SOURCES SOUGHT
Z -- Maintenance Dredging for Pier 4, Philadelphia Navy Yard
- Notice Date
- 6/1/2020 2:19:10 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- NAVAL FAC ENGINEERING CMD MID LANT NORFOLK VA 23511-0395 USA
- ZIP Code
- 23511-0395
- Solicitation Number
- N40085-20-R-0087
- Response Due
- 6/15/2020 11:00:00 AM
- Archive Date
- 04/01/2021
- Point of Contact
- Georgia Scott, Phone: 7573410691
- E-Mail Address
-
georgia.scott@navy.mil
(georgia.scott@navy.mil)
- Description
- Notice Type: Sources Sought Solicitation No: N40085-20-R-0087 Classification Code: Y NAICS Code: 237990 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. This is a Sources Sought Synopsis announcement, a market survey for information to be used for preliminary planning purposes. The information received will be used within the Navy to facilitate the decision-making process and will not be disclosed outside of the agency. The intent of this Sources Sought Synopsis is to identify potential qualified Small Businesses, U.S. Small Business Administration (SBA) certified 8(a) Businesses, SBA certified HUBZone Small Businesses, Economically Disadvantaged Women-Owned Small Businesses, Women-Owned Small Business, and/or Service-Disabled Veteran-Owned Small Businesses. This Sources Sought Synopsis is one facet in the Government�s overall market research regarding whether the proposed solicitation will be issued as a competitive set-aside or as full and open (unrestricted). No procurement strategy will be determined based solely on the information received in response to this Sources Sought Synopsis. No reimbursement will be made for any costs associated with providing information in response to this announcement or any requested follow-up information. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of this market research. The Naval Facilities Engineering Command (NAVFAC), Mid-Atlantic (MIDLANT) is seeking eligible Small Businesses, Small Disadvantaged Businesses, Women-Owned Small Businesses, Service-Disabled Veteran-Owned Small Businesses, certified HUBZone Small Businesses and certified 8(a) Businesses, with current relevant qualifications, experience, personnel, and capability to perform a proposed contract. The project consists of Maintenance Dredging for Pier 4 (West Side) for the Government sites at the Philadelphia Navy Yard in the Public Works Department Pennsylvania area of responsibility. Maintenance dredging of approximately 150,000 cubic yards of sediment, using a sealed environmental clamshell bucket. Dredging for west side berthing area of Pier #4 is to support the safe mooring and decommissioning of various Naval vessels. Pier #4 is at the Naval Support Activity Mechanicsburg, Philadelphia Navy Yard Annex and is being used to decommission various US Naval vessels. For the river pilots to be able to safely maneuver vessels into their berths and to ensure that tidal cycles will not cause sediment accumulation around the hulls making final removal very difficult, the berths need to be dredged as follows; 1. 0 feet to 250 feet from the West side of Pier #4 dredge to a depth of -37' MLLW Minimum (-39� MLLW Maximum) 2. 2. 250 feet to 400 feet from the West of Pier #4 dredge to a depth of 28' minimum MLLW Minimum (-30� MLLW Maximum) One of the following two disposal sites are proposed to be utilized: A) Dredged materials shall be transported by bottom dumping barge or scow and disposed within the Weeks Marine Whites Rehandling Basin, located in Logan Township, Gloucester County, New Jersey. B) Dredged materials shall be placed in barges and hydraulically un-loaded at the Waste Management Corporation Biles Island disposal facility located in Morrisville, Bucks County, Pennsylvania. A contract is anticipated to be award no later than December 31, 2020; however, dredging work may not begin prior to July 1, 2021. The project schedule will allow for dredging work to be performed 24 hours/7 days per week and will require a minimum daily production rate of 5,000 CY per day. The appropriate Northern American Industry Classification System (NAICS) code for this procurement is 237990 � Other Heavy and Civil Engineering Construction, and the Small Business Size Standard is $30,000,000. In accordance with DFAR 236.204, the magnitude of construction for this project is between $10,000,000 and $25,000,000. The contract will include FAR clause 52.219-14 Limitations on Subcontracting, which states that �The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.� This office anticipates award of a contract for these services by December 2020. The total contract term is anticipated to be approximately 270 Days. Should the resulting solicitation be a set-aside for small business or 8(a) concerns, the resulting contract will include FAR 52.219-14, Limitations on Subcontracting, which currently requires a small business concern to perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. It is requested that interested small businesses submit to the Contracting Officer a capabilities package, to include the Sources Sought Contractor Information Form and Sources Sought Project Information Form, provided as attachments to this notice. The Sources Sought Project Information Form shall be used to document a minimum of three (3) and a maximum of five (5) relevant dredging projects completed in the past five (5) years that best demonstrate your experience on projects that are similar in size, scope, and complexity to the RFP. For purposes of this synopsis, relevant project is defined as follows: Size: Completing dredging maintenance/construction work projects of 5000 CY/Day or greater. Scope/Complexity: Demonstrated experience with dredging of approximately 150,000 cubic yards of sediment, using a sealed environmental clamshell bucket. Ensure that the project description clearly identifies whether the project is new construction and addresses how the project meets the scope and complexity requirements as delineated above, and provides the final construction cost. Please note that if you are responding as an 8(a) Mentor-Prot�g�, you must indicate the percentage of work to be performed by the prot�g�. A copy of the SBA letter stating that your 8(a) Mentor-Prot�g� agreement has been approved would be required with your proposal, if requested. This notice is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of a solicitation. Upon review of industry response to this sources sought notice, the Government will determine whether set-aside procurement in lieu of full and open competition is in the Government�s best interest. Large business submittals will not be considered. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. The information provided in this notice is subject to change and in no way binds the Government to solicit for or award a contract. The Government will not provide debriefs on the results of this research, but feedback regarding the decision to set aside or not set aside the procurement will be accomplished via pre-solicitation synopsis or solicitation for these services, as applicable. All information submitted will be held in a confidential manner and will only be used for the purpose intended. Points of contact listed may be contacted for the purpose of verifying performance. RESPONSES ARE DUE NO LATER THAN: 06/15/2020 AT 2:00 PM EASTERN. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent via electronic mail to Georgia Scott at georgia.scott@navy.mil. Attachments are limited to a total of 5MB.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/515832fa2b5c431ebbbbcd714ebe94e8/view)
- Place of Performance
- Address: PA, USA
- Country: USA
- Country: USA
- Record
- SN05676415-F 20200603/200601230149 (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 |