Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2022 SAM #7554
SOURCES SOUGHT

Y -- Regional Dredging Requirement

Notice Date
8/4/2022 1:34:30 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT MOBILE MOBILE AL 36628-0001 USA
 
ZIP Code
36628-0001
 
Solicitation Number
W9127822L0033
 
Response Due
8/19/2022 12:00:00 PM
 
Archive Date
12/31/2023
 
Point of Contact
Sara G. Logsdon, Carl M. Wade
 
E-Mail Address
sara.g.logsdon@usace.army.mil, carl.m.wade@usace.army.mil
(sara.g.logsdon@usace.army.mil, carl.m.wade@usace.army.mil)
 
Description
Market Research and Sources Sought Notice for information on capability and availability of potential bidders to perform maintenance dredging in Palm Beach Harbor, FL; Panama City, FL; Pascagoula Harbor, MS; and Mobile Harbor, AL. This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement.�� The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified bidders who own dredges of the size specified below and who would be interested in bidding on this consolidated requirement.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions.� The U.S. Army Corps of Engineers, Mobile District, anticipates a potential procurement in Fiscal Year 2023 for the rental and/or unit price of dredging equipment to perform maintenance dredging of coastal entrance channels in the locations indicated above.� The requirement will be for a large hydraulic, cutterhead dredge. Required minimum pump discharge diameter will be 30 inches measured as the inside diameter of the discharge side of the main dredge pump, with minimum horsepower applied to the main pump of 5000hp and 1200hp to the ladder pump.� The dredge should be Ocean Certified and able to work in high energy climates typical for Gulf coastal bar channels and along the Atlantic Coast. All the above requirements must be complete with crew, management staff and support equipment including pipelines, booster pumps, tugs, various other floating plants as would normally be expected to support a large dredging operation. The solicitation will be for the award of an Indefinite Delivery, Indefinite Quantity contract with task orders issued for various dredging locations with the maximum contract value not exceed $49 million.� The proposed contract duration will be 14 months after the Notice of award of the contract.� Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $32.5 Million.� Responses are requested with the following information, which shall not exceed a total of eight pages.� 1. Bidder�s name, address, points of contact with telephone numbers and e-mail addresses.� 2.� Whether your firm anticipates �participating in this procurement opportunity or if your firm would decline based on the consolidation of these projects.� 3. Any impediments that could prevent your firm from submitting a bid if these locations were consolidated in one solicitation.� 4. �Whether your company sees any negative impact (including mobilization to and/or from Atlantic Coast to Gulf Coast) to competition if the Government consolidates dredging requirements located in the Gulf Coast and the Atlantic Coast.� 5. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) shall be indicated on first page of submission.� 6.� Bonding capability: Please provide a letter from your bonding company to support current bonding capability of at least $10 million (aggregate amount for multiple active task orders).� 7. Description of capability to perform the proposed dredging, manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing dredging contracts.� 8. Past performance/experience on projects of similar scope, describing no more than five (5) projects that are at least 50% construction complete within the past five years of the issue date of this Notice.� The past performance information should include project title, location, general description of the dredging to demonstrate relevance to the proposed project, the bidder�s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address).� � 9.� Dredge name and various specifications on the equipment to include: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, max/min width of channel the dredge can efficiently operate, hopper capacity (hopper dredge only).� NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE E-MAILED to Sara Logsdon at sara.g.logsdon@usace.army.mil. �Submittals are due no later than 2:00 PM local Mobile, AL time on 19 August 2022.� Submittals will not be returned. Telephonic responses will not be honored.� This is not a Request for Proposal, only a Request for Information.� No award will result from this Sources Sought.�� This notice does not constitute any commitment by the Government. The Government will not reimburse any expenses incurred related to this announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a96b8af7127c4865ba3bf8bc0e2e5131/view)
 
Place of Performance
Address: Mobile, AL 36602, USA
Zip Code: 36602
Country: USA
 
Record
SN06415373-F 20220806/220804230116 (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.