SOURCES SOUGHT
38 -- BALTIMORE HARBOR MAINTENANCE DREDGING
- Notice Date
- 4/12/2018
- 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, 2 Hopkins Plaza, Baltimore, Maryland, 21201, United States
- ZIP Code
- 21201
- Solicitation Number
- W912DR18B0008
- Point of Contact
- Nicole Brookes, Phone: 410-962-2935, Gary Faykes, Phone: 4109620192
- E-Mail Address
-
nicole.c.brookes@usace.army.mil, gary.faykes@usace.army.mil
(nicole.c.brookes@usace.army.mil, gary.faykes@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. This is a Sources Sought Notice which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from all qualified and interested parties from Small Business (SB) Firms, Certified 8(a) Firms, Certified Historically Underutilized Business Zone (HubZone) Firms, and Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the potential maintenance dredging, various channel sections. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237990 "Other Heavy and Civil Engineering Construction" with a size standard of $27,500,000.00. The magnitude of construction is between $10M and $25M. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: The project will consist of maintenance dredging of approximately 2,000,000 cubic yards (CY) of material removed from proposed dredging of Federal Channels serving Baltimore Harbor. The dredging depth varies from 50 to 52 feet with an additional 1 or 2 feet of allowable overdepth. The channels vary in width from 400 to 1,850 feet. The material will be dredged by clamshell and scow and be placed in the Masonville Dredged Material Containment Facility, (400,000 CY), and the Paul S. Sarbanes Ecosystems Restoration Project at Poplar Island (1,600,000 CY). 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. The equipment required for this work commonly consists of two 40 plus cubic yard clamshell dredges, one 24-30 inch hydraulic unloader, six to eight large tugs, six to eight 2,500 - 5,000 cubic yard material scows, and appropriate attendant plant and pipeline. The material will be dredged by clamshell and scow and placed within an anticipated performance period of no more than 180 calendar days from receipt of Notice-to-Proceed. Interested qualified Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), or Qualified Section 8(a) certified with single bonding capacity to support this project should submit capability statements to include the following information: 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) Firm, Certified 8(a) Firm, Certified Historically Underutilized Business Zone (HubZone) Firm or Service-Disabled Veteran-Owned Small Business (SDVOSB) Firm. Contractors must be registered in SAM and completed the Online Representations and Certifications Application (ORCA). Please see www.sam.gov. 3. Provide details of three (3) most recent projects of similar scope and magnitude directly performed by your company, beginning and end dates of projects, project references (including owner with phone number and email address), floating plant and final costs of completed projects. It should also contain and identify all expertise, types and number of equipment, and number of personnel. 4. A letter from your surety stating your maximum bonding capability for a single project and your aggregate bonding capability. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. Narratives shall be no longer than 10 pages. Comments will be shared with the Government and the Project Delivery Team (PDT), but will be held otherwise in strict confidence. Email your responses to MSG Nicole Brookes at nicole.c.brookes@usace.army.mil and Mr. Gary Faykes at gary.faykes@usace.army.mil no later than 1200 hours local time, 27 April 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR18B0008/listing.html)
- Place of Performance
- Address: Baltimore Harbor and Various Channel Sections, Baltimore, Maryland, United States
- Record
- SN04888080-W 20180414/180412231051-bd8c19c42fd25e2d69c6a83640b023e3 (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 |