Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 16, 2020 SAM #6896
SOURCES SOUGHT

Z -- Naval Submarine Base Kings Bay, Maintenance Dredging 44, 45, And 47-Foot Project, Camden County, Georgia

Notice Date
10/14/2020 1:49:47 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
W912EP21Z0003
 
Response Due
10/28/2020 11:00:00 AM
 
Archive Date
11/12/2020
 
Point of Contact
Anelis I. Nazario Castillo, Phone: 9042323285, Tedra N. Thompson, Phone: 9042321051
 
E-Mail Address
Anelis.I.Nazario-Castillo@usace.army.mil, tedra.n.thompson@usace.army.mil
(Anelis.I.Nazario-Castillo@usace.army.mil, tedra.n.thompson@usace.army.mil)
 
Description
SOURCES SOUGHT SYNOPSIS W912EP21Z0003 Naval Submarine Base Kings Bay, Maintenance Dredging 44, 45, And 47-Foot Project, Camden County, Georgia This announcement constitutes a Source Sought Synopsis.� This announcement seeks information from industry and will only be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.� Respondents will not be notified of the results of the evaluation.� The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2021 award of the aforementioned project.� The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors.� The proposed project will be a Firm Fixed Price (FFP) contract.� The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB).� No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The Jacksonville District of the US Army Corps of Engineers is seeking interested offerors for maintenance dredging of shoal material at the Naval Submarine Base Kings Bay. The work is divided into a Base and three options as indicated below. For the base and the two dredging options, this contract incorporates two feet of allowable overdepth throughout. Work also includes Bird Monitoring and Standby Time. The use of hopper dredges is prohibited. Base: Work consists of maintenance dredging the locations to required depths indicated in the table below and shown on the drawings. The placement of the dredged material will be at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2) as shown on the drawings and as directed by the Contracting Officer. Additional Base work also includes bird monitoring and standby time. LOCATION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � REQUIRED DEPTH Station 31+800 to Station 48+175 ���� ����������� 44-foot, 45-foot and 47-foot. Upper Turning Basin� � � � � � � � � � � � � � � � � � � � � �45-foot Site Six North� � � � � � � � � � � � � � � � � � � � � � � � � � � � �39-foot Magnetic Silencing Facility (MSF)� � � � � � � � � 44-foot North ������������� � � � � � � � � � � �� Explosive Handling Basin� � � � � � � � � � � � � � � � � 44-foot and 47-Foot Site Six Operating area South and����� �����������45-foot Medium Auxiliary Repair Dock (ARDM) Yoke Area Explosive Handling Wharves (EHW)� � � � � � � 47-foot Refit Wharves� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 47-foot Dry Dock Caisson Gate Sill and� � � � � � � � � � � � 46-foot Dry Dock Caisson Gate Mooring Facility Option A: Work consists of supplying additional field cut weir riser boards as requested by the Contracting Officer. Option B: Work consists of secondary maintenance dredging. The locations and required depths are indicated in the table below and shown on the drawings. The placement of the dredged material will be at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2) as shown on the drawings and as directed by the Contracting Officer. Option B work also includes mobilization and demobilization, bird monitoring and standby time. LOCATION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUIRED DEPTH Site Six Operating area South and����������������� 45-foot Medium Auxiliary Repair Dock (ARDM) Yoke Area Explosive Handling Wharves (EHW)� � � � � � � 47-foot Refit Wharves� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 47-foot Dry Dock Caisson Gate Sill and� � � � � � � � � � � �46-foot Dry Dock Caisson Gate Mooring Facility Site Six North� � � � � � � � � � � � � � � � � � � � � � � � � � � � � 39-foot Option C: Work consists of maintenance dredging of the Site Six North Expanded Basin with 39-foot required depth with disposal at Disposal Area 1 (D/A-1) as shown on the drawings and as directed by the Contracting Officer. Option C work also includes bird monitoring. The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The project will have an estimated period of performance of 400 calendar days after receipt of the Notice to Proceed (NTP).� The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $30.0 million. Anticipated solicitation issuance date is on or about November 24, 2020.� The official Synopsis citing the solicitation number will be issued on the Beta.SAM Contracting Opportunities Website: https://beta.sam.gov. Responses to this Synopsis shall be limited to 5 pages and shall include the following information: Company/Contractor name, address, point of contact, phone number and e-mail address. Company�s interest in bidding on the subject requirement when issued. Company�s capability to perform a contract of this magnitude and complexity (include company�s capability to execute comparable work performed within the past 10 years).� Company should provide at least 3 examples which, at a minimum, include the following: Brief description of the project Customer name Customer satisfaction Timeliness of performance Dollar value of the completed projects Offeror shall identify their Small Business classification and Small Business Size _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB _ WOSB If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement include Joint Venture information, if applicable � existing and potential. Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the bonding company. � NOTES: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Notice no later than October 28, 2020 at 2:00PM, Local Time. All responses under this Sources Sought Notice shall be sent to Ms. Anelis I. Nazario Castillo via email at Anelis.I.Nazario-Castillo@usace.army.mil. � Prior Government contract work is not required for submitting a response under this sources sought synopsis.� You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.� To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4800b490cf654a8d91ff5e0fae19937b/view)
 
Place of Performance
Address: FL, USA
Country: USA
 
Record
SN05827671-F 20201016/201014230141 (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.