SOURCES SOUGHT
Z -- Maintenance Dredging of Twitch Cove and Big Thorofare at Smith Island, Somerset County, Maryland
- Notice Date
- 7/8/2016
- 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-16-B-0020
- Point of Contact
- Carrie Vien, Phone: 410-962-0174
- E-Mail Address
-
carrie.vien@usace.army.mil
(carrie.vien@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Notice: Maintenance Dredging of Twitch Cove and Big Thorofare at Smith Island, Somerset County, Maryland NAICS CODE: 237990 SIZE STANDARD: $27,500,000 Footnote 2: NAICS code 237990 Other Heavy and Civil Engineering Construction - Dredging: To be considered a small business 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. THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This is a Sources Sought Notice. It is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential contract for Maintenance Dredging of the dredging projects listed below. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION(S) ARE CURRENTLY AVAILABLE. This Sources Sought is not to be construed as a commitment by the Government, nor will the Government pay for any information solicited or delivered. The proposed work consists of dredging both Federal channels, which are authorized to 7 feet deep and 60 feet wide. Material will be removed to a depth of 7 feet mean lower low water (MLLW), plus up to two foot of allowable overdepth. Approximately 80,000 cubic yards (CY) of material consisting primarily of mud, silt, sand, shell, gravel, and combinations thereof are to be hydraulically dredged. The majority of the dredged material will be beneficially used to restore dune and wetland habitat on Swan Island, which is part of the Martin National Wildlife Refuge at Smith Island. The material on Swan Island will be contained and planted for stabilization. A portion of the dredged material will also be used to reinforce the south jetty (located 0.85 miles west of Ewell) where it ties into land and restore the adjacent shoreline. The magnitude of construction is between $500,000.00 and $1,000,000.00. Additionally, the following information was included in the 2015 sources sought notice for the subject project. Potential candidates under this sources sought exercise 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 dredging and manage the placement of the dredged material. This should include hydraulic dredging and earth-moving equipment as well as a global positioning system (GPS). 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. Qualified Small Businesses additionally submit 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 (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Contractors must be registered in Systems for Award Management (SAM) and Online Representations and Certifications Application (ORCA) 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 two (2) examples of projects similar to the requirements described above within the past 5 years. Include the point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business General Contractor. 6. Email responses are required. Contractors, please ensure that all items listed above are provided in your capability statement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-16-B-0020/listing.html)
- Place of Performance
- Address: Twitch Cove & Big Thorofare Maintenance Dredging Somerset County, MD, Smith Island, Maryland, 21824, United States
- Zip Code: 21824
- Zip Code: 21824
- Record
- SN04176842-W 20160710/160708235134-1c71a75a5a273d27bd7db5530bd654bd (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 |