Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2023 SAM #8046
SOURCES SOUGHT

99 -- SOURCES SOUGHT FOR DREDGE CAPABILITIES AND ALTERNATIVE APPROACHES

Notice Date
12/6/2023 12:53:28 PM
 
Notice Type
Sources Sought
 
Contracting Office
W07V ENDIST N ORLEANS NEW ORLEANS LA 70118-3651 USA
 
ZIP Code
70118-3651
 
Solicitation Number
W912P8-24-SS-0006
 
Response Due
12/21/2023 2:00:00 PM
 
Archive Date
12/22/2023
 
Point of Contact
Jason Crockett, Phone: 5048621120, Christa L. Proctor, Phone: 5048621515
 
E-Mail Address
Jason.D.Crockett@usace.army.mil, christa.l.proctor@usace.army.mil
(Jason.D.Crockett@usace.army.mil, christa.l.proctor@usace.army.mil)
 
Description
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 firms with 1) ideas for increasing competition and identifying the government's requirement as effective dredging of the lower Mississippi, and 2) the interest, capabilities and alternative approaches of accomplishing maintenance dredging of any point on the Mississippi River between Mile 320 (Black Hawk, LA) AHP (Above Head of Passes) and Mile 103 AHP (New Orleans, LA) and secondary dredging regions will be any point on the Mississippi River between Mile 953.8 AHP (Cairo, IL) and Mile 320 as well as other waterways within the New Orleans District. The New Orleans District (MVN) is seeking interested vendors for the follow-on requirement, to be awarded in calendar year 2024, for dredging the Mississippi River between Baton Rouge and New Orleans in primary and secondary regions. The primary dredging region is any reach point on the Mississippi River between Mile 320 AHP and Mile 103 AHP. The secondary dredging regions will be any point on the Mississippi River between Mile 953.8 AHP and Mile 320 as well as other waterways within the New Orleans District. The Corps of Engineers has historically used a Dustpan Dredge to dredge the Mississippi River between Baton Rouge and New Orleans.� In order to meet the requirement, the dredge must be available within 72 hours of notification and be able to maintain a minimum production rate of 3,200 cubic yards per pumping hour, at a depth of 12 to 75 feet. The dredge must be self-propelled and have the ability to move out of the navigation channel to allow for vessel passage. ��The dredge plant shall be capability of working in both shallow and deep draft channels. Shallow draft dredging above Mississippi River Mile 234 AHP requires a maximum 9 ft draft for dredge plant. The dredge plant shall be capable of dredging in water depths ranging from 12 feet to 75 feet and the ability to discharge into open water adjacent to the navigation channel in such a manner that it does not cause shoaling in the navigation channel. The purpose of this Sources Sought is to promote competition by determining interested vendors in the requirement using a dustpan dredge and/or allow recommendations for alternative solutions.� Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, New Orleans District, anticipates several future procurements in calendar years 2024-2029 for the rental and/or unit price of dredging equipment to perform maintenance dredging of any point on the Mississippi River between Mile 320 AHP and Mile 103 AHP and secondary dredging regions will be any point on the Mississippi River between Mile 953.8 AHP and Mile 320 as well as other waterways within the New Orleans District. Interested firms should submit a capabilities package that includes the following minimum information: 1. ������� Bidder's name, address, points of contact with telephone numbers and e-mail addresses. 2. ������� 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. 3. ������� Bonding capability: Please provide a letter from your bonding company to support current bonding capability. 4. ������� Description of capability to perform the proposed dredging (capability statement), manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing dredging contracts. 5. ������� 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). 6. ������� Type of Dredge proposed (Hopper, Cutterhead, Dustpan, etc.), 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). Please indicate what equipment you own or are able to obtain and from whom you will obtain equipment. The dredge must be available within 72 hours of notification and be able to maintain a minimum production rate of 3,200 cubic yards per pumping hour, at a depth of 12 to 75 feet. 7. ������� A statement confirming that if a Project Labor Agreement (PLA) was required for this procurement that it would not deter your submission of a proposal, and 8. ������� Experience in performing work requirements of a similar size and magnitude as stated above. This experience must have been performed within the last five years. 9. ������� Recommendations for meeting the stated requirement using a dredge that is other than a dustpan dredge (if applicable). 10.������ Required time and/or resources by your firm for participation in this requirement. Responses are due by 21 December 2023. Responses should be sent via email to jason.d.crockett@usace.army.mil and christa.l.proctor@usace.army.mil. Responses are limited to twenty (20) pages. Interested firms shall provide the above documentation in one original form. Oral presentations will be considered with an anticipated scheduling date from 8 January 2024 � 12 January 2024. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. If you can meet the above requirements, please respond to this announcement by email to Jason Crockett at jason.d.crockett@usace.army.mil and reference the Sources Sought Notice tracking number, W912P8-24-SS-0006, in the subject line. The results of this market survey notice will be used to determine the appropriate acquisition strategy for the solicitation. NOTE: Contractors must be registered in SAM (System for Award Management) to be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a UEI number. Recommend registering immediately in order to be eligible for timely award.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/701c66fc5f6e495e939c9605352400a0/view)
 
Place of Performance
Address: New Orleans, LA, USA
Country: USA
 
Record
SN06904916-F 20231208/231206230050 (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.