SOURCES SOUGHT
Z -- U.S. NAVY SUBMARINE BASE, KINGS BAY, CAMDEN COUNTY, GEORGIA (44, 45 AND 47 FOOT PROJECT) & MARINE CORPS SUPPORT FACILITY – BLOUNT ISLAND, DUVAL COUNTY, FLORIDA (38-FOOT PROJECT)
- Notice Date
- 10/21/2016
- 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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-17-Z-0001
- Archive Date
- 11/23/2016
- Point of Contact
- Timohty G. Humphrey, Phone: 9042321072, Ilene J. Crapps, Phone: 9042321064
- E-Mail Address
-
Timothy.G.Humphrey@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a SOURCES SOUGHT SYNOPSIS. This announcement seeks information from industry and will ONLY be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The Jacksonville District of the U.S. Army Corps of Engineers has been tasked to solicit the interest of prospective offeror(s) for a potential fiscal year (FY) 2017 award of the aforementioned project. The purpose of this synopsis is to gauge interest, capabilities and qualifications of members of the Dredging Community, to include Small Businesses as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation For Bid (IFB) on or about November 18, 2016. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. The Jacksonville District of the US Army Corps of Engineers is contemplating a project that consists of dredging services for U.S. Navy Submarine Base Kings Bay and the U.S. Marine Corps Support Facility Blount Island through the issuance of an Invitation for Bid (IFB). This requirement is divided into a Base and nine options as indicated below. For the base and the nine dredging options, this contract incorporates two feet of allowable overdepth throughout. Work also includes endangered species monitoring, turbidity and disposal monitoring for Marine Corps Terminal (MCT), and standby time. Base work consists of maintenance dredging from Kings Bay Inner Channel (KBIC) Station 31+800 to Station 48+175 with 44-foot, 45-foot and 47-foot required depths, Site Six North with 39-foot required depth, Magnetic Silencing Facility (MSF) North with 44-foot required depth, and the Explosive Handling Basin with 44-foot and 47-foot required depth. The placement of KBIC dredged material will be at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2), as shown on the plans and as directed by the Contracting Officer. Additional KBIC Base work also includes bird monitoring and standby time. Option A consists of maintenance dredging of KBIC Site Six Operating Area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area to a 45-foot required depth with disposal at Disposal Area 1 (D/A-1) as directed by the Contracting Officer. Option A work also includes Bird Monitoring. Option B consists of maintenance dredging at KBIC Explosive Handling Wharves (EHW) to a 47-foot required depth with disposal at Disposal Area 1 (D/A-1) as directed by the Contracting Officer. Option B work also includes Bird Monitoring. Option C consists of maintenance dredging of the KBIC Refit Wharves to a 47-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option C work also includes Bird Monitoring. Option D consists of maintenance dredging of the Port Operations Small Boat Basin to a 24-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option D work also includes Bird Monitoring. Option E consists of maintenance dredging the KBIC Port Security Barrier Mooring Area to a 12-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option E work also includes Bird Monitoring. Option F consists of maintenance dredging of the Dry Dock Caisson Gate Sill & Mooring Area to a 46-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option F work also includes Bird Monitoring. Option G consists of secondary maintenance dredging at KBIC. Those areas include KBIC Site Six Operating Area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area to a 45-foot required depth (disposal at (D/A-1), KBIC Explosive Handling Wharves (EHW) to a 47-foot required depth (disposal at D/A-1), KBIC Refit Wharves to a 47-foot required depth (disposal at D/A-2) and the Dry Dock Caisson Gate Sill & Mooring Area to a 46-foot required depth (disposal at D/A-2) as directed by the Contracting Officer. Option G work also includes Bird Monitoring and Standby time. Option H consists of supplying an additional twenty (20) field cut weir riser boards as requested by the Contracting Officer. Option J consist of maintenance dredging at MCT from Station 00+00 to Station 56+09.1 with 38-foot required depth. The placement of MCT dredged material will be Dayson Island Dredge Material Placement Facility (D/A-D) as shown on the plans. Additional MCT work also includes bird monitoring, turbidity and disposal monitoring, and standby time. Contractors shall adhere to all Security Requirements for U.S. Navy Submarine Base Kings Bay and the U.S. Marine Corps Support Facility Blount Island Kings Bay once the contract has been awarded. NOTE: Security timeframes 15 days to achieve security clearance to dredge up to the Restricted Waterfront Area 60 days to achieve clearance to dredge in the Restricted Waterfront Area If clearance is not obtained, contractor will not be allowed in these areas to work. Security information will be provided as a part of the Solicitation Comply with all Blount Island Command security instructions and directives. The estimated period of performance is 236 Calendar Days. Responses to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Company name, address, point of contact, phone number and e-mail address 2. Provide a brief description of the project to include: a. Capability to execute dredging projects of comparable scope, complexity and magnitude b. Customer name c. Timeliness of performance d. Dollar value of projects completed within the past 3-5 years (provide at least 3 examples. 3. Company shall identify their their Small Business classification and Small Business Size: _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUB Zone _ SDVOSB _ WOSB 4. Joint Venture information if applicable 5. A letter of current bonding capacity ($5,000,000.00 or higher) from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. 6. Indicate whether you have ever obtained Security Access before for KBIC or MCT? ___Yes ___No NOTE: DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. Responses to this Sources Sought Synopsis must be received no later than 2:00 pm, EST on 08 November 2016 and shall be sent to Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil; or sent via mail to the attention of Timothy Humphrey: 701 San Marco Blvd., Jacksonville, FL 32207. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $27.5 million. The anticipated magnitude of construction is $5,000,000 - $10,000,000.00. NOTE: To be considered small for the purposes of this Government procurement, a firm must perform/dredge, with its own equipment or equipment owned by another Small Business concern, at least 40 percent of the volume dredged. In addition, per FAR 52.219-14, Limitations on Subcontracting, the prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The official Synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov on or about November 18, 2016, while we anticipated the issuance of the solicitation on or about December 9, 2016. Please Note: Prior Government contract work is not required for submitting a response under this sources sought synopsis. All interested firms must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. For additional information visit the website for the Federal Service Desk (FSD.gov) which supports SAMS or contact them at 866-606-8220 for assistance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-17-Z-0001/listing.html)
- Place of Performance
- Address: CAMDEN COUNTY, GEORGIA and DUVAL COUNTY, FLORIDA, St. Marys, Georgia, 31558, United States
- Zip Code: 31558
- Zip Code: 31558
- Record
- SN04310035-W 20161023/161021233815-681aea969ce42247195716d8b7a6f604 (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 |