bdf1c78 (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.