Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
SOURCES SOUGHT

Z -- Sacramento and Stockton Deep Water Ship Channel Maintenance Dredging Project, San Joaquin, Yolo, and Sacramento Counties, CA.

Notice Date
9/1/2017
 
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, San Francisco, ATTN: CECT-SPN, 1455 MARKET ST., 17TH FL, San Francisco, California, 94103-1398, United States
 
ZIP Code
94103-1398
 
Solicitation Number
W912P7-18-S-0001
 
Point of Contact
James E Garror, Phone: 415/ 503-6988, Roberto L. Escobedo, Phone: 4155036949
 
E-Mail Address
James.E.Garror@usace.army.mil, Roberto.l.Escobedo@usace.army.mil
(James.E.Garror@usace.army.mil, Roberto.l.Escobedo@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Dredging Services. The Federal Supply Code (FSC) will be Z1KF. The Standard Industrial Code (SIC) used is Z299. The size standard for small business is $27,500,000.00. Interested parties sought for a maintenance dredging project located in San Joaquin, Yolo, and Sacramento Counties, CA. Project will be solicited as an Invitation for Bid (IFB) for a 3-year Single Award Task Order Contract (SATOC) to include dredging in the Sacramento and Stockton Deep Water Ship Channels (DWSC). Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information as well as information on the available Government-furnished disposal sites. NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME. Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: James.E.Garror@usace.army.mil, Roberto.L.Escobedo@usace.army.mil All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest. Project Description: The work consists of maintenance dredging to achieve project depth in specific areas of the federal navigation channels of the Sacramento and San Joaquin Rivers. The project depth for the Sacramento DWSC -30-ft and 1-ft of paid overdepth contains approximately 100,000 cubic yards of dredged material to be excavated from the Sacramento DWSC. The dredged material is suitable for upland disposal at the various Government-furnished upland sites that are adjacent to the Sacramento DWSC. The project depth for the Stockton DWSC -35-ft and 1-ft of paid overdepth, and -40-ft with no overdepth for the sediment trap located near the Port of Stockton, contains approximately 200,000 cubic yards of dredged material to be excavated from the Stockton DWSC. The dredged material is suitable for upland disposal at the various Government-furnished upland site that are adjacent to the Stockton DWSC. Bidders may submit bids for dredging and placement of material at various Government-furnished disposal sites based on various pumping distances and depth of material. Acceptance will be based on achieving project depth in 100 percent of the specified dredge area footprints within the contract period of performance. The estimated price range for this project is $20,000,000 - $30,000,000. Anticipated solicitation issuance date is on or about March 17, 2018 and the estimated Bid Open date is on or about April 15, 2018. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued. CAPABILITIES AND QUALIFICATIONS: a. Qualified personnel are required with recent knowledge and experience in: 1. Interested parties must have the capability to dredge, including appropriately sized dredge plant and support equipment in order to complete all work within the contract period of performance identified in the contract solicitation. Hopper dredging and mechanical clamshell dredging is prohibited for this project. Interested parties must have the capability and equipment necessary for dredging and disposal of material at the various disposal sites adjacent to the Sacramento and Stockton DWSCs within the specified environmental work windows. Interested parties are required to submit proof of ownership, or access to, a minimum 18-inch diameter pipeline dredge plant, as part of the response to this Market Research. All proposed equipment must be identified as well as the current location of the dredge plant as part of the response to this Market Research. 2. Contract work will be executed within the environmental work window, which begins July 1 and ends October 31 for the Sacramento DWSC, and from August 1 to 30 November for the Stockton DWSC in any year. Interested parties may submit bid proposals for disposal of dredged material at the various permitted Government-furnished disposal sites provided the contract work can be completed within the specified period of performance. 3. Offeror's type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). 4. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute dredging and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages. RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. Your response is limited to 10 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P7-18-S-0001: Sources Sought market research for "Maintenance Dredging." All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 5:00 PM Pacific Time on 6 October, 2017. Submit response and information to: James.E.Garror@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St., Suite 1741B, San Francisco, CA 94103-1398. _____________________________________________________________________________________________ Contracting Office Address: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 Place of Performance: USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US Point of Contact(s): James E. Garror, 415-503-6988 James.E.Garror@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/W912P7-18-S-0001/listing.html)
 
Record
SN04659078-W 20170903/170901231758-a670c5f9c4d386ec1ca156c5c171c283 (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.