SOURCES SOUGHT
Z -- USMC Support Facility Blount Island, Concrete Sill Removal Project
- Notice Date
- 10/18/2018
- 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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-18-Z-0095
- Archive Date
- 12/1/2018
- Point of Contact
- William Wallace, Phone: 904-232-2180
- E-Mail Address
-
William.J.Wallace@usace.army.mil
(William.J.Wallace@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for USMC Support Facility Blount Island, Concrete Sill Removal Project. The project is scheduled to be awarded in the summer of 2019. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 and $27.5 million. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of members of the Dredging community to include other than Small and Small Business Firms. The Government must ensure there is adequate competition among the potential pool of responsible contractors Description of Project: Project Work consists of the removal of a submerged concrete sill located at the US Marine Corps Support Facility - Blount Island (MCSF-BI). The sill is heavily reinforced with rebar. The sill is located at station 7+00 in the MCSF-BI slipway and is 32.6 feet wide by 426.5 feet long and approximately 14.5 feet deep. The concrete sill was constructed on top of rock at approximately -52 feet Mean Lower Low Water (MLLW). The crest elevation of the concrete sill is -37.6 feet MLLW. A substantial portion of the concrete sill is to be removed (9.4 feet) resulting in a maximum crest elevation of -47 feet MLLW. Sediments may need to be cleared around the concrete sill to allow access to the structure, and this material may be disposed in the Dayson Island (D/A-D) Dredge Material Placement Facility (DMPF) which is approximately 2.7 miles from the concrete sill location or in some other manner in accordance with Section 35 20 23. It will be the contractor's responsibility to dispose of all concrete, reinforcement bars and any insitu rock removed from the slipway. Safe navigation in and out of MCSF-BI shall be maintained throughout removal of the concrete sill operations. The Contractor shall use a diamond wire saw to cut out the submerged concrete sill. Blasting is prohibited. The rough order of magnitude is $10,000,000 to $25,000,000. The estimated period of performance is 270 days. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past 10 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 2 examples. Emphasis should be on the use of diamond wire saws to cut submerged reinforced concrete at depths similar to this project. 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 2:00 pm, EST on 16 Nov 2018. All responses under this Sources Sought Notice must be emailed to william.j.wallace@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: William Wallace by email william.j.wallace@usace.army.mil or phone (904) 232-2180.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-Z-0095/listing.html)
- Record
- SN05128589-W 20181020/181018230721-7fc1ee3e93251461158f8d744f4993fb (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 |