SOURCES SOUGHT
99 -- Interior Least Tern (ILT) Dredging and Maintenance
- Notice Date
- 6/29/2021 12:12:16 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- W912BV21Q0075
- Response Due
- 7/14/2021 12:00:00 PM
- Archive Date
- 07/29/2021
- Point of Contact
- Caroline Wallace, Phone: 918-669-7391, Brian Welch, Phone: 4058692617
- E-Mail Address
-
caroline.a.wallace@usace.army.mil, brian.welch@usace.army.mil
(caroline.a.wallace@usace.army.mil, brian.welch@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS For:��Interior Least Tern Island (ILT) Dredging and Maintenance This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes.� THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS.� No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests.� Respondents will be notified of the results of the evaluation upon request. The U.S. Army Corps of Engineers � Tulsa has been tasked to solicit for and award Interior Least Tern Island dredging.� Proposed project will be a competitive, firm-fixed price, contract procured in accordance with FAR 15, Negotiated Procurement using �Lowest Price, Technically Acceptable� process.� The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women-Owned Small Business (WOSB).� The Government must ensure there is adequate competition among the potential pool of responsible contractors.� Small business, Section 8(a), HUBZone, SDVOSB, WOSB businesses are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing repairs of two Interior Least Tern Habitat islands that were damaged during the 2019 flood on the McClellan-Kerr Arkansas River Navigation System (MKARNS). One island is in the Webbers Falls Reservoir (Spaniard Creek Island (~10 Acres)) which will require dredging 7,500 cubic yards of material, Grading and Contouring to make it more beneficial/preferred by the ILT. The other island is in the RS Kerr Reservoir (Stoney Point Island(~17 Acres)) which should have enough dredge spoils currently and will only need to be graded and contoured. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is between $100,000 and $250,000. The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $39.5M. Small Businesses are reminded under FAR 52.219-14, (Deviation 2019-O0003), Limitations on Subcontracting.� Firm will not pay more than 85% of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count toward the 85% subcontract amount that cannot be exceeded. Large Businesses must comply with the FAR 52.219-9 by submitting a Small Business Subcontracting Plan should this action be solicited as Full and Open Competition and an award is made to a large business firm. To be considered small for purposes of Government procurement for dredging operations, a firm must perform at least 40% of the volume dredged with its own equipment or equipment owned by another small business dredging concern. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded the need to have a bona-fide office in the geographical area of consideration where the work is to be performed as determined by the U.S. Small Business Administration. Prior Government contract work is not required for submitting a response to this sources sought synopsis.� However, all construction performance must be in compliance with the USACE Safety and Health Requirements Manual, (EM 385-1-1, and must also comply with all Federal, State and local laws, ordinances, codes and/or regulations. Anticipated solicitation issuance date is on or about 14 Jul 2021, and the estimated proposal due date will be on or about 14 Aug 2021.� The official synopsis citing the solicitation number will be issued on SAM.gov https://sam.gov, firms are invited to register electronically to receive a copy of the solicitation when it is issued. Firm�s response 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, and e-mail address. 2.� Firm�s interest in bidding on the solicitation when it is issued. 3.� Firm�s capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm�s capability to execute construction- comparable work performed within the past 5 years): a.� Brief description of the project, customer name, timeliness of performance, and dollar value of the project) � provide at least 3 examples. 4.� Firm�s Business Size � LB, SB, 8(a), HUBZone, SDVOSB, or WOSB. 6.� Firm�s Joint Ventures (existing), including Mentor Prot�g�s and teaming arrangement information is acceptable 7.� Firm�s Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company Interested�Firm�s�shall respond to this Sources Sought Synopsis no later than�2:00PM CST�14 Jul 2021.��All interested firms must be registered in�SAM�to be eligible for award of Government contracts.� Mail, fax or email your response to Caroline Wallace, U.S. Army Corps of Engineers, Tulsa District (CECT-SWT), 2488 East 81st Street, Tulsa, OK 74137-4290. Email:�caroline.a.wallace@usace.army.mil.�� Fax: 918-669-7436. Please also provide a copy of the response to Mr. Gene Snyman, Small Business Deputy, at�gene.snyman@usace.army.mil.�� EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.��
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/43dd03ebaf0c45ad874bdfd29023ca23/view)
- Place of Performance
- Address: Muskogee, OK 74403, USA
- Zip Code: 74403
- Country: USA
- Zip Code: 74403
- Record
- SN06046825-F 20210701/210629230154 (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 |