Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
MODIFICATION

V -- OFF ISLAND DISPOSAL OF VEGETATIVE DEBRIS FROM ST. THOMAS, U.S. VIRGIN ISLANDS

Notice Date
7/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM18TSTTTT
 
Point of Contact
Rosalind Shoemaker, Phone: 9102514436, Chase Willson, Phone: (502) 315-3819
 
E-Mail Address
rosalind.m.shoemaker@usace.army.mil, Chase.T.Willson@usace.army.mil
(rosalind.m.shoemaker@usace.army.mil, Chase.T.Willson@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE FOR OFF ISLAND DISPOSAL OF VEGETATIVE DEBRIS FROM ST. THOMAS, U.S. VIRGIN ISLANDS This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to provide off island disposal of vegetative debris resulting from the 2017 hurricanes Irma and Maria from St. Thomas in the United States Virgin Islands (USVI), and legally disposed at a facility in either the Continental United States (CONUS) or Outside the Continental United States (OCONUS). If your company is residing or doing business primarily in the areas affected by Hurricane Maria and Hurricane Irma to include Puerto Rico or the Virgin Islands, please provide proof of such residence in your response. The geographic areas of Puerto Rico and the Virgin Islands are being considered IAW (42 U.S.C.5121, et seq.) and 42 U.S.C. 5150 and the Robert T. Stafford Disaster Relief and Emergency Assistance Act. The Contractor shall provide off island disposal of aprproximately 37,000 cubic yards of vegetative debris resulting from the 2017 hurricanes Irma and Maria from St. Thomas in the United States Virgin Islands (USVI), and legally disposed at a facility in either the Continental United States (CONUS) or Outside the Continental United States (OCONUS). The Contractor shall provide all labor, equipment, materials, supplies, and services necessary to transport the vegetative debris from existing debris management sites located on the island of St Thomas to a deep water port, loading of the vegetative debris on/in the Contractor specified shipment method, transport the debris to an off island disposal facility and dispose of the debris off island. Open water disposal of any kind (around the waters of the Virgin Islands, national waters or in any international waters) will not be allowed. The Contractor may use any standard shipping method which complies with local, territorial, state, Federal, and/or International laws and regulations. The Contractor shall be responsible for identification of the CONUS or OCONUS disposal location and for all required coordination, negotiation, permitting, and approvals for the Contractor's selected disposal location. The Contractor shall be responsible for any necessary final treatment of the debris which may include fumigation and/or separation of fine material. The Contractor shall be solely responsible for all negotiations, coordination, permitting and approval from the entity accepting the debris and all regulatory authorities at the accepting port of entry. These authorities include, but are not limited to, the border and customs authorities of the USVI and the receiving Nation, Department of Agriculture or equivalent, Plant and Pest Control agencies or equivalent, and landfill or biomass business authorities or their equivalent. Government Market Research has shown interest in the Dominican Republic for accepting the debris but that is not a requirement. All interested firms with 48311 as an approved NAICs code have until 23 July 2018 at 4:00 p.m. to submit the information below. Responses should include: 1. Firm's capability to perform, to include geographic span and project size. If your company is residing or doing business primarily in the areas affected by Hurricane Maria and Hurricane Irma to include Puerto Rico or the Virgin Islands, please provide proof of such residence in your response. The Government may not give credit to your local residence if proof of residence is not included or documented. 2. Identification and verification of the company's small business status, to include designation as HUBZone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. 3. Contractor's Unique Identifier Number and CAGE Code(s) and DUNS Number. 4. Bonding Capability, both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. 5. Descriptions of Experience - Interested 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: International ocean shipping of bulk materials. b. Projects similar in size to this project include: International ocean shipping of 30,000 or more cubic yards of bulk materials. c. Based on the information above, for each project submitted, include: 1. Current percentage completed 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 contract. 5. The percentage of work that was self-performed. 6. Identify the number of subcontractors by trade utilized for each project. 6. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting; small business contractors must perform at least 50% percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 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 20 pages. Please only include a narrative of the requested information; additional information will not be reviewed. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ros Shoemaker and Chase Willson E-mail: rosalind.m.shoemaker@usace.army.mil and Chase.T.Willson@usace.army.mil The email should be titled: Off Island Disposal of Vegetative Debris from St. Thomas, U.S. Virgin Islands, Sources Sought Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/172cea2f40413b1c30e37a85f47d679a)
 
Record
SN04998059-W 20180720/180718231437-172cea2f40413b1c30e37a85f47d679a (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  © 1994-2020, Loren Data Corp.