SOURCES SOUGHT
Y -- Langley/ Back River Dredging
- Notice Date
- 11/17/2017
- 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, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-18-R-0012
- Point of Contact
- Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
- E-Mail Address
-
Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, NOR SPECIFICATIONS, NOR DRAWINGS AVAILABLE AT THIS TIME. The purpose of this Sources Sought Notice is to identify qualified and experienced large and small businesses that are interested in and capable of performing the work described herein. This notice is posted as a market research tool only. The Government will utilize this information in determining an acquisition strategy. If you are a small business, please state all of the socioeconomic categories in which your company belongs: 8(a), HUBZone, Service Disabled Veteran Owned Small Business, Woman Owned, and small businesses less than 500 employees. This Sources Sought Notice is for firms with a North American Industry Classification System (NAICS) Code 237990 - Other Heavy and Civil Engineering Construction. The US Army Corps of Engineers, Norfolk District is seeking qualified and experienced firms capable of dredging the Langley/Back River Channel in Hampton Roads, Virginia. The majority of this fixed price contract includes maintenance dredging of the channel from the new Langley Air Force Base (AFB) Fuel Pier at the west end of the channel to the east end of the river at the entrance of the Chesapeake Bay for a distance of approximately 193,000 lineal feet with an average width of 100 feet. The contract also includes both maintenance and new dredging in the Langley (AFB) fuel pier area. This work shall be performed by a mechanical dredge with delivery by barge or scow. The dredged material shall be deposited at a specified location within the Norfolk Ocean Disposal Site (NODS) in the Chesapeake Bay which is approximately 35 miles from the bay end of the channel. The barging in the Bay is considered as travel in an ocean environment. The Contractor shall dredge to a required depth of 12 feet MLLW. Two (2) feet of over-depth dredging will be allowed. A total of approximately 165,000 cubic yards of new and maintenance dredging pay volume is available for removal. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $1,000,000.00 and $5,000,000.00. NAICS Code 237990 applies. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. In addition to the examining criteria detailed in FAR 9.104-1 - Contractor Qualifications: General Standards, the Contracting Officer will also examine whether the low bidder can meet the requirements of two Definitive Responsibility Criteria regarding: 1) experience in shallow draft dredging with barge or scow delivery; and 2) experience in the use of barges or scows in an ocean environment. Bidders can use one or more projects per work component to demonstrate past experience. If a subcontractor will be used to complete the work, the subcontractor must demonstrate his experience in that work component. We are requesting that all interested and qualified businesses respond to this Sources Sought Notice with information which shall include, at a minimum: (1) Identification and verification of the company's large or small business status, (2) governmental CAGE Code and DUNS number, if applicable, 3) The level of performance and payment bonding capacity that the company could attain for the proposed project. (4) Descriptions of Experience - Provide descriptions of your firm's past experience on projects similar in scope as outlined above to projects completed within the last five years which are similar to this project in size, scope, and dollar value. Provide documentation demonstrating construction experience for projects of similar type construction involving management of multiple subcontractors. The Firm's response to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's level of interest in bidding on this solicitation when it is issued. 3. Firm's capacity to perform a contract of this magnitude and complexity 4. Provide examples of your capability to successfully execute this form of construction by detailing comparable work performed with brief descriptions of a minimum of three similar previous projects performed within the last 5 years (customer name, timeliness of performance, type of work, and dollar value of the project) including specify percentage and type of work that was self-performed. 5. Firm's status as either a small or large business. If the firm has a Small Business identification, please specify which: Small Business (SB), Small Disadvantaged Business (SDB), 8(a) Business Development Program, HUBZone Program, Service Disabled Veteran Owned Small Business (SDVOSB), or Woman Owned Small Business (WOSB). 6. Firm's Existing Joint Ventures including Mentor/Protégé and teaming arrangement information. 7. Firm's governmental CAGE code and DUNS number, if applicable. 8. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) 9. A statement of the portion of this contract's work that will be self-performed and how it will be accomplished. Please only include a narrative of the requested information. Additional information will not be reviewed. The construction period of performance is approximately 120 days. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov which will invite firms to register electronically to receive a copy of the solicitation when it is issued. This Sources Sought Notice should not be construed in any manner to be an obligation of the U.S. Corps of Engineers, Norfolk District to issue a contract, or result in any claim for reimbursement of costs for any effort you expend responding to this request. No solicitation is currently available. Interested Firm's shall respond to this Sources Sought Notice no later than noon on 11 December 2017. All interested firms must be registered in government's SAM website to be eligible for awards of Government contracts. E-mail your response to Stormie.B.Wicks@usace.army.mil cc'd Eartha.D.Garrett@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-R-0012/listing.html)
- Place of Performance
- Address: Langley/Back River Federal Navigation Project, Hampton Roads, VA, United States
- Record
- SN04744234-W 20171119/171117231228-24e053f36ae15bdeec0e4661c4c63558 (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 |