Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOURCES SOUGHT

Z -- Maintenance Dredging, 12-Foot Project, Cuts 1A, 3A, 1S, 3N, 4N, 5N and 6N, Ponce de Leon Inlet, Volusia County, Florida and Maintenance Dredging and Advance Maintenance Dredging, Intracoastal Waterway, Jacksonville to Miami, Florida, 12-Foot Project, Cut-

Notice Date
4/26/2017
 
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-0015
 
Archive Date
6/10/2017
 
Point of Contact
Tonya M. Rogers, Phone: 9042321084, Timohty G. Humphrey, Phone: 9042321072
 
E-Mail Address
tonya.m.rogers@usace.army.mil, Timothy.G.Humphrey@usace.army.mil
(tonya.m.rogers@usace.army.mil, Timothy.G.Humphrey@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 August 29, 2017. No reimbursement will be made for any costs associated with providing information in response to this sources sought 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 Ponce de Leon Inlet, Volusia County, Florida, Cuts 1A, 3A, 1S, 3N, 4N, 5N and 6N consists of routine maintenance dredging of approximately 184,000 cubic yards of sediment to a required depth of 12 feet MLLW plus 2 feet allowable over depth. The project work in Intracoastal Waterway, Jacksonville to Miami, Vicinity of Volusia County, Florida consists of routine maintenance dredging of approximately 190,000 cubic yards of material from Cut V-24 through Cut V-31, 55,000 cubic yards of material from Cut V-32 through Cut V-33, 85,000 cubic yards of material from Cut V-22 through Cut V-23 to a required depth of 12 feet MLLW plus 2 feet allowable over depth. All dredged material will be placed in the nearshore of New Smyrna Beach between FDEP DNR monuments R-158 to R-161 from contour -8 to -10 MLLW using underground permanent steel pipeline sleeves to be installed along Sapphire Road in New Smyrna Beach, Florida. Work also includes turbidity monitoring. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. The estimated period of performance is 195 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 address: a. Customer name b. Capability to execute dredging projects to include the dredge plant and other supporting equipment, comparable scope, complexity and magnitude as the Ponce de Leon Inlet, Volusia County Maintenance Dredging Project. c. Timeliness of performance (period of performance and was the project completed on time). d. Dollar value of projects completed within the past 3-5 years (provide at least two (2) examples). 3. Company shall identify their Small Business classification and Small Business Size check all that are applicable: _ 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. 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 26 May 2017 via email at Tonya.m.Rogers@usace.army.mil. 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 15 Aug 2017, while we anticipated the issuance of the Solicitation on or about 29 Aug 2017. Please Note: Prior Government contract work is not required for submitting a response under tis 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-0015/listing.html)
 
Record
SN04487323-W 20170428/170427000332-6e2bfb8fdd066635a29c06bf304f109f (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.