Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2023 SAM #7848
SOURCES SOUGHT

Y -- South Atlantic Division. Small Business Regional Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging and Shore Protection Projects

Notice Date
5/22/2023 8:38:50 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
W912EP23Z0037
 
Response Due
6/16/2023 7:00:00 AM
 
Point of Contact
Timothy Humphery, Phone: 9042321072, Manuela Voicu, Phone: 3146377452
 
E-Mail Address
Timothy.G.Humphery@usace.army.mil, manuela.d.voicu@usace.army.mil
(Timothy.G.Humphery@usace.army.mil, manuela.d.voicu@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is announcement constitutes a Sources Sought Synopsis.� This announcement seeks information from industry and will only be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. Respondents will not be notified of the results of the evaluation.� U.S. Army Corps of Engineers (USACE), South Atlantic Division (SAD) is contemplating the issuance of a Small Business Regional Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Award Task Order Contract (MATOC) for Maintenance Dredging and Shore Protection Projects within the Boundaries of USACE, SAD. See http://www.usace.army.mil/Locations.aspx for boundaries of USACE, SAD. �These contracts will be established primarily to serve the boundaries of the SAD area of responsibility. Secondarily, these contracts may be used to provide services outside of SAD in the event of emergency dredging requirements. Proposed Procurement Description: The Small Business Regional Dredging MATOC will be for one base year and include four option years for a maximum total period of five years. The MATOC will have a maximum combined capacity of $400M. One pool of contractors will be awarded contracts, based on the small business size standard for NAICS Code 237990, Dredging and Surface Cleanup Activities. Task orders for work that has been historically set-aside for small business will be set-aside under the small business MATOC pool in accordance with FAR 16.505(b)(2)(i)(F). Task orders will range in value from $1M to $25M. NOTE: NAICS code 237990 � Dredging: To be considered small for purposes of Government procurement, a firm or its similarly situated subcontractors must perform at least 40 percent of the volume dredged with their own equipment or equipment owned by another small dredging concern. Responses to this Sources Sought 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. Below are questions in which the Government seeks specific responses to: 1. Will the MATOC impacted your ability to compete within the dredging marketplace? If so, please provide specific examples and explain how the MATOC will negatively impact your ability to compete. 2. What negative impacts, if any, do you believe your firm will experience as a result of the consolidation of SAD maintenance dredging and shore protection projects historically set aside for small business within the MATOC? 3. Would you be willing to participate in a future acquisition of maintenance dredging and shore protection projects �under a MATOC scenario? If not, provide specific rationale as to why your firm would not participate. Responses to this Special Notice must be received not later than 16 July 2023, at 10:00 AM EDT, and shall be sent to the attention of Mr. Timothy Humphrey �via e-mail to timothy.g.humphrey@usace.army.mil and Manuela Voicu at Manuela.d.voicu@usace.army.mil � 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. After responses are received, the Contracting Officer may conduct a Follow-Up Teleconference to publicly discuss responses received. An amendment will be issued under this Special Notice with specific instructions if a Follow-Up Teleconference is to be held.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1ed597b74f9431fa9f8af20e43cb2cf/view)
 
Record
SN06690916-F 20230524/230522230116 (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.