Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 30, 2021 SAM #7151
SOURCES SOUGHT

Z -- FY21-22 Baltimore Harbor and Channels Maintenance Dredging

Notice Date
6/28/2021 7:33:33 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
 
ZIP Code
21201-2526
 
Solicitation Number
W912DR21B0020
 
Response Due
8/30/2021 8:00:00 AM
 
Archive Date
10/15/2021
 
Point of Contact
McKenna Heath, Phone: 4109626147, Gary Faykes, Phone: 4109620192
 
E-Mail Address
mckenna.n.heath@usace.army.mil, gary.faykes@usace.army.mil
(mckenna.n.heath@usace.army.mil, gary.faykes@usace.army.mil)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY.� THIS IS NOT A REQUEST FOR PROPOSAL.� THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.� The U.S. Army Corps of Engineers (USACE), Baltimore District (NAB) requests capability statements from qualified industry partners. USACE NAB has been tasked to solicit and award a firm-fixed-price construction contract for FY21-22 Baltimore Harbor and Channels Maintenance Dredging. No reimbursement will be made for any costs associated with providing information in response to this request or any follow-up information requests; all costs associated with responding to this Notice will be solely at the responding party's expense. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions.� The NAICS code for this acquisition is 237990 - Other Heavy and Civil Engineering Construction, with a size standard of $30,000,000.00.� The magnitude of construction is between $10,000,000.00 and $25,000,000.00. 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.�� By way of this Market Survey/Sources Sought Notice, W912DR21B0020, USACE NAB intends to determine the extent of capable firms that are engaged in providing the services described hereunder.� Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issuance of an RFP; nor does it commit the Government to contract for any supply or service. Further, USACE NAB will not accept unsolicited proposals. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this Notice are not offers and cannot be accepted by the U.S. Government to form a binding contract.� It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. PROJECT DESCRIPTION: The project consists of maintenance dredging approximately 1,500,000 cubic yards (cy) from the deep-draft federal navigation channels serving the Port of Baltimore.� The work is to be performed between November 2021 through March 2022.� The dredging depth is planned for 51 feet mean lower low water (MLLW) with an additional 1 to 2 feet of allowable overdepth for three channel reaches including: Fort McHenry, Craighill Entrance, and Cutoff Angle Channels.� The channels vary in width from 700 to 1,740 feet.� The material dredged from the Fort McHenry Channel (approx. 525,000 cy) will be placed in the Masonville Dredged Material Containment Facility.� The material dredged from the Craighill Entrance and Cutoff Angle channels (totaling approx. 945,000 cy) will be placed at the Paul S. Sarbanes Ecosystems Restoration Project at Poplar Island.� The work will include an optional item for dragging of an approximate 2,000,000 square foot area of the Northwest Branch East Channel, which is authorized to a depth of 49 feet MLLW.� A large portion of the work may be performed during the winter months when weather conditions are most severe and will be accomplished in a heavy commercial waterway supporting the Port of Baltimore. The equipment required for this work commonly consists of two 30 plus cubic yard clamshell dredges, one 24-30 inch hydraulic unloader, six to eight large tugs, six to eight 2,500 � 6,000 cubic yard material scows, a drag bar and barge, and appropriate attendant plant and pipeline. The material will be dredged by clamshell/bucket and scow and placed within an anticipated period of performance of approximately 100 calendar days from receipt of Notice-to-Proceed. Responders should address ALL of the following in their submittal: 1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number. 2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register. 3. In consideration of NAICS code 237790, with a small business size standard in dollars of $30,000,000, indicate which of the following small business categories your business is classified under: Unrestricted Business, Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business. 4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain). 5. Provide evidence for bonding capacity for a dredging project of the anticipated magnitude detailed above. 6. Provide at least two (2) examples of projects similar in size and scope within the past six (6) years directly performed by your company, dates of projects, project references (including owner with phone number and email address), floating plant, and final costs of completed projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 7. The submittal should contain and identify all expertise, types and number of equipment, and name and number of personnel. The contractor must also have worked previously with the Federal government on a similar job and provide examples of those jobs and references (name and phone number) to assure expertise. 8. Total submittal shall be no longer than ten (10) pages in one (1).pdf file. Comments will be shared with the Government and the project team, but otherwise well be held in strict confidence. SUBMISSION INSTRUCTIONS: THIS NOTICE IS NOT AN RFP. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this source sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered. Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this sources sought notice no later than 26 March 2021 by 11:00 AM Eastern Time (ET). All responses under this Sources Sought Notice must be emailed to Mckenna Heath at Mckenna.N.Heath@usace.army.mil and Gary Faykes at gary.faykes@usace.army.mil referencing the source sought notice number W912DR21B0020.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Mckenna Heath via email - Mckenna.N.Heath@usace.army.mil. Please note that vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for an award. Vendors must all be registered in SAM under the applicable NAICS code 237990 as indicated in the advertised RFP to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/08bdbff765c44809b315d9c2ac02cd0b/view)
 
Place of Performance
Address: Baltimore, MD 21202, USA
Zip Code: 21202
Country: USA
 
Record
SN06045247-F 20210630/210628230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.