SOURCES SOUGHT
99 -- Harbor Dredging
- Notice Date
- 7/25/2023 10:40:59 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W07V ENDIST MEMPHIS MEMPHIS TN 38103-1894 USA
- ZIP Code
- 38103-1894
- Solicitation Number
- W912EQ23S0006
- Response Due
- 8/25/2023 11:30:00 AM
- Archive Date
- 09/09/2023
- Point of Contact
- Sequoria Wilson, Phone: 9015440973, Judy Stallion, Phone: 9015440776
- E-Mail Address
-
sequoria.l.wilson@usace.army.mil, judy.e.stallion@usace.army.mil
(sequoria.l.wilson@usace.army.mil, judy.e.stallion@usace.army.mil)
- Description
- Notice ID:� W912EQ23S0006 Sources Sought � Market Capability Survey Title of Work: �Harbor Dredging 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. No reimbursement will be made for any costs associated with providing information in response to this announcement or on any follow up information.NO SOLICITATION IS CURRENTLY AVAILABLE. The Army Corps of Engineers, Memphis District has a requirement for the rental of a 24- inch to 29-inch Cutterhead Pipeline Dredge, fully operated with attendant plant for maintenance dredging of the Mississippi River and existing harbors within the Memphis District. The dredge will be used to maintain various harbors at any points on the Mississippi River which includes Elvis Stahr Harbor, Kentucky, Northwest Tennessee Regional Harbor, Tennessee, New Madrid City Harbor, Missouri, New Madrid County Harbor, Missouri; Caruthersville Harbor, Missouri; Osceola Harbor, Arkansas; Wolf River Harbor, Tennessee, Memphis Harbor/McKellar Lake, Tennessee; Helena Harbor, Arkansas, and Helena Harbor Phillips County, Arkansas. The dredge shall be not less than 24-inch nominal diameter discharge and have a manufacturer�s horsepower rating for continuous operation of not less than 3,200 brake horsepower. Dredges larger than 29-inch will be considered, however, the estimated output will be based on the quantity shown for a 29- inch dredge. The work required consists of making or enlarging dredge cuts, construction of fills, construction of new harbor channels and dredging in various channels and harbors. The Contractor shall deliver the dredge and attendant plant ready for operation in the vicinity of McKellar Lake Harbor, Memphis, TN (Mile 725 AHP), or to any other work site as may be directed. Project Description: Lease of One(1) Cutterhead Hydraulic Pipeline Dredge, Fully Operated with Attendant Plant � 3-year IDIQ SATOC North American Industry Classification System: 237990 Small Business Size Standard: $37M Acquisition Strategy:� The acquisition strategy to be determined after analysis of responses. Pricing is Firm Fixed Price. Work Location: Firms responding to this announcement are requested to demonstrate in writing its capability to perform the work for this project by addressing the following items: Provide the Firms name, address, UEI number, firm business size and socio-economic status. Provide examples (minimum of two) of projects similar in nature to the work in the above project description your firm has performed in the past 8 years. Each example should include a detailed project description, location, the dollar value of the project, the beginning and end date of the project. These projects should be relevant in terms of size, scope and complexity. Experience in demolition, culvert layout and construction, cofferdam layout and construction, clearing/grubbing, excavation, embankment placement and compaction, access and haul road layout and construction, gravel resurfacing, environmental protection and storm water pollution prevention, culvert replacements, single, double and triple barrel reinforced concrete box culverts. For the relevant example projects request in item (2), indicate whether your firm was the prim or subcontractor. If the prime, indicate what percentage of work you performed. If the firm was a subcontractor, identify your role in the contract and explain the relevancy of the role. Also, provide copies of performance rating for projects submitted and resume of key personnel. Provide a list of the firm�s current on-going projects, the bonding amount and the expected completion dates. Also include the name, point of contact and phone number of the prime contractor�s bonding company. Magnitude of Work: Between $25,000,000 and $50,000,000 Contract Duration: Three (3) ordering periods Estimated Start Date: July 2024 Site Visit Time & Date: TBD Response Time & Date: 1:30PM CST,� 25 August 2023 All interested parties should submit qualifying documentation not later than the response time and date to the below address. Electronic submissions are acceptable. Send via email (PDF format) to Sequoria.L.Wilson@usace.army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db2563a2add04d809f1ae863ee9b5658/view)
- Place of Performance
- Address: Memphis, TN 37501, USA
- Zip Code: 37501
- Country: USA
- Zip Code: 37501
- Record
- SN06763615-F 20230727/230725230057 (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 |