SOURCES SOUGHT
Z -- Maintenance Dredging, U.S. Navy Submarine Base, Kings Bay Inner Channel, Camden County, Florida
- Notice Date
- 10/14/2009
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP10Z0001
- Response Due
- 10/28/2009
- Archive Date
- 12/27/2009
- Point of Contact
- Beau Corbett, 904-232-1388
- E-Mail Address
-
US Army Engineer District, Jacksonville
(beau.corbett@us.army.mil)
- Small Business Set-Aside
- HUBZone
- Description
- ***PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT*** This announcement constitutes a Sources Sought Synopsis. This is not a Request for Proposal. The responses to this Synopsis will be used as a Market Research tool in order to identify Small Business HubZone firms for the purpose of determining how the upcoming solicitation will be advertised. This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. If the Government does issue a solicitation, it will be assigned a Procurement Identification Number such as W912EP-10-B-XXXX. The Jacksonville District of the US Army Corps of Engineers is contemplating a project for work that consists of maintenance dredging of shoal material at Kings Bay U.S. Navy Submarine Base Inner Channel to a 44-foot required depth with 2 foot allowable overdepth. The total quantity of material to be dredged will be approximately 700,000 Cubic Yards (CYs) with placement of dredged material in Disposal Area 1, Disposal Area 2 and Mainside Disposal Area, which are upland Dredged Material Management Areas (DMMA). The project work also includes Bird monitoring between 1 April through 31 August and water quality monitoring. In addition, the project work has four options for additional maintenance dredging with placement at the designated DMMA. Option A work consists of maintenance dredging approximately 30,000 CY from the Explosives Handling Wharves to a 47-foot required depth with 2 foot allowable overdepth. Option B consists of maintenance dredging approximately 150,000 CY from Site Six Operating Area. Site Six operating area has a north area managed to 39 foot required depth with 2-foot allowable overdepth and south area managed to 44 foot required depth with 2 foot allowable overdepth. Option C consists of maintenance dredging approximately 80,000 CYs from the Refit Wharves areas to a 46 foot required depth with 2 foot allowable overdepth. Lastly Option D consists of maintenance dredging approximately 6,000 CY from the ARDM Yolk area to a 44 foot required depth with 2 foot allowable overdepth. Please provide a Statement of Capability (SOC) stating your skills, experience, knowledge, and equipment required to perform the specified type of work. This SOC should be a maximum of five (5) pages and include, at a minimum: (1) your intention to submit a bid on this project when it is formally advertised; (2) business type (i.e. SBA Certified 8(a), HubZone, and/or Service Disabled Veteran-Owned Small Business); (3) brief description of your companys capabilities including your capability to mobilize construction equipment and materials onto an island; (4) size and type of dredge; (5) whether your firm owns or leases the dredge and if the dredge is leased the name of the lessor and their business size; (6) brief references of jobs your firm has performed within the past three years on similar type work (include as a minimum the project title, type of work, and the magnitude of construction); and (7) your firms bonding capability. NOTE: IF YOU DO NOT INTEND TO SUBMIT A BID ON THIS PROJECT WHEN IT IS FORMALLY ADVERTISED, PLEASE DO NOT SUBMIT A RESPONSE TO THIS SOURCES SOUGHT SYNOPSIS. If we do not receive an adequate number of qualified Small Business HubZone respondents, the solicitation shall be issued on a Small Business Set-Aside basis. Responses to this Sources Sought Synopsis must be received not later than 28 October 2009 and shall be sent to the attention of Mr. Beau Corbett by fax at (904) 232-2748; via e-mail to beau.corbett@usace.army.mil; or by mail to U.S. Army Corps of Engineers, Contracting Division, CESAJ-CT-C, 701 San Marco Blvd., Jacksonville, Florida 32207. The submission of this information is for planning purposes only. The Jacksonville District Corps of Engineers does not intend to award a contract on the basis of this Request for Information nor otherwise pay for the information solicited. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code is 237990 and the Small Business size standard for dredging is $20 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP10Z0001/listing.html)
- Place of Performance
- Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN01985142-W 20091016/091014234825-2a6380317ac5c48ce47a524db5abe335 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |