SOURCES SOUGHT
Z -- FY25 San Francisco District Maintenance Dredging
- Notice Date
- 2/4/2025 1:39:09 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W075 ENDIST SAN FRAN SAN FRANCISCO CA 94102-3406 USA
- ZIP Code
- 94102-3406
- Solicitation Number
- W912P725S0004
- Response Due
- 2/5/2025 3:00:00 PM
- Archive Date
- 02/20/2025
- Point of Contact
- Logan Champlin, Phone: 4155036953, Mary C. Fronck, Phone: 4155036554, Fax: 4155036688
- E-Mail Address
-
logan.champlin@usace.army.mil, mary.fronck@usace.army.mil
(logan.champlin@usace.army.mil, mary.fronck@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI) U.S. ARMY CORPS OF ENGINEERS SAN FRANCISCO DISTRICT ***THIS IS A SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO SEEK PROPOSALS OR AWARD A CONTRACT AT THIS TIME. *** SUMMARY: The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Dredging Services. The Product Service Code (PSC) will be Z1KF. The size standard for small business is $37,000,000.00. Interested parties sought for a maintenance dredging of the projects described in Table 1 below. The projects will be solicited as an Invitation For Bids (IFB) contract. Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information as well as information on available permitted upland disposal sites and Government�furnished disposal sites. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: Mary.Fronck@usace.army.mil and logan.champlin@usace.army.mil. All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. ADDITIONAL PROJECT DESCRIPTIONS: The work includes maintenance dredging of the federal navigation channels of the projects listed in Table 1 to the required project depths with 1- ft paid over-depth and 1-ft unpaid over-depth. Please refer to Table 1 for disposal site, dredge windows, and other project related information. Upland disposal for San Joaquin and Sacramento DWSC is at contractor furnished upland beneficial reuses site or at the various Government-furnished sites located along the channels and the material shall be pumped to the sites based on various pumping distances and depth of material. Both these projects have water quality and fish entrainment monitoring requirements that needs to be performed by a third party Contractor hired by the either the Government or the dredging Contractor. For Oakland and Richmond, the Contractor is responsible for preparing a light monitoring plan and performing that task during daylight hours when dredging is within 250m of eelgrass beds and monitoring reference sites not influenced by turbidity above ambient for that area. Contractor may also be required to perform eelgrass surveys prior to dredging and after the project is complete.� All proposed Contractor furnished upland beneficial use sites must be fully permitted. Acceptance will be based on achieving project depth in 100 percent of the project footprint within the contract period of performance. Anticipated solicitation issuance dates are shown in Table 1. The official synopsis citing the solicitation number will be issued on Business Opportunities (www.sam.gov) and will invite firms to register electronically to receive a copy of the solicitation when it is issued. CAPABILITIES AND QUALIFICATIONS: Interested parties must have qualified personnel with recent knowledge and experiences as well as: The capability to dredge using appropriately sized dredge plant and support equipment suitable for the project site condition and requirements in order to complete all work within the contract period of performance, which will be identified in the contract. Hopper dredging is prohibited for these projects. Interested parties must have the capability and equipment necessary for dredging and disposal of material at the various upland beneficial reuse sites furnished either by the Government or the Contractor. Interested parties must also have the capability and equipment necessary for dredging and disposal of material at the Government-furnished deep ocean disposal site. Interested parties are required to submit proof of ownership, or access to, a minimum 18-inch diameter pipeline dredge plant for Sacramento and San Joaquin/Stockton Deep Water Ship Channel project, as part of the response to this Market Research if hydraulic cutterhead pipeline is to be sued for these two projects. All proposed equipment must be identified including the current location of the dredge plant as part of the response to this Market Research. Executing the overall contract work within the environmental work window shown in Table 1. Project bid proposals for all the projects can be based on disposal of dredged material at the various permitted Government-furnished upland, in-bay, and/or ocean disposal sites provided the contract work can be completed within the specified period of performance. Offeror�s type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). The capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute dredging and comparable work performed within the past five (5) years). Provide at least three (3) examples with a maximum of three (3) pages with the following information: A brief description of the project(s), Customer name, Timeliness of performance, Customer satisfaction, List of equipment used, and Dollar value of the project. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total � using 10pt font. Please label your email response as follows: Subject: Response to W912P725S0004: Sources Sought market research for �Maintenance Dredging.� All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 3:00 PM Pacific Time on February 5th, 2025. Submit response and information to: Mary.Fronck@usace.army.mil and logan.champlin@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/55264919ee0048f6983eac1b3b609800/view)
- Record
- SN07332668-F 20250206/250204230036 (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 |