Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2019 FBO #6511
SOURCES SOUGHT

Y -- Upland Sand Mine Supply Services

Notice Date
9/21/2019
 
Notice Type
Sources Sought
 
NAICS
212321 — Construction Sand and Gravel Mining
 
Contracting Office
Department of the Army, US Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP19Z0061
 
Point of Contact
Timothy G. Humphrey, Phone: 9042321072, Brian J. Kilpatrick, Phone: 9042321792
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, brian.kilpatrick@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, brian.kilpatrick@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) for Upland Sand Mine Supply Services The U.S. Army Corps of Engineers (USACE) is seeking capability statements from all interested parties for the purposes of providing truck- hauled, rail- hauled, or barged beach sand for purposes of large scale beach renourishment construction efforts in Broward and Miami-Dade Counties. The purpose of this Request for Information (RFI) is to obtain viable options for operational mines capable of providing upland quarried beach quality sand to federal shore protection projects in the Miami-Dade and Broward Counties areas. The vendor will be solely responsible for providing all labor, equipment and supplies and for production of beach quality sand at their facility. The upland mine requirements include, but are not limited to, the following criteria: 1. GRAIN SIZE Interested vendors must provide information (laboratory test results etc) related to their facilities tested sediment grain size distribution. In general, the mine needs to be able to produce a range of roughly 0.25-0.65 mm. Sand may be processed but not manufactured. The sand mine needs to be able to reduce the % fines to less than 2%. The material needs to be comprised of either quartz or carbonate. Gravel-sized material will be regulated and will probably be limited to 5% or less. Interested vendors shall provide information regarding their facilities tested range of sand Munsell colors. 2. OPERATIONAL CAPACITY Interested vendors must provide average production rates to demonstrate ability to supply to large scale beach nourishment jobs (for example 300kcy in 250 days). Interested vendors must submit information documenting their facility is capable of filling 150 to 350 trucks per day for delivery to beach nourishment projects. Interested vendors must submit information related to facility stockpiling, washing procedures, and overall staging of sorted material. 3. PERMITTING REQUIREMENTS Interested vendors shall provide any and all Department of Army permits and Florida Department of Environmental Protection (FDEP) permits, if acquired. If not acquired, provide estimate timeframes for acquisition and any active permit numbers associated with the action. USACE anticipates developing and issuing a National Environmental Policy Act (NEPA) document that includes all potential viable upland mine sources for future renourishment needs in Miami-Dade and Broward Counties. Interested Vendors This document is a Request for Information (RFI) for planning purposes only and for the development of NEPA documents and is to allow industry the opportunity to submit responses describing their relevant capabilities for providing upland beach quality sand. While it is not USACE's intent to publicly disclose any proprietary information obtained from this Request, respondents should make best efforts to limit the inclusion of proprietary information in its response. Information expressly identified or marked by a respondent as "Proprietary or Confidential" will be kept confidential to the full extent possible pursuant to the Trade Secrets Act (18 U.S.C. § 1905), Freedom of Information Act (5 U.S.C 552 et seq.) and other applicable federal laws and regulations. It is emphasized that this Request is NOT to be construed as a commitment by the Government to enter into a contractual or other form of agreement, nor will the Government pay for information solicited. No solicitation exists; therefore, do not request a copy of the solicitation. Interested offerors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform the above functions. Interested parties should include, but not limited to, a capability statement; information about current or previous similar work, and if it was conducted on a government project, and any potential concerns or risks that you have encountered. All responses shall include Company Name, Company POC(s), phone number(s), and email address. This information shall be included for any potential partners. All responses shall be submitted to Timothy Humphrey via email at Timothy.G.Humphrey@usace.army.mil, no later than 4:00 PM EST on Friday, October 18, 2019. Oral communications are not acceptable in response to this RFI. Please reference the USACE Upland Sand Mine Services in your subject line when submitting your response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP19Z0061/listing.html)
 
Place of Performance
Address: Miami, Florida, United States
 
Record
SN05454005-W 20190923/190921230042-d53d44dadd7214aa314777243ddb4e7a (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.