SOURCES SOUGHT
Z -- Dredging Wicomico River
- Notice Date
- 3/27/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
- ZIP Code
- 21203
- Solicitation Number
- W912DR-14-S-0018
- Archive Date
- 9/30/2014
- Point of Contact
- Octavia A. Warfield, Phone: 4109994011
- E-Mail Address
-
octavia.a.warfield@usace.army.mil
(octavia.a.warfield@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought, Maintenance Dredging Wicomico River, Wicomico County, Maryland This is a Sources Sought Notice to solicit capability statements from all qualified and interested parties, including SBA Certified 8(a) Firms, Certified HubZone Firms, Women Owned Small Businesses (WOSB), and Service Disabled-Veteran Owned Businesses (SDVOB) for the proposed work described, below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. The NAICS Code for the proposed acquisition is 237990, Other Heavy and Civil Engineering Construction, The small business size standard is $20 Million. The order of magnitude is between $1,000,000 and $5,000,000. Project Description: The maintenance dredging of the Wicomico River must be performed using a hydraulic pipeline dredge. The proposed work consists of maintenance dredging portions of the Federal channel between Upper Ferry and Salisbury, Maryland; to the authorized depth of 14 feet mean lower low water (MLLW), plus one foot of allowable overdepth. The material will be placed via pipeline into an existing upland placement site, known as Sharp's Point, which is owned by Wicomico County, Maryland. The maximum pumping distance is approximately 4 miles. The contract may include raising the height of the dikes of the placement site. The dredging will consist of the removal of approximately 100,000 cubic yards of material. The dredge material will consist primarily of mud, silt, sand, shell, gravel, and combinations thereof. The proposed work is anticipated to take place in the fall and winter of 2014. The prime contractor will have to perform 40 percent of the work, including the administration of the project. Potential candidates under this sources sought should provide information as to previous jobs they have performed that are comparable to the one described. It should contain and identify all expertise, types and number of equipment, bonding limits, and name and number of personnel. The contractor must have marine insurance and have experience actually dredging and not just part of a dredging job. The contractor must have access to equipment to perform the potential dike work, dredging, and the ability to manage the placement of the dredged material. This should include hydraulic dredging and earth-moving equipment, as well as a global positioning system (GPS) on the equipment. The contractor will be required to maintain an integrated production rate of at least 2,500 cubic yards per calendar day for the dredging. The contractor must also have worked previously with the Federal government on a similar job and provide examples of those jobs and references (name and phone number) to assure expertise. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. All contractor employees working at the project must possess a social security card. Employees must be either a U.S. citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to the work site. It would be a benefit to the offeror to have engineering and construction personnel familiar with USAGE standards and practices for military construction projects. The period of performance will be approximately 90-120 calendar days. Interested qualified parties should submit capability statements to include the following information: 1. Company name, address, phone number, point of contact. 2. Company's CAGE Code and DUNS Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Certified 8(a) or Women- Owned Small Business (WOSB). Contractors must be registered in Systems for Award Management (SAM) at the time of contract award. Please see www.sam.gov for additional registration information. 3. Indicate the primary nature of your business. 4. Provide three (3) examples of projects similar to the requirements described above within the past 5 years. Include the point of contact information, phone number, and email address for examples provided, so past performance on the indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. What percentage of work (volume of material dredged, transported and ultimately placed) can you perform with your own equipment or equipment owned by another small dredging concern? ' 6. Identify which dredge(s), including support equipment (derrick barges, etc), you would employ on this project. Also, for each dredge, identify the digging depth. 7. What type of dredge equipment do you own and/ or operate that is suitable for the work described? 8. Do you have experience with the placement of dredged material at upland placement sites? 9. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business General Contractor 10. Email responses are required. Narratives shall be no longer than 10 pages. Comments will be shared with the Government and the project management team, but otherwise be held in strict confidence. Please send responses to Octavia.a.warfield@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-14-S-0018/listing.html)
- Place of Performance
- Address: Wicomico County, Maryland, United States
- Record
- SN03322459-W 20140329/140327235023-d6ce2c0bb4251aea9855ef0558c0186f (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 |