Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SOURCES SOUGHT

99 -- Port of Stockton Deep Water Ship Channels (DWSC), San Joaquin County, CA

Notice Date
1/7/2020 6:54:11 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W075 ENDIST SAN FRAN SAN FRANCISCO CA 94103-1398 USA
 
ZIP Code
94103-1398
 
Solicitation Number
W912P720S0006
 
Response Due
2/5/2020 12:00:00 PM
 
Archive Date
03/04/2020
 
Point of Contact
James E Garror, Phone: 4155036988, Fax: 4155036694, Mary Fronck, Phone: 4155036554
 
E-Mail Address
James.E.Garror@usace.army.mil, mary.fronck@usace.army.mil
(James.E.Garror@usace.army.mil, mary.fronck@usace.army.mil)
 
Description
The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Dredging Services. The Federal Supply Code (FSC) will be Z1KF. The Standard Industrial Code (SIC) used is Z299. The size standard for small business is $30,000,000.00.� Interested parties sought for a maintenance dredging project located in San Joaquin, Yolo, and Sacramento Counties, CA.� Project will be solicited as a Invitation For Bids (IFB) contract to include dredging in San Joaquin / Port of Stockton Deep Water Ship Channels (DWSC).� Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information as well as information on available permitted upland disposal sites and Government�furnished disposal sites. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: James.E.Garror@usace.army.mil or Mary.C.Fronck@usace.army.mil All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. PROJECT DESCRIPTION: The work includes maintenance dredging of the federal navigation channel of San Joaquin River/ Port of Stockton to achieve project depth in specific areas of the channel. All dredged material is suitable for upland disposal at the various Government-furnished upland site that are adjacent to the Joaquin River/ Port of Stockton.� The contract project depth of -35-ft MLLW plus 1-ft of paid overdepth and -40-ft with no overdepth for the sediment trap located near the Port of Stockton.� Dredged material shall be pumped and placed at various Government-furnished disposal sites based on various pumping distances and depth of material. �All proposed upland beneficial use sites must be fully permitted. Acceptance will be based on achieving project depth in 100 percent of the project footprint within the contract period of performance. The estimated price range for this project is $5,000,000 - $10,000,000. Anticipated solicitation issuance date is on or about May 01, 2020 and the estimated Bid Open date is on or about June 01, 2020.� The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. CAPABILITIES AND QUALIFICATIONS: Interested parties must have qualified personnel with recent knowledge and experiences as well as: The capability to dredge using appropriately sized dredge plant and support equipment in order to complete all work within the contract period of performance, which will be identified in the contract. Hopper dredging and mechanical clamshell dredging is prohibited for this project. Interested parties must have the capability and equipment necessary for dredging and disposal of material at the various disposal sites adjacent to the San Joaquin / Port of Stockton. Interested parties are also required to submit proof of ownership, or access to, a minimum 18-inch diameter pipeline dredge plant, as part of the response to this Market Research. All proposed equipment must be identified including the current location of the dredge plant as part of the response to this Market Research.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Executing the overall contract work within the environmental work window, which is 01 August to 30 November in any year.� Project bid proposals for San Joaquin / Port of Stockton is based on disposal of dredged material at the various permitted Government-furnished disposal sites provided the contract work can be completed within the specified period of performance.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� Offeror�s type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.).� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � The capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute dredging and comparable work performed within the past five (5) years). �Provide at least three (3) examples with a maximum of three (3) pages with the following information:� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� A brief description of the project(s), Customer name, Timeliness of performance, Customer satisfaction, List of equipment used, and Dollar value of the project. RESULTS INFORMATION:� Respondents will not be notified of the results of the evaluation.� Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total � using 10pt font.� Please label your email response as follows: Subject: Response to W912P720S0006:� Sources Sought market research for �Maintenance Dredging.� All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 5:00 PM Pacific Time on February 5, 2020.� Submit response and information to: James.E.Garror@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 450 Golden Gate Ave. 4th Floor, San Francisco, CA 94102-3404 Contracting Office Address: USACE District, San Francisco, 450 Golden Gate Ave. 4th Floor, San Francisco, CA 94102-3404 Place of Performance: USACE District, San Francisco, 450 Golden Gate Ave. 4th Floor, San Francisco, CA 94102-3404 Point of Contact(s): James E. Garror, 415-503-6988 James.E.Garror@usace.army.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6ffd5cd52f7f48b8b6d2ce5460faac40/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05528783-F 20200109/200107230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.