SOURCES SOUGHT
Z -- IWW CROSSROADS & JUPITER O&M DREDGING MARTIN & PALM BEACH COUNTIES, FLORIDA
- Notice Date
- 5/8/2025 12:35:51 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
- W912EP25Z0033
- Response Due
- 5/23/2025 11:00:00 AM
- Archive Date
- 10/05/2025
- Point of Contact
- Timothy Humphrey, Phone: 9042322441, Guesley Leger, Phone: 9783188269
- E-Mail Address
-
TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL, guesley.leger@usace.army.mil
(TIMOTHY.G.HUMPHREY@USACE.ARMY.MIL, guesley.leger@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) 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 two projects that is anticipated to be consolidated into one solicitation and will consist of maintenance dredging from the Intracoastal Waterway channel (IWW) in the vicinity of Jupiter and St. Lucie Inlets. These two areas are approximately 16 IWW channel miles apart. The Jupiter Inlet portion of the project consists of maintenance dredging approximately 100,000 cubic yards from IWW Cuts P-1 through P-9. The excavated material will be piped to the beach placement area immediately south of Jupiter Inlet. The St. Lucie Inlet work consists of maintenance dredging approximately 200,000 cubic yards from IWW Cuts M-1 through M-6 and OWW cut-1. Excavated material will be placed in the St. Lucie inshore impoundment basin for future use as beach renourishment fill. Incidental work for both project areas will include endangered species monitoring, turbidity monitoring. Vibration monitoring and beach tilling will be required at the Jupiter Inlet beach site. The Estimated Magnitude of construction is between $5,000,000 and $10,000,000. The project will have an estimated period of performance of 200 calendar days after receipt of the Notice to Proceed (NTP). 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 30 June 2025 and the anticipated response date is on or about 21 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 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. Do you see any negative impact to competition with the consolidation of these two projects into one solicitation? What impediments, if any, will prevent your firm to submit a bid if these projects are consolidated into one solicitation? NOTES: 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. NAICS code 237990 � Dredging: 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 23 May 2025 at 2:00 PM, Eastern Daylight Time (EDT). All responses under this Sources Sought Notice shall be sent to Mr. Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil and Guesley Leger via email at Guesley.Leger@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/6917dbd2296f40d2aa8053c3c6fd4dad/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN07437094-F 20250510/250508230058 (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 |