Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 11, 2023 SAM #8019
SOURCES SOUGHT

Z -- Naval Submarine Base Kings Bay, Maintenance Dredging, 44, 45 and 47-Foot Project, Camden County, Georgia

Notice Date
11/9/2023 1:39:37 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST JACKSNVLLE JACKSONVILLE FL 32207-0019 USA
 
ZIP Code
32207-0019
 
Solicitation Number
W912EP24Z0010
 
Response Due
12/9/2023 12:00:00 PM
 
Archive Date
12/24/2023
 
Point of Contact
Guesley Leger, Phone: 9783188269, Manuela Voicu, Phone: 3146377452
 
E-Mail Address
guesley.leger@usace.army.mil, manuela.d.voicu@usace.army.mil
(guesley.leger@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 Source Sought. 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 SOURCES SOUGHT. 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) 2024 award of the aforementioned project.� The purpose of this sources sought is to gauge interest, capabilities, and qualifications of various members of the 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 District 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 sources sought or any follow-up information requested. DESCRIPTION OF WORK: a. Project work consists of maintenance dredging the locations to required depths indicated in the table below and shown on the drawings. The placement of the dredged material will be at Disposal Area Crab Island (D/A-C) as shown on the drawings and as directed by the Contracting Officer. Additional Base work also includes bird monitoring and standby time. LOCATION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUIRED DEPTH Range H to I and Upper Turning� � � � � � � � � � � � � � � � � � � � � � � �45-foot UTB, 45-foot and 47-foot Basin (UTB) Range G to H and Explosive� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �44-foot and 47-foot Handling Basin (EHB) Range E to G and Magnetic� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 44-foot Silencing Facility (MSF) North Site Six North (SS-N)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �39-foot Site Six South (SS-S) and Medium Auxiliary� � � � � � � � � � � � � � � � � � � � � 45-foot Repair Dock�(ARDM) Yoke Explosive Handling Wharves (EHW)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 47-foot Refit Wharves� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �47-foot Small Boat Basin� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 24-foot Dry Dock Caisson Gate Sill and Dry Dock� � � � � � � � � � � � � � � � � � � � � � � �46-foot Caisson Gate Mooring Facility b. Option A work consists of supplying additional field cut weir riser boards as requested by the Contracting Officer. c. Option B work consists of secondary maintenance dredging. The locations and required depths are indicated in the table below and shown on the drawings. The placement of the dredged material will be at Disposal Area Crab Island (D/A-C) as shown on the drawings and as directed by the Contracting� � � �Officer. Option B work also includes mobilization and demobilization, bird monitoring and standby time. LOCATION� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �REQUIRED DEPTH Site Six South (SS-S) and Medium Auxiliary� � � � � � � � � � � � � � � � � � � � � � � � � �45-foot Repair Dock (ARDM) Yoke Site Six North (SS-N)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 39-foot Explosive Handling Wharves (EHW)� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �47-foot Refit Wharves� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �47-foot Dry Dock Caisson Gate Sill and Dry Dock� � � � � � � � � � � � � � � � � � � � � � � � � � � 46-foot Caisson Gate Mooring Facility Option C work consists of Mobilization/Demobilization for secondary maintenance dredging if demobilization from the site occurs after completing all the Base work. �� The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The project will have an estimated period of performance of 300 calendar days after receipt of the Notice to Proceed (NTP). The stated time is inclusive of 60 calendar days to commence work and will be divided into base work and three options as follows: Base (including commencement and demobilization): 235 calendar days. Option A: 5 calendar days. Option B: 30 calendar days. Option C: 30 calendar days. 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. NOTE:� NAICS code 237990�Dredging: To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Anticipated solicitation issuance date is on or about 8 February 2024 and the anticipated bid opening date is on or about 12 March 2024. The Synopsis citing the solicitation number will be issued on the SAM Contracting Opportunities Website: at https://.sam.gov/. ** Naval Submarine Base Kings Bay security requirements require a great deal of time and effort to satisfy prior to attaining access to the work site.� Detailed instructions for satisfying Naval Submarine Base Kings Bay security requirements will be included in the solicitation. 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. � � NOTES: DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA. 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 09 December 2023 at 3:00 PM, EDT. All responses under this Sources Sought Notice shall be sent to Mr. Guesley Leger via email at Guesley.Leger@usace.army.mil and Ms. Manuela Voicu at Manuela.d.voicu@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/036bb6f2865b4cd19b829f0cb731946e/view)
 
Place of Performance
Address: Saint Marys, GA 31558, USA
Zip Code: 31558
Country: USA
 
Record
SN06881413-F 20231111/231109230323 (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.