Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2011 FBO #3676
SOURCES SOUGHT

Y -- MARKET RESEARCH FOR SAN DIEGO HARBOR MAINTENANCE DREDGING, SAN DIEGO COUNTY, CALIFORNIA

Notice Date
12/16/2011
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-12-S-0004
 
Response Due
1/4/2012
 
Archive Date
3/4/2012
 
Point of Contact
Pat Bonilla, (213)452-3255
 
E-Mail Address
USACE District, Los Angeles
(patricia.b.bonilla@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS For San Diego Harbor Maintenance Dredging, San Diego County, California This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR BID OR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement 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. The U.S. Army Corps of Engineers - Los Angeles District has been tasked to solicit for and award a construction contract for Maintenance Dredging in support of Navigation Operations and Maintenance project primarily within the San Diego Harbor area, San Diego County, California. Proposed project will be a competitive, firm-fixed price, construction contract procured in accordance with FAR 14, Sealed Bidding process. The Government intends to issue a solicitation using sealed bidding; however the results and analysis of the market research will finalize the determination of the procurement method. The type of set-aside decision to be issued will depend upon the responses to this synopsis. The purpose of this synopsis 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). The Government must ensure there is adequate competition among the potential pool of responsible contractors. The Government is seeking qualified, experienced sources capable of performing construction services consisting of dredging and disposal of material from the federal navigation channels in San Diego Harbor, specifically the entrance and approach channels. Dredging will occur in depths up to -55' MLLW in an exposed, open ocean environment. Disposal must occur in a designated shallow water site along Silver Strand Beach (no deeper than -29' MLLW), and will require open ocean transit. Contractor must be able to sustain a minimum production of 6,000 cubic yards per day and all vessels and equipment must be certified by the U.S. Coast Guard In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1,000,000 and $5,000,000 Estimated duration of the project is 300 calendar days. Minimum capabilities required include previous dredging experience (similar magnitude in quantity and complexity); contractor must be able to sustain a minimum production of 6,000 cubic yards per day and all vessels and equipment must be certified by the U.S. Coast Guard. Minimum equipment required includes vessels and equipment certified by the U.S. Coast Guard. The North American Industry Classification System code for this procurement is 237990 which contains a small business size standard of $20,000,000.00 (dredging). The Standard Industrial Code is 1629 and the Federal Supply Code is Y216. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting", that they must perform at least 15% of the cost of the contract not including the cost of materials, with their own employees for general construction-type procurement. For Dredging procurements, to be considered small for purposes of Government procurement, a firm must perform at least 40% percent of the volume dredged with its own equipment or equipment owned by another small business dredging concern. 8(a) firms are reminded they need to have a bonafide office in the area to where the work is to be performed should the acquisition be set-aside for 8(a) program. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated pre-solicitation synopsis issuance date is on or about 5 January 2012 with the estimated solicitation issue date of 20 January 2012, and the estimated bid opening due date will be on or about 22 February 2012. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, SDVOSB, or EDWOSB or WOSB. 6. Firm's Joint Ventures (existing), including Mentor Prot g s and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested Firm's shall respond to this Sources Sought Synopsis no later than 4 January 2012, 4:30 PM, Pacific Time. All interested firms must be registered in CCR to be eligible for award of Government contracts. Mail, fax or email your response to Patricia Bonilla, Los Angeles District, 915 Wilshire Blvd., Suite 1400, Los Angeles, California 90017. Fax number is 213-452-4187 or 4187, email: Patricia.B.Bonilla@usace.army.mil EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-12-S-0004/listing.html)
 
Place of Performance
Address: USACE District, Los Angeles P.O. Box 532711, Los Angeles CA
Zip Code: 90053-2325
 
Record
SN02640605-W 20111218/111216234058-cf6beafcac3e0e0eaa5cb39ae844b1d7 (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.