Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 27, 2017 FBO #5664
SOURCES SOUGHT

Y -- Ohio River Lease of Dredge and Plant - Ohio River and Tributaries

Notice Date
5/25/2017
 
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, Louisville, Attn: CELRL-CT, PO Box 59, Louisville, Kentucky, 40201-0059, United States
 
ZIP Code
40201-0059
 
Solicitation Number
W912QR-2017OhioDredge
 
Archive Date
6/21/2017
 
Point of Contact
Kelly B. Maxwell,
 
E-Mail Address
kelly.b.maxwell@usace.army.mil
(kelly.b.maxwell@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
A market survey is being conducted to determine if there are a reasonable number of interested small business concerns to set this future project aside for them. If your firm is a Small Business, certified HUBZone, 8A, Woman-Owned Small Business or Service Disabled Veteran Owned Business and you are interested in this project please respond appropriately. The proposed project is for a Single Award Task Order Contract (SATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) to furnish, transport, and operate one cutterhead pipeline dredge with attendant plant for Maintenance Dredging in support of Navigation of the Ohio River and its principal tributaries. Projects will be awarded by individual task orders. The maximum cumulative value of the contract is $21,000,000. Contract duration is estimated at 3 years (base plus two option years). The estimated cost range for each task order is between $1,000,000 and $5,000,000. NAICS code is 237990 (size standard: $36.5 million). All interested Small Businesses, certified HUBZONE, 8A, Woman-Owned Small Businesses or Service Disabled Veteran Owned Business contractors should respond to this survey by email 6 June 2017 by 10:00 AM Eastern Standard Time. Responses should include : 1. Identification and verification of the company's small business status. 2. Contractor's DUNs Number(s) and CAGE Code(s). 3. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. 4. Descriptions of Experience - Interested construction firms must provide no more than three (3) example projects with either greater than 95 percent completion or projects completed in the past five (5) years where the interested firm served as the prime contractor. Each project must include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages and quality of performance. Example projects must be of similar size and scope. a. Projects similar in scope to this project include: The Government is seeking qualified, experienced sources capable of performing construction services consisting of dredging and disposal of an estimated 1,200,000 cubic yards per year of sediment material from the federal navigation channels on the Ohio River (RM 0 - 981.0) and tributaries. The sediments consist of primarily medium to coarse grained sands with a d50 of 0.03 inch. Dredging will occur in depths up to 33 feet (10 meters) below the water surface and in currents up to 5 knots. The dredge shall meet the following criteria: Maximum draft of 7.5 ft; Minimum 20 inches inside diameter pump discharge; Minimum of 1700 horsepower on the main pump shaft; minimum 300 horsepower on the cutterhead shaft which produces a minimum output through a pontoon pipeline of 200 feet to 3200 feet in length and a lift up to 16.5 feet as indicated in the table below; Dredge up to and including 24 inch inside diameter pump discharge, which meet the minimum requirements listed in the following table, will be considered. Minimum dredge outputs are based upon bid production conditions and do not consider bank height and dredge efficiency reduction factors. The dredge shall be capable of dredging efficiently a 200 foot to 360 foot wide cut to a depth of 33 feet. While making a 300 foot wide cut, the dredge shall be of sufficient length that the swing angle to either side of the centerline of the cut shall not exceed 55 degrees. The dredge shall have a hauling engine with minimum cable speed of 70 ft/min in currents up to 5 knots; at least two spare interchangeable pump impellers and cutterheads. Size of Dredge pump Discharge Inside Diameter Minimum Continuous Power Connected Dredge Pump Minimum Continuous Power Connected Cuttershaft Minimum Dredge Output 20 in (508 mm) 1700 hp (1268 kW) 300 hp (224 kW) 1084 CY/hr 22 in (559 mm) 1800 hp (1342 kW) 330 hp (246 kW) 1172 CY/hr 24 in (610 mm) 1800 hp (1342 kW) 360 hp (268 kW) 1229 CY/hr The contractor shall be required to supply but not be limited to, the following equipment, fleet, and personnel in association with contract dredging contained herein, spill barge, fuel flats, auxiliary floating discharge pipe, derricks, anchor "skidder Barges, work flats, 3200 ft of pontoon mounted or floating discharge pipeline, dredge tender vessels equipped with hydraulic cranes, inspection/survey vessel with associated survey equipment, computer(s) loaded with hydrographic database and dredging software, Global Positioning System, Gyrocompass, Communications, landline disposal pipe, land pipe placing equipment, baffle plate, lighting, shallow draft pipeline equipment, supervisory and crew personnel for efficient operation, tankerman, etc., and any other required equipment necessary to efficiently dredge, dispose and verify sediment removal of sediments from the navigation channel as specified. All vessels and equipment must be certified by the U.S. Coast Guard. b. Projects similar in size to this project include: Dredging and disposal of an estimated 1,200,000 cubic yards per year of sediment material from the federal navigation channels. c. Projects similar in dollar value to this project include: $4-7 million per year. d. Based on the information above, for each project submitted, include: 1. Current percentage of construction complete and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the construction contract and whether it was design-bid build or design-build. 5. The percentage of work that was self-performed as project and/or construction management services or physical construction type work. 6. Identify the number of subcontractors by construction trade utilized for each project. 5. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Include the percentage of work that will be self performed on this project, and how it will be accomplished. NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed. Email responses to Kelly Maxwell at Kelly.B.Maxwell@usace.army.mil. If you have questions please contact Kelly Maxwell at Kelly.B.Maxwell@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-2017OhioDredge/listing.html)
 
Place of Performance
Address: Ohio River and Tributaries, Kentucky, United States
 
Record
SN04522906-W 20170527/170526001306-3f04b16d51aa29c78d0dfaf917c539ac (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.