SOURCES SOUGHT
Y -- Baltimore Harbor Maintenance Dredging
- Notice Date
- 4/11/2017
- 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, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-17-S-0013
- Archive Date
- 5/10/2017
- Point of Contact
- Brian L. Richardson, Phone: 4109622711
- E-Mail Address
-
Brian.Richardson2@usace.army.mil
(Brian.Richardson2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The U.S. Army Corps of Engineers, Baltimore District, has been tasked to solicit for and potentially award a construction contract for the Baltimore Harbor Maintenance Dredging project located in the Cape Henry Channel, Virginia Beach County, Virginia. The proposed project is planned to be a competitive, firm-fixed price contract procured in accordance with FAR 14, Seal Bidding. The type of set-aside decision to be used will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB), and Women- Owned Small Business (WOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small Business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The project consists of dredging portions of the Cape Henry Federal Navigation Channel. The work consists of maintenance dredging to a required depth of 51 feet MLLW with one to two feet of allowable overdepth. The dredging involves approximately 2,000,000 to 2,500,000 cubic yards of material, including allowable overdepth dredging. The work shall be performed by a hopper dredge with all dredged material transported and placed in the designated Government-furnished placement area at Dam Neck Ocean Disposal Site. Large hopper dredges are required to remove the dredged material from the channel and haul the material over the long transit to the placement site. A large portion of the work may be performed during the winter months when weather conditions are most severe. Work will also be accomplished in a heavy commercial waterway supporting the Port of Baltimore. In accordance with DFAR 236.204 - Disclosure of the Magnitude of Construction Projects, the magnitude of this project is between $10,000,000 and $25,000,000. It is anticipated the work would be performed in the Fall-Winter of 2017-2018 and the estimated duration of the project is 180 calendar days. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $27.5 Million. To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another dredging concern. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis. However, prior experience with large dredging projects with similar scope will be required and must be provided in the synopsis. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. Firm's responses to this Synopsis shall be limited to 10 pages (one.pdf file or one word document) and shall include the following information: 1) Firm's name, address, point of contact, phone number, e-mail address, DUNS number, and cage code. 2) Firm's interest in bidding on the solicitation when it is issued. 3) Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction comparable work performed within the past 5 years): Brief description of the project, beginning and end dates of projects, project references (including owner with phone number and email address), floating plant, and final costs of completed projects - provide at least 3 examples. It should also contain and identify all expertise, types and number of equipment, and number of personnel. 4) Firm's Business Size - SB, 8(a), HubZone, SDVOSB, or WOSB. 5) Firm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable. 6) Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company. 7) Email responses are required. Interested Firm's shall respond to this Sources Sought Synopsis via email to Brian.Richardson2@usace.army.mil no than 10:00 AM on 25 April 2017. All interested firms must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Please see https://www.sam.gov/portal/public/SAM for additional information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-S-0013/listing.html)
- Record
- SN04468072-W 20170413/170411234828-22eec2f9fbd5e0bd6bd4cda6130c38b8 (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 |