Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2018 FBO #6039
SOURCES SOUGHT

Y -- Queens Creek Maintenance Dredging

Notice Date
6/4/2018
 
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-B-QUEENS
 
Archive Date
7/3/2018
 
Point of Contact
Jerry W. Clark-Juneau, , Danita Young,
 
E-Mail Address
Jerry.W.Clark-Juneau@usace.army.mil, danita.a.young@usace.army.mil
(Jerry.W.Clark-Juneau@usace.army.mil, danita.a.young@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 AVAILABLE AT THIS TIME. The Norfolk District, Corps of Engineers is seeking qualified, experienced firms capable of performing dredging of approximately 25,000 cubic yards of maintenance material from the Queens Creek Federal Navigation Project located in Mathews County, Virginia. The dredged material, primarily consisting of sand, will be dredged and hydraulically placed by pipeline on a nearby shoreline. A hydraulic cutter-head dredge and support equipment is intended to be used to accomplish this work. Maximum dredging contract pay depths will be to -8 feet. Placement of dredged material on the nearby shoreline will require sufficient horsepower to pump the dredged material through the pipeline length to the shoreline, which is approximately 3,000 feet. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $500,000.00 and $1,000,000.00. 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, specifically experience in hydraulic pipeline dredging, and 2) experience in shoreline and beach placement of dredge material in bay and coastal environments. 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. The Firm's response to this Synopsis shall be limited to five (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. Anticipated solicitation issuance date is 10 August 2018, and the anticipated estimated proposal due date will be on 21 September 2018. The construction period of performance will be approximately 80 calendar days from issuance of the Notice to Proceed (NTP). The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (FBO) www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Interested Firm's shall respond to this Sources Sought Synopsis no later than 18 June 2018. All interested firms must be registered in CCR to be eligible for award of Government contracts. E-mail your response to Mr. Jerry Clark-Juneau, Jerry.W.Clark-Juneau@usace.army.mil; Contracting Office Address: USACE District, Norfolk Place of Performance: USACE District, Norfolk Point of Contact: Mr. Jerry Clark-Juneau, Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-18-B-QUEENS/listing.html)
 
Place of Performance
Address: USACE District, Norfolk, Norfolk, Virginia, 23510, United States
Zip Code: 23510
 
Record
SN04943000-W 20180606/180604230904-75ad1587db12fe2d404684bda450dbca (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.