Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2011 FBO #3659
SOURCES SOUGHT

Y -- Market Research and Sources Sought Notice for Information on Capability and Availability of Potential Contractors to Perform Maintenance Dredging at Various Navigation Projects throughout the Boundaries of the USACE, Mobile District

Notice Date
11/29/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
W91278-12-L-0001
 
Response Due
12/15/2011
 
Archive Date
2/13/2012
 
Point of Contact
Loretta L Tanner, 251 441-6510
 
E-Mail Address
USACE District, Mobile
(loretta.l.tanner@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business firms who own dredges of the sizes specified below. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates several future procurements in fiscal year 2012for the rental of dredging equipment to perform maintenance dredging of inland river systems as well as coastal harbors, rivers, bays and bar channels. These future procurements for rental dredging equipment will be for different size categories of dredges and for different types of dredges as described below. One procurement will be for the rental of hydraulic, cutterhead dredges with a minimum pump discharge diameter of 20 through 24 inches measured as the inside diameter of the discharge side of the main dredge pump and a minimum horsepower applied to the main pump of 2100/2400 respectively. A second procurement will be for the rental of hydraulic, cutterhead dredges with a minimum pump discharge diameter of 27 through 30 inches measured as the inside diameter of the discharge side of the main dredge pump and a minimum horsepower applied to the main pump of 3750/5000 respectively. A third procurement will be for the rental of trailing suction hopper dredges with a minimum hopper capacity of 3600 cubic yards. All of the above procurements will require a full complement of crew, management staff and support equipment including pipelines, booster pumps, tugs, various other floating plants as would normally be expected to support a large dredging operation. The solicitations will be Indefinite Delivery, Indefinite Quantity procurements with task orders issued for various dredging locations with the maximum contract value not to exceed $45 million. The proposed construction duration will be 14 months from award of the contract. Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $20 Million. Responses are requested with the following information, which shall not exceed a total of eight pages. 1. Offerors name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, or 8(a) (Region 4 only) shall be indicated on first page of submission. 3. Bonding capability : Please provide a letter from your bonding company to support current bonding capability of at least $10 million (aggregate amount for multiple active task orders). 4. Description of capability to perform the proposed dredging, manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing dredging contracts. 5. Past performance/experience on projects of similar scope, describing no more than five (5) projects that are at least 50% construction complete within the past five years of the issue date of this Notice. The past performance information should include project title, location, general description of the dredging to demonstrate relevance to the proposed project, the Offerors role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). 6. Dredge name and various specifications on the equipment to include: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, minimum/maximum width of channel the dredge can efficiently operate, hopper capacity (hopper dredge only). NO RESPONSES WILL BE ACCEPTED BY FAX OR E-MAIL. ALL RESPONSES MUST BE MAILED to: U.S. Army Engineer District Mobile, Attn: CT-C/Melinda Bramlett, P.O. Box 2288, Mobile, AL 36628. Submittals are due no later than December 15, 2011 generally 15 calendar days response time. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government. Contracting Office Address: USACE District, Mobile, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA01/W91278-12-L-0001/listing.html)
 
Place of Performance
Address: USACE District, Mobile P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
 
Record
SN02629806-W 20111201/111129234026-10434ffc54a2158f365ad2f5f91481aa (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 |
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.