Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2024 SAM #8396
SOURCES SOUGHT

Z -- FORT PIERCE BEACH RENOURISHMENT 2025, ST. LUCIE COUNTY, FLORIDA

Notice Date
11/20/2024 12:09:27 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
W912EP25Z0007
 
Response Due
12/2/2025 11:00:00 AM
 
Archive Date
12/17/2025
 
Point of Contact
Nicole Batista-Cruz, Phone: 9042323275, Martha Sequeira, Phone: 9042321792
 
E-Mail Address
Nicole.M.Batista-Cruz@usace.army.mil, martha.g.sequeira@usace.army.mil
(Nicole.M.Batista-Cruz@usace.army.mil, martha.g.sequeira@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) 2024 award of the aforementioned project. The purpose of this synopsis is to gauge of 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 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 work that consist of dredging 350,000 cubic yards of material from the existing borrow area off the coast of Fort Pierce Beach. This material will be placed on the beach between R-34 and R-39. Work also includes but is not limited to environmental species monitoring, sea turtle trawling (hopper dredges only), turbidity monitoring, beach tilling, beach fill quality control, screening, MEC construction support, and vibration control and monitoring. The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The project will have an estimated period of performance of 130 calendar days after receipt of the Notice to Proceed (NTP). The contractor shall begin performance within 60 calendar days of NTP and be off the beach NLT 15 May 2025 for Area B and 30 May for Area A. Final cleanup of the premises shall be complete and ready for use by 30 June 2025. For clarification: Area A is the area between the south jetty (pump off location) Florida Department of Environmental Protection (FDEP) Range monument R-34 to R-37 where our contractor will need to be off the beach by 30 May 2025. Area B is south of R-37 where all beach fill activities will need be out of that area by 15 May 2025. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 (Exception), Dredging and Surface Cleanup Activities. The Small Business Size Standard for this project is $37 Million. Anticipated solicitation issuance date is on or about 20 December 2024 and the anticipated response date is on or about 21 January 2025. The official Synopsis citing the solicitation number will be issued on the Sam Contracting Opportunities Website: at https://.sam.gov/. Responses to this Synopsis shall be limited to 7 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: COAST GUARD CERTIFIED HOPPER DREDGE IS REQUIRED. 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 2 December 2024 at 2:00 PM, Eastern Daylight Time (EDT). All responses under this Sources Sought Notice shall be sent to Nicole Batista-Cruz via email at Nicole.M.Batista-Cruz@usace.army.mil and Martha Sequeira at Martha.G.Sequeira@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/a5c6a380b28e48d48e6388bbb66fa486/view)
 
Place of Performance
Address: Port Saint Lucie, FL, USA
Country: USA
 
Record
SN07271040-F 20241122/241120230120 (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.