SOURCES SOUGHT
Z -- FY 24 Rollinson Channel / Stumpy Point / Manteo (Shallowbag) Bay / AIWW MD-CT
- Notice Date
- 2/9/2023 5:58:28 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT WILMINGTO WILMINGTON NC 28403-1343 USA
- ZIP Code
- 28403-1343
- Solicitation Number
- W912PM23B0014
- Response Due
- 2/17/2023 8:00:00 AM
- Point of Contact
- Jenifer Garland, Phone: 9102514314, Rosalind M. Shoemaker, Phone: 9102514436
- E-Mail Address
-
jenifer.m.garland@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(jenifer.m.garland@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �SOURCES SOUGHT NOTICE � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � FOR � � � � � � � � � � � � � � � � � � � FY 24 Rollinson Channel / Stumpy Point / Manteo (Shallowbag) Bay / AIWW MD-CT 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, Wilmington District, is seeking information regarding the capability and availability of qualified contractors to provide the Rollinson Channel/Stumpy Point/ Manteo (Shallowbag) Bay/ AIWW MD-CT Dredging. Government is requesting information from interested and capable sources for the purpose of identifying sources that can meet the Government's requirement and help determine how to issue the solicitation. The information provided must contain enough detail to demonstrate ability to meet the Government's requirement as described in the Project Information listed below. It is the intent of the Government to solicit and award as a firm fixed priced contract and will be procured in accordance with the FAR, DFARS, AFARS, and USACE Acquisition Instructions. The responses are for informational purposes only and do no obligate the Government or Contractor in any way. The work consists of: Approximately 400,000-500,000 cubic yards of material is to be removed from Ranges 14, 14a, 14b (base), Old House Channel Ranges 1 and 2 (base) and Walter Slough Channel (option). Placement of dredged material for Range 14, 14a and 14b will be in Island H. Island H is a confined disposal area with a containment dike and 2 spillway structures. Placement of dredged material for Old House Channels will be via controlled effluent on Island MN, Wells or Parnell. Placement of dredged material for Walter Slough Channel will be via controlled effluent on Island D. Dredging of Walter Slough Channel will be a contract option. The dredging shall be performed by hydraulic pipeline dredge. There is an environmental window for placement of dredged material on disposal islands from September 1 to March 31 for the protection of nesting waterbirds. There is a dredging window for Walter Slough Channel of October 1 to March 31. Approximately 500,000-600,000 cubic yards of material is to be removed from AIWW North River Landing Range 3 and Range 4. Placement of dredged material from North River Landing Range 3 and 4 will be in DA-4. DA-4 is a confined disposal area. Disposal area improvement work will be required for this contract. This work will include dike improvements, riser/spillway replacement and permanent seeding. The dredging shall be performed by hydraulic pipeline dredge. Approximately 300,000 cubic yards of material is to be removed from Stumpy Point Entrance Channel Range 1 and Range 2 (base) and the North Carolina Department of Transportation Ferry Channel (option). Dredging of North Carolina Department of Transportation Ferry Channel (option) is a contract option. Placement of dredged material from these channels shall be in the adjacent upland Stumpy Point Disposal site. No disposal area improvement work will be required for this contract as it was just improved by Dare County. The dredging shall be performed by hydraulic pipeline dredge. Stumpy Point Channel has an environmental dredging window from November 1 to February 28. Approximately 200,000-300,000 cubic yards of material is to be removed from Rollinson Channel, Hatteras Connecting Channel, Hatteras Ferry Channel Ranges 4 and 5, Barney Slough South, Sloop Channel North, and Hatteras Connector Channel. Placement of dredged material from Rollinson Channel, Hatteras Connecting Channel, and Hatteras Ferry Channel Ranges 4 and 5 will be on Cora June Island or a National Park Service Beach at Hatteras.� Placement of dredged material from Barney Slough South, Sloop Channel North, and Hatteras Connector Channel will be on a National Park Service Beach at Ocracoke or on DOT Island. The dredging shall be performed by hydraulic pipeline dredge. Method of placement of dredged material will be by control of effluent for island placement. There is an environmental window for placement of dredged material on Cora June Island and DOT Island from September 1 to March 31 for the protection of nesting waterbirds. Beach placement is restricted to the environmental window of November 16 to March 31. Services to be provided under this contract include procuring and furnishing all equipment, labor, materials, and supplies to accomplish the work described. The magnitude of construction for this project will be between $5,000,000.00 and $10,000,000.00. All interested firms with 237990 as an approved NAICS code have until 17 February 2023 at 1100 AM to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM Record to included DUNS Number and CAGE Code - Business Size, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business.� Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work in the area of dredging on three (3) recent projects greater than $1,000,000.00 in value (not more than seven (7) years old.) Include the project name and description of the key/salient features of the project, completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.� PLEASE BE SURE TO INCLUDE WHICH DREDGING PROJECTS (INLCUDE NAME AND NUMBER) YOU ARE CAPABLE TO PERFORM WITH DOCUMENTATION OF YOUR CAPABILITY. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ros Shoemaker and Jenifer Garland E-mail: �Rosalind.m.shoemaker@usace.army.mil and jenifer.m.garland@usace.army.mil The email should be titled:� FY 24 Rollinson Channel / Stumpy Point / Manteo (Shallowbag) Bay / AIWW MD-CT Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/73dbb6161c8142399ebff30df3a8e9d2/view)
- Record
- SN06587973-F 20230211/230209230118 (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 |