SOURCES SOUGHT
Z -- Military Ocean Terminal Concord (MOTCO) Berms Construction and Dredging
- Notice Date
- 4/24/2025 4:29:10 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
- W912P725S0009
- Response Due
- 5/12/2025 1:00:00 PM
- Archive Date
- 05/27/2025
- Point of Contact
- Lisa Ip, Phone: 4155036877, Mary C. Fronck, Phone: 4155036554, Fax: 4155036688
- E-Mail Address
-
lisa.i.ip@usace.army.mil, mary.fronck@usace.army.mil
(lisa.i.ip@usace.army.mil, mary.fronck@usace.army.mil)
- Description
- SUMMARY: This is a Sources Sought Synopsis / Request for Information (RFI). This announcement seeks information from industry, which will be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS RFI. No reimbursements will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. Responses to this RFI will be used by the Government to make appropriate acquisition planning decisions. The type of set-aside decisions to be issued will depend upon the responses to this sources sought synopsis. The purpose of this RFI is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Economically Disadvantaged Women-Owned Small Business. The Government must ensure there is adequate competition among the potential pool of responsible contractors. PROJECT DESCRIPTION: The Project (Military Ocean Terminal Concord or MOTCO) is located on Suisun Bay, 30 miles northeast of San Francisco, in Contra Costa County California. MOTCO�s infrastructure was constructed by the U.S. Navy beginning in WWII and operated as a U.S. Navy installation. The U.S. Army MOTCO began operations in 1997. Under a Base Realignment and Closure (BRAC) process, the installation was transferred to the Army in 2008. MOTCO is a Military Surface Deployment and Distribution Command (SDDC) munitions and general cargo transshipment facility. This installation is the primary West Coast common-user ammunition terminal, home to the SDDC�s 834th Transportation Battalion, and supports critical Department of Defense wartime and contingency operations throughout the Pacific Theater. The work includes construction of a detention basin consisting of new earthen containment berms utilizing borrow material excavated and transported from a designated site on the base, installation of reinforced 40-mil polyethylene liner within the detention basin, clamshell dredging to a depth of -35 feet with 1-foot allowable paid over-depth and 1-foot allowable unpaid over-depth adjacent to wharves 2 and 3 with disposal at the detention basin, underwater relocation of large debris located within the dredging footprint, Unexploded Ordnance (UXO) screening of the dredged material down to 3 inches during the dredging operation and prior to placement within the bermed area by personnel qualified in UXO handling and removal activities, testing of the detention basin water prior to discharge to the local wastewater system. Wharves 2 and 3 are located adjacent and within approximate survey stations 300+00 to 396+00 of the Suisun Bay Channel. Refer to the San Francisco District�s Hydrosurvey web page for specific survey stationing at https://www.spn.usace.army.mil/Missions/Surveys-Studies-Strategy/Hydro-Survey/Suisun-Bay-Channel/. The dredge material is to be screened to remove Unexploded Ordnance (UXO) down to 3 inches. The dredging work at the MOTCO site will require expertise and experience in handling Unexploded Ordinance (UXO). See the �Capabilities and Qualifications� section for additional details. Material excavated from the MOTCO site shall be handled, transported and disposed off-site by qualified personnel per EM 385-1-97 (Explosives - Safety and Health Requirements Manual) and DDESB TP 18 (Minimum Qualifications for Unexploded Ordnance (UXO) Technicians and Personnel, attached). All labor, materials and equipment to dispose and maintain an accurate record of the method of removal and disposal of the dredge material excavated from the MOTCO site is the responsibility of the contractor. Acceptance of the dredging work will be based on achieving project depth in 100 percent of the project footprint within the contract period of performance. The dredging work is also within an area of historical importance stemming from the 1944 Port Chicago explosion disaster, which destroyed a wooden Pier, two munition cargo ships, and resulted in the deaths of 320 personnel, disproportionately African American men. Shipwreck debris remains in the dredging area as well as the potential for smaller artifacts such as human remains and personal items. Wreckage from the two ships will remain in water and be relocated in designated area in the bay outside the dredging areas. The estimated price range for this project is $10,000,000.00 - $25,000,0000. CAPABILITIES/QUALIFICATIONS: Evaluation of the interested parties� recent knowledge and experience are based on: Experience and expertise in handling potential Munitions and Explosives of Concern (MEC), Material Potentially Possessing an Explosive Hazard (MPPEH), and Unexploded Ordnance (UXO) and the following minimum qualifications: Current HAZWOPER certification. Graduation Certificate - EOD School or UXO Technical School Letter from company appointing SUXOS, UXOSO, and UXOQC and two of the team members must have a current First Aid/CPR card. DDESB TP 18 minimum qualifications for personnel and technicians working at sites with MEC, MPPEH, and UXOs (attached). The capability to construct containment berms at the MOTCO placement site including the use of earth-moving and compaction equipment. The capability to safely excavate and transport dredged material from the MOTCO project site, utilizing appropriately sized dredge plant, pumps, piping, vehicles, and support equipment, as necessary, in accordance with contract requirements, completing all in-water work within the environmental work window (August 1 to November 30). Interested parties are required to submit proof of ownership, or access to, ABS-certified scows that meet EPA requirements, including current scow certification documentation from an independent third-party inspector, as part of the response to this Market Research. Interested parties may submit inspection ABS certification documentation from previous contracts executed within the last 12 months. All proposed equipment must be identified as well as the current location of the dredge plant and scows as part of the response to this Market Research. The capability to dredge Wharves 2 and 3 including the use of appropriately sized dredge, clamshell bucket, pumps, trucks and UXO-screening support equipment and to protect the crew and UXO technicians from blast and overpressure from unintentional UXO detonation. See attached blast fragmentation data sheets for 5in Mk35 and 40 mm Mk II UXO protection requirements listed under unintentional detonation material and K18 distances. The ability to execute the project within the environmental work window, which begins August 1 and ends November 30 in any year. The ability to adapt to changing conditions due to safety, emergency, and unforeseen situations that may happen when working in or near potential active munitions that requires the utmost care. The ability to supply and operate all equipment needed for this type of work including but not limited to mechanical equipment, sorting equipment, protective equipment as well as transporting of the material to the placement site depending on the type and nature of the dredged material. The ability to adapt to changing conditions such as sequencing of work and environmental constraints. The capability to complete work within the environmental window by making all necessary personnel and equipment available as quickly as possible as circumstances warrant. The ability to be flexible and have a strategy to be adaptive to minor changes or adjustments during work on a project of this nature and complexity. The ability to work and communicate with the customer and federal representatives and project partners when needed. ADDITIONAL INFORMATION: The North American Industry Classification System (NAICS) code is 237990 which has a small business size standard of $45,000,000. The Product and Service Code (PSC) is Z1KF. Anticipated solicitation issuance dates are on or about June 2025. The official Synopsis citing the solicitation number will be issued on sam.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. SUBMISSION REQUIREMENTS FOR SOURCES SOUGHT/REQUEST FOR INFORMATION: Interested statements shall be limited to five pages and shall include the following information: Firm's name, address, point of contact, phone number, and email address. CAGE Code and DUNS Number. Firm�s statement of capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to handling of UXO site, berms construction, remove debris, execute dredging, and comparable work performed within the past fifteen (15) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples with a maximum of three (3) pages. SF330s SHALL NOT be submitted in response to this source sought announcement. Firms� type of business and business size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). Firm's Joint Venture (existing), including Mentor Prot�g�s and teaming arrangement information. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars). Interested Firm's should be able to demonstrate bonding capacity well within the estimated construction range listed above. Submission of interest to this sources sought announcement is not a prerequisite to any potential future offerings, but participation will assist the San Francisco District in identifying sources with required capabilities. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this announcement. Interested firms shall respond to this Sources Sought Synopsis no later than 1300 Pacific Daylight Time (PDT) on 12 May 2025. All interested firms must be registered in sam.gov to be eligible for award of Government contracts. Email your response to Lisa Ip at Lisa.I.Ip@usace.army.mil and Mary Fronck at Mary.Fronck@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SOURCES SOUGHT SYNOPSIS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7453242ac921491b898803277a22d103/view)
- Place of Performance
- Address: CA, USA
- Country: USA
- Country: USA
- Record
- SN07421325-F 20250426/250424230055 (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 |