MODIFICATION
Y -- Sources Sought: Mechanical Dredging, Mississippi and Minnesota Rivers
- Notice Date
- 12/23/2013
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, St. Paul, Attn: CEMVP-CT, 180 East Fifth Street, St. Paul, Minnesota, 55101-1678, United States
- ZIP Code
- 55101-1678
- Solicitation Number
- W912ES-14-SS-0002
- Archive Date
- 1/25/2014
- Point of Contact
- Lisa A. Draves, Phone: 6512905614
- E-Mail Address
-
lisa.a.draves@usace.army.mil
(lisa.a.draves@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers - St. Paul District is seeking capability statements from small business concerns interested in performing mechanical dredging services on the Mississippi and Minnesota Rivers in order to maintain the navigation channel. The proposed project will require the contractor to furnish all plant, labor, material, and equipment necessary for: dredging with a backhoe, dragline, or other mechanical equipment on marine plant, and transporting dredged material to designated placement sites. Work will involve furnishing, delivering, and operating dredge and attendant plant for maintenance dredging between the following approximate locations: Upper Mississippi River Miles 614.0 and 857.6; between Minnesota River Miles 0.0 and 14.7; in the St. Paul District and between Upper Mississippi River Miles 614.0 and 300.0 in the Rock Island District. The contractor will be required to provide one primary dredging plant for specified areas and one secondary plant that may be mobilized if additional capacity is required. The contractor will be required to schedule maintenance dredging operations at depths of 11-15 feet in order to perform a minimum of approximately 2,000 cubic yards (CY) per day (200 CY/hour) for the primary plant and 1,500 CY per day (150 CY/hour) for the second plant, that is reproducible over the long term. In addition, mandatory 24 hour, seven days per week operation may be required for emergency dredging. The estimated price range is between $5 million and $10 million for the base period. The appropriate NAICS code for this procurement is 237990 (dredging) with a small business size standard of $25.5 million (effective 22 January 2014). In order to be considered a small business under NAICS code 237990 (dredging) 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 dredging concern. Interested parties are invited to submit capability statements for acquisition planning purposes. The following outline is recommended (5-page limit): 1) Company name, address, and primary point of contact information 2) A statement of capability 3) Recent and relevant past performance information 4) Business Ownership and Self‐Certification information (i.e. Small Business, Women‐Owned Small Business, Veteran Owned, Service Disabled Veteran Owned) 5) Current Government Certifications (i.e. 8(a) certified, 8(a) joint venture, Small Disadvantaged Business HUBZone Certified) 6) List Pertinent Codes: NAICS Codes (numbers only), DUNS number, and CAGE code 7) Bonding capacity 8) Please indicate the contract term your firm would be interested in bidding on: (a) a contract for three years (base + two option years); (b) a contract for five years (base + four option years); (c) Or both. The St. Paul District Corps of Engineers reserves the right to determine if a small business set-aside is appropriate based upon the capability information provided in response to this notice, and other pertinent information gathered by the contracting officer. Respondents should ensure the information provided is detailed, current, accurate, and complete. Please submit capability statements by email to Lisa Draves, Contract Specialist, lisa.a.draves@usace.army.mil no later than 10 January 2014. This notice does not constitute a solicitation. This invitation for capability statements is for planning purposes only. The acquisition strategy for this proposed project has not yet been determined. Response to this notice is strictly voluntary. The Government will not reimburse any party for its participation in this effort. Information submitted in response to this notice is subject to disclosure under the Freedom of Information Act. Respondents are advised that the Government is under no obligation to acknowledge or provide feedback with respect to any information submitted under this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-14-SS-0002/listing.html)
- Record
- SN03257180-W 20131225/131223234653-58ea6611888b1085edcc6dcfa73d8956 (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 |