Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 16, 2022 SAM #7503
SOURCES SOUGHT

Y -- 2022 Oregon Slough Clamshell Maintenance Dredging

Notice Date
6/14/2022 12:42:43 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N22B0015
 
Response Due
6/21/2022 2:00:00 PM
 
Point of Contact
Kristel Flores, Kristina K. Morrow
 
E-Mail Address
Kristel.M.Flores@usace.army.mil, Kristina.K.Morrow@usace.army.mil
(Kristel.M.Flores@usace.army.mil, Kristina.K.Morrow@usace.army.mil)
 
Description
1. General. This is a SOURCES SOUGHT and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION OR BID, NOR A SYNOPSIS OF A PROPOSED CONTRACT ACTION UNDER FAR SUBPART 5.2. 2. Contract Information. The U.S. Army Corps of Engineers (USACE), Northwestern Division, Portland District (CENWP) anticipates soliciting an Invitation for Bids (IFB) contract for the 2022 Oregon Slough Clamshell Maintenance Dredging near Columbia River, Multnomah County, Oregon. The proposed project will be a competitive, firm-fixed price (FFP) contract. Responses to this Source Sought announcement will be used by the Government to make, if appropriate, a small business set-aside acquisition strategy decision. This Sources Sought is to gain knowledge of the interest, capabilities, and qualifications of the small business members of the industry, to include: Small Businesses, Small Disadvantaged Businesses to include 8(a) firms, Historically Underutilized Business Zones (HUBZones), Women-Owned Small Business (WOSB) to include Economically Disadvantaged Women-Owned Small Business (EDWOSB) and/or Veteran-Owned Small Business (VOSB) to include Service-Disabled Veteran-Owned Small Business (SDVOSB). 3. Capability Statements: Contractors should demonstrate through references, project lists, or reports, they possess experience as it relates to this project. A maximum of three projects will be accepted for review. Note: The Government may consider relevant past experience and past performance of key individuals and predecessor companies in evaluating the company�s capability to perform the requirements. North American Industrial Classification Code (NAICS): 237990 � Dredging and Surface Cleanup Activities The size standard: $32.5 million Product Service Code: Y1KF 4. Project Description. The U.S. Army Corps of Engineers, Portland District, has a requirement to perform dredging and in-water placement of the Oregon Slough Channel by clamshell dredge plant and scow(s).� Approximately 350,000 to 400,000 cubic yards will be dredged as mandatory line items. Location of the work is at approximate side-channel river mile 02+20 to 03+45.� The anticipated one-way haul distance from the dredge area is within 10 miles.� Dredging depths are anticipated to be between 18 and 24 feet CRD. The in-water work window for the project is from 01 August to 15 December 2022, however a variance has been granted to extend the work window out to 31 January 2023. The scope of this project consists of the Contractor furnishing all supervision, engineering, labor, materials, and equipment to perform the following work in strict accordance with the detailed requirements of this contract: Contract duration is estimated to be approximately 5 months from notice to proceed (NTP). The estimated Magnitude of Construction for this project is between $5,000,000 and $10,000,000. 5. Submission Instructions. Responses to this Sources Sought notice must be submitted electronically (via email) SUBJECT: W9127N22B0015 2022 Oregon Slough Clamshell Maintenance Dredging. Please send to Kristel Flores, Contract Specialist, at Kristel.M.Flores@usace.army.mil by 2:00 pm Pacific Time on Tuesday, June 21, 2022. All responses must be received by the specified time and due date to be reviewed. All successfully submitted responses will receive an acknowledgement by return email. ANY RESPONSES RECEIVED AFTER THE SPECIFIED DATE AND TIME WILL NOT BE CONSIDERED. A Firm�s response to this Sources Sought shall be limited to five (5) pages and shall include the following information: Firm�s name, address, point of contact, phone number, e-mail address, CAGE and DUNS number, and the Construction Bonding Level per contract. Firm�s small business category and Business Size: Small Business, Small Disadvantaged, 8(a) Firm, Historically Underutilized Business Zones (HUBZone), Economically Disadvantaged Women-Owned Small Business (EDWOSB), and/or Service-Disabled Veteran-Owned Small Business (SDVOSB). Provide relevant information on the Firm�s experience/capabilities as it pertains to the proposed work outlined in the Project Description. Provide a maximum of two examples of projects similar in size, scope, and complexity with a brief description of each project, customer name, timeliness of performance, contract number, customer satisfaction, and the dollar value. The Government may verify information in CPARS or PPIRS. 6. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought or any follow up information. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that tis response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or to provide feedback to respondents with respect to any information submitted. After a review of the responses, a solicitation may be published in SAM.gov. However, responses to this notice are not adequate responses to a solicitation. All interested firms must be registered in the System for Award Management (SAM) at https://www.sam.gov and remain current for the duration of the contract to be eligible for award of a Government contract. Place of Performance: Oregon Slough Portland, OR 97203
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7896c4cd5d4e4d03ab2c121e5a1ab846/view)
 
Place of Performance
Address: Portland, OR 97203, USA
Zip Code: 97203
Country: USA
 
Record
SN06358251-F 20220616/220614230118 (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.