Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2022 SAM #7415
SOURCES SOUGHT

Z -- Ocean City Harbor Inlet and Navigation Improvement, Worchester County, Maryland

Notice Date
3/18/2022 8:58:54 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
PANNAD-22-P-0000-002602
 
Response Due
4/4/2022 8:00:00 AM
 
Point of Contact
Aisha R. Boykin, Phone: 4109624978, Gary Faykes, Phone: 4109620192
 
E-Mail Address
aisha.r.boykin@usace.army.mil, gary.faykes@usace.army.mil
(aisha.r.boykin@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE AT THIS TIME. The U.S. Army Corps of Engineers (USACE), Baltimore District requests capability statements from qualified SMALL Business Construction Contractors interested in constructing a breakwater and sills.� By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in provided the services described hereunder.� Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions.� Therefore, the type of set-aside decision to be issued will depend upon the capabilities of the responses to this notice. This Notice does not constitute a Request for Proposal (RFP), Quotation or Bid; it does not guarantee the future issue of an RFP/IFB; nor does it commit the government to contract for any supply or service.� Further, this Agency will not accept unsolicited proposals.� Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responded to this Notice will be solely at the responding party�s expense.� At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice.� Responses to this Notice will not be returned.� Please be advised that all submissions become Government property and will not be returned.� Not responding to this notice does not preclude participation in any future RFP/IFB if any is issued. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor this site for additional information pertaining to this notice. In accordance with DFARS 236.204 � Disclosure of the Magnitude of Construction Projects, the magnitude of this project is $5,000,000.00 and $10,000,000.00. The North American Industry Classification System (NAICS) code for this procurement is 237990 �Other Heavy and Civil Engineering Construction� which has a small business size standard of 39,500,000.00.� Prior Government contracting work in not required for submitting a response to this source sought notice. PROJECT DESCRIPTION: The USACE Baltimore District has been tasked to solicit for and award a construction contract for the Ocean City Harbor and Inlet Navigation Improvements, Worcester County, Maryland.� The proposed project will be a competitive, firm-fixed-price contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). Project Components: 1.� Dredge ~4,000 CY and realign channel to deeper water 2.� Connect Assateague breakwaters (two ~300ft connections) and build a 200ft spur into Sinepuxent Channel 3.� Use dredged material from channel realignment as fill for construction of breakwater extensions The federal channel would be realigned (relocated) to coincide with deeper water. In conjunction with realignment, it is anticipated that approximately 4,000 cubic yards of material would need to be removed from the Inlet and would be used as fill for the construction of the spur and breakwater extensions. Additionally, this alternative would include connecting the existing breakwaters at the north end of Assateague Island with 300-feet of stone each (two connection points) and constructing a 200-foot addition to the breakwater to the northwest. This would result in a continuous structure at the northwest end of Assateague Island, which would extend toward the Sinepuxent Bay Federal Channel. The purpose of this notice is to gain knowledge of interest, capabilities, and qualification of various members of industry to include the Small Business Community, Small Business (SB), Section 8(a), Historically Underutilized Business Zones (HUBZones), Small Disadvantaged Business (SDB) and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition within any given socioeconomic category of responsible contractors.� Large businesses are not prohibited from submitting a response to this notice; however, SB, Section 8(a), HUBZone, SDVOSB, SDB, VOSB and WOSB are highly encouraged to participate. SUBMISSION: Responders should address ALL of the following in their submittal: Firm�s name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. Indicate if your company is currently registered with the Systems for Award Management (SAM) database.� If not, indicate if it has been registered or does it plan to register. In consideration of NAICS code 237990, with a small business size standard in dollars of $39.5M, indicate which of the following small business categories your business is classified under: Small Business, Veteran Owned Small Business, Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business.� Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain).� Provide a letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor.� USACE seeks the contractor's ability to provide details of a maximum of (3) most recent projects that show experience in constructing $3M or larger dredging and breakwater (or other rock structures) for navigation projects within the past six (6) years.� In addition, the contractor must demonstrate: If work was done as the Prime or as a Sub, and what percentage of the work was performed. Availability of proper equipment Water Quality Certification and demonstrate the ability to obtain a Special Use Permit (Obtained for land use from the National Park Service) Experience in building navigation improvement projects Capability statements should also include the following information: a. � Beginning and end dates of projects b. � Project references (including owner with phone number and email address) c.�� Final costs of completed projects d. � All expertise, types and number of equipment, and number of personnel 7. Total submittal shall be no longer than 15 pages in one (1).pdf file. Double sided pages will count as two (2) separate pages Comments will be shared with the Government and the project delivery team, but otherwise will be held in strict confidence. SUBMISSION INSTRUCTIONS: This NOTICE IS NOT A REQUEST FOR PROPOSAL, QUOTE OR BID.� It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition.� In addition, this sources sought is not to be considered a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirements are invited to submit a response to this Sources Sought Notice no later than 11:00 am EDT 4�April 2022. All response under this Sources Sought Notice must be emailed to Aisha Boykin at aisha.r.boykin@usace.army.mil and Gary Faykes at gary.faykes@usace.army.mil referencing the Sources Sought Notice number PANNAD-22-P-0000 002602.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73244623e328402a9bb641dcee8e20a9/view)
 
Place of Performance
Address: Ocean City, MD 21842, USA
Zip Code: 21842
Country: USA
 
Record
SN06272337-F 20220320/220319211300 (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.