Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 07, 2018 FBO #6162
SOURCES SOUGHT

Y -- Intracoastal Waterway Broward Reach 1

Notice Date
10/5/2018
 
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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP19Z0004
 
Point of Contact
Claurice M. Dingle, Phone: 904-232-1387
 
E-Mail Address
claurice.m.dingle@usace.army.mil
(claurice.m.dingle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS W912EP19Z0004 Intracoastal Waterway Broward Reach 1 The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Intracoastal Waterway Broward Reach 1 Project. The proposed project will be a Firm Fixed Price (FFP) contract. The type of solicitation to be issued is anticipated to be Invitation for Bid (IFB). No reimbursement will be made for any costs associated with providing information in response to this sources sought synopsis or any follow-up information requested. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, namely the Small Business Community (Section 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned (WOSB) and Historically Underutilized (HUBZone) concerns). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description of the Project The work include dredging of the IWW within Broward Reach 1 and a small shoal located in front of DMMA MSA641A in Palm Beach Reach IV. O&M dredging will be performed with a mechanical dredge due to the non-uniformity of the shoals. There is not one consistent shoal as we see in some of our more active shoaling areas. Material dredged will then be placed in scows and transported up the IWW approximately 15 miles and placed into the existing DMMA MSA641a. Approximately 50k cy of material will be dredged. The Estimated Magnitude of construction is between $1,000,000.00 and $3,000,000.00. The estimated period of performance is 120 Calendar days from the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $27.5 million and to be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Firm's responses 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, website, and email address. 2. Firm's interest in bidding on the solicitation as an invitation for bid (IFB) when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity to include type, size, ownership of equipment to be utilized for dredging and equipment to be utilized for pumping into DMMA. Additionally, also include firm's capability to execute comparable work performed within the past (10) years). Firms should provide at least 3 examples which include, at a minimum, the following information: a. Brief description of the project b. Customer name c. Timeliness of performance d. Customer satisfaction e. Dollar value of the project 4. Firm's Business category and Business Size - Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company NOTE: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 05 November 2018 by 2:00 PM Local Time. All responses under this Sources Sought Notice must be emailed to claurice.m.dingle@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP19Z0004/listing.html)
 
Place of Performance
Address: Intracoastal Waterway Broward Reach 1, Broward County, Florida, United States
 
Record
SN05117160-W 20181007/181005230405-746936feb2ee87a0411b82e66c332d79 (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.