SOURCES SOUGHT
Z -- FY2017 MAINTENANCE DREDGING
- Notice Date
- 5/3/2017
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- N40085 NAVFAC Mid-Atlantic, PWD Yorktown Facilities Engineering, Acquisition Division DoN, Naval Facilities Engineering Command, Mid-Atlantic ROICC Peninsula, P.O. Drawer 160 Yorktown, VA
- ZIP Code
- 00000
- Solicitation Number
- N4008517R5508
- Response Due
- 5/8/2017
- Archive Date
- 6/7/2017
- Point of Contact
- Contact: Mrs. Luebertia S. Dailey
- E-Mail Address
-
7-4195
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE ONLY and NOT A REQUEST FOR PROPOSAL AS PROCURMENT DOCUMENTS (SOLICITATION, SPECIFICATIONS AND DRAWINGS) ARE NOT AVAILABLE AT THIS TIME. This Notice is to determine availability and business sources with the capability to satisfy requirement for FY17 Maintenance Dredging, Naval Weapons Station, Yorktown, Virginia. This NOTICE is a Market Research Tool to determine the method of acquisition issue for contract award. The work includes Bucket dredging of mud and silt in accordance with drawings and specifications along Pier R-3, Naval Weapons Station, Cheatham Annex, Williamsburg, Yorktown, Virginia and incidental related work. The Disposal Site is located off the coast of Virginia Beach, Virginia as indicated and in accordance with the contract documents. Total estimated cost for this contract is between $1,000,000 and $5,000,000. All Service-Disabled Veteran-Owned, certified HubZone, certified Woman-Owned, and other certified Small Businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry responses to notice, it will be determined whether a Set-Aside in lieu of Full and Open Competition is in best interest of the Government. Contractor Capability Packages shall include below: (I) Relevant Experience to include in performing efforts of similar value, size, and scope of this project within the last five (5) years including contract number, indication of whether your firm acted as prime o subcontractor, contract value, Government/agency point of contact and current telephone number, and a brief description of how the contract relates to the scopes of work as described herein. (II) Company Profile to include the following: 1.Number of employees 2.Office locations 3.Available bonding capacity per contract (must be able to bond to $5,000,000) 4.DUNS number 5.Cage Code 6.Small business designation/status claimed (Please submit your SBA certification letters with your response) (III) If you are proposing as 8(a) Mentor Protégé, please indicate the percentage and type of work to be performed by the Protégé. RESPONSES ARE DUE NLT MAY 8, 2017 at 2:00 PM (Eastern). LATE RESPONSES WILL NOT BE ACCEPTED. Submit packages via Regular or UPS mail to: NAVY FACILITIES ENGINEEERING COMMAND, MID-ATLANTIC Public Works Office, Acquisition Department Building16, Spring Road NAVAL WEAPONS STATION YORKTOWN YORKTOWN VIRGINIA 23691 Electronic submissions of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to email contact: luebertia.dailey@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470Y/N4008517R5508/listing.html)
- Record
- SN04494083-W 20170505/170503234558-1ac12bfffee7c3a49bbce60b4288554e (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 |