Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2017 FBO #5871
SOURCES SOUGHT

Y -- Mechanical Unloading IDIQ

Notice Date
12/18/2017
 
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, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
 
ZIP Code
55101-1678
 
Solicitation Number
W912ES18SS0004
 
Archive Date
1/25/2018
 
Point of Contact
Jesse Onkka, Phone: 6512905444, Kevin P. Henricks, Phone: 6512905414
 
E-Mail Address
Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil
(Jesse.L.Onkka@usace.army.mil, kevin.p.henricks@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The U.S. Army Corps of Engineers - St. Paul District is seeking capability statements from all firms interested in a proposed mechanical unloading IDIQ contract for the waterways of the St. Paul District. The unloading IDIQ contract would cover mechanical removal of material from Corps' dredge spoil storage sites along the Minnesota and Mississippi rivers. The contractor may also be used for channel maintenance of the 9' channel within the St. Paul District. The work will be issued on a task order basis to transport varying quantities of material, e.g. 20,000 CY from a temporary storage site to a upland placement site. Unloading task orders may require the contractor to perform pre and post work surveys above and below the water to validate compliance with each order. Unloading orders would specify the volume of material to be removed and the Corps proposed destination for the material. Contractors may be allowed to propose alternate material destinations as long as they comply with all applicable Federal, State, and local laws/regulations. A list current list of the Corps permanent placement sites which may be used as the final destination of unloaded material is contained in the table below: POOL SITE ID SITE NAME COUNTY MUNICIPALITY Landowner MN RIVER MN-14.1-RMP Cargill East River Scott Savage LMRWD ST CROIX RIVER USAF - LD1 U-856.6-RMP USAF Site Hennepin Minneapolis City of Minneapolis POOL 2 2-836.3-RMP Southport Ramsey St. Paul St. Paul Port Authority 2-822.5-LMP Shiely Pit Washington Cottage Grove Private POOL 3 POOL 4 4-795.0-LWP Monarch/Mathy Pit Pierce Trenton Private 4-761.0-RMP Wabasha Gravel Pit Wabasha Wabasha Federal Government (COE) POOL 5 5-749.8-RMP West Newton Chute Wabasha Kellogg Federal Government (COE) POOL 5A 5A-731.9-LWP Fountain City 1 Buffalo Fountain City Federal Government (COE) POOL 6 POOL 7 7-714.1-LWP Trempealeau Trempealeau Trempealeau Federal Government (COE) POOL 8 8-688.7-RMP Brownsville Houston Brownsville Federal Government (COE) POOL 9 9-663.5-LWP Lansing Hwy Bridge Crawford Lansing Federal Government (FWS) POOL 10 10-618.0-RIP Buck Creek Clayton Guttenberg Federal Government (COE) All interested parties are invited to submit capability statements for acquisition planning purposes. The following information is required and must be provided within a 5-page limit: 1) Company name, address, and primary point of contact information; 2) A statement of capability including marine based equipment owned that will be utilized on this project; 3) Recent and relevant past performance information for work involving unloading dredge material placement sites and channel maintenance dredging; 4) Type of business (e.g. Large Business, Small Business, Women-Owned Small Business, etc.); 5) Current Government Certifications (e.g. 8(a) certified, 8(a) joint venture, etc.); 6) List Pertinent Codes: NAICS Codes (numbers only) and CAGE code; 7) Bonding capacity; 8) As currently planned, this contract is for mechanical unloading methods. Given the Corps' current list of placement sites listed above, are there any for which your firm would be interested in using hydraulic means to convey the spoil material from the shoreline to its final destination? If so is there a minimum volume of material (in cubic yards) the task order would need to contain before you would consider use of hydraulic means? Please note that use of hydraulic means to place material in the permanent storage locations may require the contractor to conduct groundwater testing during placement to ensure there is no adverse impact as a result of the placement process. Please submit capability statements by email to Jesse Onkka, Contract Specialist, jesse.L.Onkka@usace.army.mil no later than Wednesday, January 10, 2018. This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES18SS0004/listing.html)
 
Record
SN04769849-W 20171220/171218231134-db4c0b65bfbec1f2b9ebd9d54d0bc837 (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.