Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 01, 2020 SAM #6881
SOURCES SOUGHT

Z -- Savannah Harbor DMCA 1N Dike Raising

Notice Date
9/29/2020 11:14:19 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN21B5000
 
Response Due
10/13/2020 11:00:00 AM
 
Archive Date
10/28/2020
 
Point of Contact
Fabiola Ducelus, Phone: 9126525315, Whittni C. Hiscox, Phone: 9126525421
 
E-Mail Address
fabiola.ducelus@usace.army.mil, whittni.c.hiscox@usace.army.mil
(fabiola.ducelus@usace.army.mil, whittni.c.hiscox@usace.army.mil)
 
Description
This is a Sources Sought/Request for Information only.� This is not a Solicitation Announcement, nor is it a Request for Proposal.� This request does not obligate the Government in any contract award.� The U.S. Army Corps of Engineers, Savannah District is issuing the sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for civil works construction.� 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.� Savannah Harbor DMCA 1N is approaching maximum capacity and will soon be unable to be used for dredge material containment.� The proposed project includes clearing, grubbing and raising the perimeter dike around the 130-acre dredged material containment area (DMCA) along with the entrance ramp and the two southernmost pipe ramps, raising the existing cross-dike along with its existing double-barrel weir/water control structures, and raising both existing weir/water control structures in the southeast corner of the DMCA.� The existing perimeter dike currently has a crest elevation of approximately 26 feet MLLW.� After clearing and grubbing, the dike will be raised to a uniform elevation of 33 feet MLLW to gain additional capacity for containment of Savannah Harbor dredged material.� An extension of the weir-riser will be added to the existing weir structures.� The cross dike extending north/south will be raised to a crest elevation of 31 feet MLLW.��� Construction activities within the water will take place utilizing barges, activities that are on land will require the use of heavy civil construction equipment to include cranes, excavators, dump trucks, rollers, etc. Several rock quarries have been identified within a 20 mile radius of the project area. Weir stones will be sourced from local rock quarries.� The river is prone to varying water levels due to rainfall and regulated releases from J. Strom Thurmond Dam.� The contractor should consult the webpage http://water.sas.usace.army.mil/gmap/ and consider plans for removing equipment in high flow conditions.� If you are interested in this requirement and/or your organization has the potential capacity to perform these services, please submit the following to the Point of Contacts (POC) information listed below by the response date indicated: 1. Name and Address of your Firm 2. Point of Contact (name/phone/email) 3. Company website 4. Data Universal Numbering System (DUNS) number (http://www.dnb.com) 5. Commercial and Government Entity (CAGE) code (http://www.dlis.dla.mil/cage_welcome.asp) 6. Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� The Government must be able to verify SBA certification of HUBZone, 8(a), and SDB via the System for Award Management (SAM) (http://www.beta.sam.gov/) 7. Bonding capability for your firm in terms of single and aggregated bonding 8. Capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capabilityIf significant subcontracting (self-performance is less than 15%) or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements to include the percentage anticipated to be self-performed by each party. � � �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c7039239e67146af9053f5e31d7dcc6d/view)
 
Place of Performance
Address: Savannah, GA 31401, USA
Zip Code: 31401
Country: USA
 
Record
SN05814772-F 20201001/200929230158 (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.