Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2025 SAM #8549
SOURCES SOUGHT

Z -- Hutchinson Island Beach Renourishment, St. Lucie County, Florida

Notice Date
4/21/2025 12:16:15 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
W912EP25Z0028
 
Response Due
5/20/2025 1:00:00 PM
 
Archive Date
06/04/2025
 
Point of Contact
Meredith Coad, Phone: 9042323724, Ruth Rodriguez, Phone: 9042324522
 
E-Mail Address
meredith.c.coad@usace.army.mil, ruth.c.rodriguez@usace.army.mil
(meredith.c.coad@usace.army.mil, ruth.c.rodriguez@usace.army.mil)
 
Description
Hutchinson Island Beach Renourishment, St. Lucie County, Florida 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 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) 2025 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 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 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 includes construction of a dune and beach berm along approximately 3.4 miles of shoreline in St. Lucie County. Placement in St. Lucie County will occur between Florida Department of Environmental Protection (FDEP) Range Monuments R-98 to R-01 located in Martin County. Beach compatible sand will be dredged from borrow area A1 and A2, located approximately 3.8 nautical miles offshore in Federal waters. Due to the extensive hardbottom areas located offshore of the fill area, offshore pipeline access is limited to specified corridors. Staging area and beach access to the beach placement area is located within St. Lucie County. Work also includes but is not limited to endangered species observers (hopper dredges only), screening, sea turtle trawl sweeping (hopper dredges only), turbidity monitoring, beach tilling, beach fill quality control, screening, MEC construction support, and vibration control and monitoring. Only dredges with a current U.S. Coast Guard Certification of Inspection for the intended use of the vessel will be allowed to work seaward of the �boundary line� under the contract. The Estimated Magnitude of construction is between $10,000,000 and $25,000,000. The Contractor shall be required to (a) commence work under this contract within 60 calendar days after the date the Contractor receives the Notice to Proceed (NTP), (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 30 April 2026 and be off the beach, and fully demobilized by 30 June 2026. The time stated for completion shall include final cleanup of the premises. The completion date is based on the assumption that the successful offeror will receive the notice to proceed by 23 October 2025. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. 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 million. Anticipated solicitation issuance date is on or about 25 July 2025 and the anticipated response date is on or about 26 August 2025. The official Synopsis citing the solicitation number will be issued on the Sam Contracting Opportunities Website: at https://sam.gov/. 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. 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 20 May 2025, at 4:00PM, Eastern Daylight Time (EDT). All responses under this Sources Sought shall be sent to Meredith Coad via email at meredith.c.coad@usace.army.mil and Ruth C. Rodriguez ruth.c.rodriguez@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/4fe0819b5f1b4835aee89834be94fc7b/view)
 
Place of Performance
Address: Hutchinson Island, FL, USA
Country: USA
 
Record
SN07416212-F 20250423/250421230050 (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.