Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOURCES SOUGHT

Z -- Post 45 Charleston Lower Harbor Maintenance and New Work Dredging - FULL Package with Drawings

Notice Date
4/26/2018
 
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, Charleston, 69-A Hagood Avenue, Charleston, South Carolina, 29403-5107, United States
 
ZIP Code
29403-5107
 
Solicitation Number
W912HP-18-S-0004
 
Point of Contact
Eugene Marshall Burns, Phone: 8433298194, Henry Wigfall, Phone: 843-329-8088
 
E-Mail Address
marshall.burns@usace.army.mil, henry.wigfall@usace.army.mil
(marshall.burns@usace.army.mil, henry.wigfall@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Full Sources Sought with Drawings/Pictures SOURCES SOUGHT/REQUEST FOR INFORMATION W912HP-18-S-0004 POST 45 CHARLESTON LOWER HARBOR MAINTENANCE AND NEW WORK DREDGING PURPOSE OF THIS ANNOUNCEMENT: This notice constitutes a SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI). This announcement seeks information from industry and will be used for preliminary planning, market research purposes, and may be used to improve the solicitation. THIS IS NOT AN INVITATION FOR BIDS/ SOLICITATION NOTICE. No bids/proposals are being requested or accepted with this RFI. The purpose of this RFI is to determine interest and capability of potential qualified contractors relative to the North American Industry Classification code (NAICS) 237990, Other Heavy and Civil Engineering Construction and to solicit feedback on the draft Specifications and Designs. The Small Business size standard for this NAICS code is $36.5 million average annual revenue. The type of solicitation issued, type of Small Business Set-Aside (if any), the geographical coverage of the Specifications/Drawings and the manner of advertisement (sealed bidding, competitive or sole source) may depend on the responses to this RFI. U.S. Army Corps of Engineers (USACE), Charleston District has been tasked to solicit the interest of prospective offeror(s)/bidders to determine the availability of qualified contractors to compete under a potential IFB/solicitation resulting from this announcement. The purpose of this RFI 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. Responses to this synopsis will be used as a market research tool in order to determine acquisition strategy and how the upcoming solicitation will be advertised. Draft Specifications and Designs are provided for information only. Any feedback received on the draft documents may be utilized to improve upon the final solicitation. BACKGROUND & SUMMARY OF REQUIREMENTS: Background: USACE Charleston District intends to issue a solicitation for a Firm Fixed Price contract. This contract, Post 45 Charleston Lower Harbor Maintenance and New Work Dredging, is for the deepening and widening construction of the Charleston Lower Harbor as part of the Charleston Harbor Navigation Deepening and Widening (Post 45) Project. The Post 45 Project includes deepening the Charleston Harbor from the previously authorized depth of -45' Mean Lower Low Water (MLLW) in the Inner Harbor and -47' MLLW in the Entrance Channel, enlarging turning basins, and widening select reaches to safely accommodate Generation 2 and 3 Post-Panamax Vessels. Independent of the performance of work to be completed under this proposed contract, 2 existing contracts for Entrance Channel construction and 2 additional new construction dredging contracts for the Inner Harbor Areas are planned for completion of the requirements of the Post 45 Project. Summary of Requirements: The scope of work being addressed in this RFI, for the Post 45: Charleston Lower Harbor Maintenance and New Work Dredging, includes removal of all material, including any material within the existing maintenance prism, to accommodate the new authorized depth of -52 feet MLLW. The proposed period of performance is based on fixed dates of December 1 2018 to September 1 2020. Due to environmental considerations, Hopper Dredges may not be utilized in the completion of this proposed project. The current projected volume of material to be removed under this contract is approximately 12.6 Million Cubic Yards (MCY) and all material will be placed in the Ocean Dredged Material Disposal Site (ODMDS). Additional details are provided in the DRAFT Specifications and Designs, attached to this RFI. All information provided in this RFI is DRAFT, the final documents will be posted with the formal solicitation. The anticipated magnitude of construction under this contract is $50,000,000 to $150,000,000. Figure 1: Post 45 Overview Map This project includes the dredging of the remainder of Segment 1, Mount Pleasant Reach to the Wando River Upper Reach and Turning Basin (base items) and Meyers Bend and Drum Island reaches of Segment 2 (optional items) shown in Figure 1 above. This project also includes the enlargement of the Wando River Turning Basin. Additional Post 45 Project background including engineering assumptions, geotechnical borings, testing, and mapping conducted in the work area during project feasibility available at the following location: http://www.sac.usace.army.mil/Missions/Civil-Works/Charleston-Harbor-Post-45/. PLACES OF PERFORMANCE / LIST OF SITES: Charleston Harbor is located at Charleston, South Carolina, about midway along South Carolina's Atlantic coastline. Figure 2: Location Map REQUESTED INFORMATION: (1) Your firm's intent to submit a proposal for this contract when it is formally advertised. (2) Name of firm with address, phone and point of contact. (3) CAGE Code, DUNS number OR a copy of your entity record on SAM.gov. (4) A letter of current bonding capacity from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. (5) A Statement of Capability (SOC) stating your firm's skills, experience, and knowledge required to perform the specified type of work will be utilized as a market research tool in making decisions related to the solicitation of this contract. Specifically, the following information is requested: • Capability to execute dredging projects of comparable scope, geologic condition, complexity and magnitude. • Dredges you own and/or operate, including supporting equipment (tugs, scows, etc), that are suitable to be utilized on this proposed contract to meet the period of performance. (6) Demonstrated Experience: Submit up to three (3) projects where you have demonstrated similar experience within the last ten years. Include the following: • Customer Name and contact information • Dollar value • Description of the requirement by identifying the capabilities and experience requested in paragraph five above. • Identify whether you were the prime, sub and/or whether you were a part of a Joint Venture. If you were a part of a joint venture or a sub, what role did you have with the project? • Timeliness of performance (7) Provide all current and planned projects over the next five (5) years, if applicable. Identify the timeline of these projects and available resources. (8) Provide feedback on the constructability of the DRAFT Specifications and Designs. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID/PROPOSAL FOR THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS RFI. WHEN / WHERE TO SUBMIT RESPONSES: Interested business concerns are requested to complete and return via email any responses to this RFI. Responses to this RFI shall NOT exceed fifteen (15) pages, and must be electronically submitted no later than 2:00 PM Eastern time Friday, May 11, 2018, to the attention of the Contract Specialist, Marshall Burns, at Eugene.M.Burns@usace.army.mil. To ensure your submission is received and processed appropriately, please subject your email "RFI RESPONSE: W912HP-18-S-0004 FIRM NAME HERE" Participation is voluntary; respondents will not be paid to participate. However, your participation in this market research endeavor is greatly appreciated and will be instrumental in assisting the USACE Charleston District in making the solicitation decision most appropriate for market conditions and to meet the Government requirements. NOTE: The Government does not intend to rank submittals or provide any reply to interested firms. Submittals will be used for market survey information and may be used to improve upon the Draft Designs and Specifications. Interested parties providing information as part of this market research process are hereby advised that your information will NOT be used later as part of the evaluation process should you choose to submit a proposal in response to any solicitation that may result in the future. All information submitted under this RFI will be considered proprietary and will not be available for use outside of the Federal government. PLANNED SOLICITATION: Currently it is estimated that the formal solicitation could occur in the next 3 to 6 months. The Government's acquisition strategy is Invitation-For-Bid (IFB). A Pre-Solicitation announcement will be issued no later than 15 days prior to the release of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/268f59c3ea29644113ce6a4f516ff3c1)
 
Place of Performance
Address: Charleston, South Carolina, United States
 
Record
SN04901767-W 20180428/180426230737-268f59c3ea29644113ce6a4f516ff3c1 (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.