SOURCES SOUGHT
Z -- Indefinite Delivery Indefinite Quantity (IDIQ) ILWW Hydraulic Dredging River Mile 0.0 to River Mile 291.0, Illinois Waterway, Illinois
- Notice Date
- 5/13/2015
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Rock Island, P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT, Rock Island, IL 61204-2004
- ZIP Code
- 61204-2004
- Solicitation Number
- W912EK-15-X-0016
- Response Due
- 6/5/2015
- Archive Date
- 7/12/2015
- Point of Contact
- John Dengler, 3097945205
- E-Mail Address
-
USACE District, Rock Island
(john.e.dengler@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers Rock Island District is seeking System for Award Management (SAM) Database registered businesses that can provide the following Hydraulic Dredging River Mile 0.0 to River Mile 291.0, Illinois Waterway, Brown, Bureau, Calhoun, Cass, Fulton, Greene, Gundy, Jersey, La Salle, Marshall, Mason, Morgan, Peoria, Pike, Putnam, Schuyler, Scott, Tazewell, Will, and Woodford Counties, Illinois 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. NO AWARD will be made from this Sources Sought Notice. This is NOT a request for proposal or quote or an invitation for bid. Particularly, the purpose of this NOTICE is to gain knowledge of potential System for Award Management (SAM) Database registered businesses. DESCRIPTION OF WORK: The limits of work for the hydraulic dredging of the main navigation channel will be defined by the Contracting Officer. The Contractor shall furnish and use a cutterhead dredge complete with attendant plant as specified below for performance of maintenance dredging in areas designated by the Contracting Officer, between River Mile 0.0 and River Mile 291.0 on the Illinois Waterway, as specified herein. Acceptable dredge size is 14 quote mark or 16 quote mark inside diameter discharge. The work shall include the layout of dredge cut, pre-dredging soundings for verification of pre-dredging soundings by the Government, preparation of dredge material placement sites, dredging the dredge cut, placement of dredged materials, Pumping water from the dredged material placement site as directed by the Contracting Officer, post-dredging soundings before the final Government post-dredging soundings, and other dredging related activities. Operations shall be 24 hours per day, 7 days per week, including holidays, except as otherwise specified herein. CALENDAR COMP. DAYS: Each task order shall have specific quantities with maximum allowable time frame. The Contractor shall have fifteen calendar days after issuance of a task order to begin work. NUMBER OF STATIONS MAXIMUM ALLOWABLE TO BE DREDGED IN TIME (CALENDAR DAYS) TASK ORDER TO COMPLETE TASK ORDER 0 - 15, 10 DAYS 16 - 40, 25 DAYS 41 - 80, 40 DAYS 81 - 100, 50 DAYS The Contractor is obligated to perform only one task order at a time. That is, each succeeding task order commencement date will be based upon the maximum allowable completion time of the previous task order, or upon completion of the previous order, whichever comes first. If agreeable to both the Contractor and Contracting Officer in writing, the Contractor may perform multiple task orders at the same time. NAICS CODE: 237990 SIZE STANDARD: $27.5M for Dredging and Surface Cleanup Activities POINT OF CONTACT: Responses are to be sent via email to Deputy for Small Business Programs, John Dengler, at john.e.dengler@usace.army.mil no later than 12:00 pm Central Standard Time, June 5, 2015. Mr. Dengler can be contacted at 309-794-5205. SUBMISSION DETAILS: All interested, responsive and responsible System for Award Management (SAM) Database registered businesses are encouraged to participate in this market research by emailing the required information below to the point of contact listed above. Interested businesses must be registered in the System for Award Management (SAM) Database at www.sam.gov. Email submissions are required. Please include the following information in your response: 1. Company name, address, and cage code 2. Capabilities Statement indicating the contractor can meet the requirements within specified scope. 3. A point of contact to include a phone number and email address. 4. Past Performance History of projects of similar scope (Federal Projects preferred).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA25/W912EK-15-X-0016/listing.html)
- Place of Performance
- Address: USACE District, Rock Island P.O. Box 2004, Clock Tower Building, Attn: CEMVR-CT Rock Island IL
- Zip Code: 61204-2004
- Zip Code: 61204-2004
- Record
- SN03729833-W 20150515/150513235008-318901c2a61b5030e94deffb67a5bb0f (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 |