Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
SOURCES SOUGHT

Y -- Maintenance Dredging, Craney Island Rehandling Basin

Notice Date
8/1/2016
 
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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-B-0007
 
Archive Date
8/30/2016
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. The Norfolk District, Army Corps of Engineers is anticipating a future procurement for a Firm Fixed Price, Construction contract, for Maintenance Dredging, Craney Island Rehandling Basin, Portsmouth, Virginia. Description of Work: The Norfolk District Corps of Engineers is seeking eligible business firms capable of performing maintenance dredging, dredged material placement by hydraulic dredge and pipeline, and debris removal at the Craney Island Rehandling Basin. The Craney Island Rehandling Basin is located in Portsmouth, Virginia on the southeast side of Craney Island Dredged Material Management Area adjacent to the Norfolk Harbor Channel. The maintenance dredging and debris removal will be performed in the following critical areas: the North and South Access Channels, the Debris Channel, and the Rehandling Basin. The project will include maintenance dredging to the required depths of -9, -18, and -28 feet Mean Lower Low Water (MLLW). Two feet of overdepth dredging at each respective dredging depth will be allowed for the base bid. It is estimated that 1,012,400 cubic yards of dredged material, to include allowable overdepth and accretion, will be removed for the base bid. Debris is anticipated to be encountered during dredging operations. The Contractor shall place the dredged material in the designated Government-furnished upland placement site, Craney Island Material Management Area. Construction Time: Anticipated solicitation issuance timeframe is August 2016, and the estimated proposal due timeframe will be in September 2016. Performance will be within 15 calendar days and complete all work within 90 calendar days of receipt of Notice-to-Proceed (NTP). There are no dredging restrictions for this project so the contractor is expected to plan their work accordingly. Offeror, whose proposal conforms to the solicitation and is fair and reasonable. In addition, the awardee must be found responsible in accordance with FAR 9.1 Sources are sought for all interested firms with a NAICS code of 237990 with a small business size standard of $27.5 Million. The magnitude of construction is between $1,000,000.00 and $5,000,000.00. SURVEY OF THE DREDGING INDUSTRY: The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Maintenance Dredging, Craney Island Rehandling Basin, Portsmouth, Virginia. General: 1) Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience. 2) What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another small dredging contractor? 3) Have you performed dredging within the Virginia Geographical area? 4) Would you be willing to bid on the project described? If the answer is No, please explain why not? 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 6) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? 7) What is the largest dredging contract, in dollars, on which you were the prime contractor? 8) What is your bonding capacity per contract? What is your total bonding capacity? Equipment 9) What type of dredge equipment do you own and / or operate that is suitable for the work described? For each dredge that you list, please specify its size, horsepower, and any other salient characteristics. *In addition, the Contractor shall provide the type of dredge equipment to be used, dredge name, and the following equipment parameters: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, max/min width of channel the dredge can efficiently operate. 10) What length and size of discharge pipeline do you have available for use? Do you own the discharge pipeline? 11) Do you have experience with upland placement of dredged material? 12) Are you familiar with the USACE EM 385-1-1 (Nov. 2014) and all requirements? Deficiencies observed on site will require immediate attention and action to meet all applicable safety codes. The Government will utilize this information in determining an acquisition strategy. Please state all of the socio-economic categories in which your company belongs (8(a), Hub-zone, Service Disabled Veteran Owned Small Business, Woman Owned). Please submit capability packages electrically to email Stormie.B.Wicks@usace.army.mil and Eartha.Garrett@usace.army.mil The capability statement must be submitted no later than 15 August 2016 (14 days). Limit capability briefing package to 10 pages. This sources sought should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Stormie Wicks, Email: Stormie.B.Wicks@usace.army.mil ; Phone: 757-201-7215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-B-0007/listing.html)
 
Place of Performance
Address: portsmouth, Virginia, United States
 
Record
SN04203427-W 20160803/160801234851-8dfd4793442695cbfdbea6e8bea41eef (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.