SOURCES SOUGHT
Z -- JACKSONVILLE HARBOR, MAINTENANCE DREDGING, 47-FOOT & 40-FOOT PROJECT, DUVAL COUNTY, FLORIDA
- Notice Date
- 4/27/2023 10:21:36 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP23Z0033
- Response Due
- 5/24/2023 9:00:00 AM
- Point of Contact
- Timothy G. Humphrey, Phone: 9042321072, Tedra N. Thompson, Phone: 9042321051
- E-Mail Address
-
Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
- Description
- This is 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) 2023 award of the aforementioned project.� The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Construction Dredging 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 Districts 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 bidders for a project that consists of maintenance dredging in the Jacksonville Harbor channel. The contract is split between a Base and two Options. The contract Base element consists of maintenance dredging between portions of Cut-42 and Turning Basin. Option A includes portions of Cut-17 through Cut-42. Option B includes portions of Cut-52 through the Lower Terminal Channel. Material removed from the Base and Option A locations will be disposed of in the Ocean Dredge Material Disposal Site (ODMDS), while material from Option B will be disposed into Bartram Island Cell F. Work also includes turbidity monitoring, endangered species observers (hopper dredges only), sea turtle trawl-sweeping (hopper dredges only), and marine animal observers (clamshell dredges only). The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The subject project has a total estimated period of performance of 160 calendar days. The contractor shall commence work within 60 calendar days of receipt of the Notice to Proceed (NTP).� Said time, which is inclusive of commencement provides 100 calendar days for completion of the Base, 20 calendar days for completion of Option A, and 40 calendar days for completion of Option B. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Dredging and Surface Cleanup Activities. The Small Business Size Standard for this project is $37.0 Million. Anticipated solicitation issuance date is on or about 5 July 2023 and the anticipated response date is on or about 3 August 2023.� The official Synopsis citing the solicitation number will be issued on the SAM.Gov Contracting Opportunities Website: https://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. To be considered small for the purposes of this Government procurement, a firm must perform/dredge, with its own equipment or equipment owned by another Small Business concern, at least 40 percent of the volume dredged. 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 24 May 2023 at 12:00 PM, Local Time. All responses under this Sources Sought Notice shall be sent to Mr. Timothy Humphrey via email at timothy.g.humphrey@usace.army.mil and Ms. Tedra Thompson at tedra.n.thompson@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://sam.gov/opp/2c4cac30ff3d4055aaefd7e97c6aa3b8/view)
- Place of Performance
- Address: Jacksonville, FL, USA
- Country: USA
- Country: USA
- Record
- SN06665332-F 20230429/230427230112 (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 |