Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 27, 2019 FBO #6545
SOURCES SOUGHT

C -- Dredging for the Construction of the Large Scale Marsh Creation: Upper Barataria

Notice Date
10/25/2019
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NFFKHC30-20-00003
 
Archive Date
11/23/2019
 
Point of Contact
Jana Kolb, Phone: 757-441-3344
 
E-Mail Address
Jana.Kolb@noaa.gov
(Jana.Kolb@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. In preparation for an upcoming procurement, the National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk, VA on behalf of National Marine Fisheries Service (NMFS), Office of Habitat Conservation (OHC), Restoration Center (RC), Deepwater Horizon Division is conducting market research to determine potential sources to conduct dredging for the construction for the Large Scale Marsh Creation: Upper Barataria Component in Jefferson and Plaquemines Parishes, LA. This requirement will be completed in accordance with Federal Acquisition Regulation (FAR) FAR 14 Sealed Building with a magnitude significantly more than $10,000,000.00. The North American Industrial Classification System (NAICS) code is 237990, Other Heavy & Civil Engineering Construction. The small business size standard for this NAICS code is $39.5 million. The project is an environmental restoration project and includes dredging for placement of approximately 10,700,000 cubic yards of marsh fill borrowed from the Alliance Anchorage and Wills Point Borrow Areas in the Mississippi River to construct approximately 1,221 acres of marsh creation areas at an elevation of +3.0 feet NAVD88. Project features include the construction of approximately 49,525 linear feet of earthen containment dikes, flotation access canal excavation, installation of settlement plates, partial removal and replacement of an existing rip rap weir structure, installation of as much as 13 miles of sediment pipeline, construction of approximately 6, 025 linear feet of permanent access corridor at an elevation of +3.0 feet North American Vertical Datum of 1998 (NAVD88), clearing and grubbing existing permanent access corridor, temporary warning signs, pay surveys, pre-construction and post-construction surveys including but not limited to topographic, bathymetric and magnetometer surveys. In order for the contractor to be qualified for the construction of this project, it must demonstrate ownership of the equipment with sufficient capability to dredge at depths of approximately -90 feet NAVD88 and hydraulically place at least 30,000 cubic yards of sand in a 24-hour period. The estimated completion schedule is 600 calendar days from award and receipt of notice to proceed for the contract. All types of business concerns are encouraged to submit a brief, typed Capability Statement in response to this sources sought announcement. Standard brochures will not be considered a sufficient response to this notice. Submitted Capability Statements shall include the following: (1) Company name and address (2) DUNS number (3) Type of business (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business) as validated via the System for Award Management (SAM) for NAICS 237990 (4) Company point of contact - name, phone, and e-mail address (5) Web Page URL (6) U.S. or Foreign Owned Entity (7) Indicate whether your interest is as a Prime or Subcontractor, and (8) Demonstrate capabilities for meeting the following requirements in no more than five (5) pages : •Documentation that your company has ownership or a signed proof of a teaming or joint venture partnership with a firm that demonstrates ownership of the equipment with sufficient capability to dredge at depths of approximately -90 feet NAVD 88 and hydraulically place at least 30,000 cubic yards of sand in a 24-hour period; •Bonding capability (single project and aggregate) •Submit at least three (3) past performance references for contracts similar in scope (based on the magnitude provided above). Include the following in information for each reference: o Company Name; oAddress; oContact person's name, phone number and email address; oDescription of work performed; oDollar amount; and oCompletion Date. Interested sources shall submit an electronic copy of their Capability Statement to Jana Kolb, Contract Specialist, via email at jana.kolb@noaa.gov no later than 2:00 p.m. Eastern on November 8, 2019. This is not a request for technical or cost proposals. The Government does not intend to award a contract on the basis of this Notice or reimburse for costs incurred by interested parties providing the information requested herein. Capability Statements will not be returned. Information received will be considered solely to make an informed decision regarding a potential procurement. Any questions or responses to this Sources Sought announcement shall be directed to Jana Kolb via the email address above. Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NFFKHC30-20-00003/listing.html)
 
Record
SN05483297-W 20191027/191025230522-9735fc83568004fe4f05b8a6f4484198 (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.