Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2024 SAM #8209
SOURCES SOUGHT

99 -- SOURCES SOUGHT NOTICE MAINTENANCE DREDGING AT U.S. COAST GUARD (USCG), STATION UMPQUA, WINCHESTER BAY, OR - FY 2024

Notice Date
5/17/2024 1:19:10 PM
 
Notice Type
Sources Sought
 
Contracting Office
CEU OAKLAND(00088) OAKLAND CA 94612 USA
 
ZIP Code
94612
 
Solicitation Number
PSN10229181
 
Response Due
3/30/2024 6:00:00 PM
 
Archive Date
04/14/2024
 
Point of Contact
Arlene Brown, Phone: 206-815-1224, Guiljohn A. Alcantara, Phone: 510-221-1028
 
E-Mail Address
arlene.c.brown@uscg.mil, Guiljohn.alcantara@uscg.mil
(arlene.c.brown@uscg.mil, Guiljohn.alcantara@uscg.mil)
 
Description
This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION; Not a pre-solicitation notice nor solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: � Determine if sources capable of satisfying the agency's requirements exists, Determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and Determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the U.S. Government to any further action. REQUIREMENT: �This notice is issued by the U.S. Coast Guard, Civil Engineering Unit (CEU), Oakland, CA to identify sources capable of providing the following: MAINTENANCE DREDGING AT U.S. COAST GUARD (USCG) STATION UMQUA RIVER, WINCHESTER BAY FY 2024: In accordance with attached Specifications dated/approved 30APR2024 (Subject to change at the discretion of the Government), the Contractor shall provide all labor, materials, and equipment necessary to dredge and dispose of sediment from the berthing and approach areas to pier and facility at U.S. Coast Guard (USCG) Station Umpqua River, located in Winchester Bay, Oregon. Dredge up to 5,000 cubic yards(cy) of sediment (up to 7,000 cy) by mechanical means to the indicated design depth of -10.0 feet Mean Lower Low Water (MLLW) plus 2 feet over depth allowance. The dredge material shall be placed at the US Environmental Protection Agency (EPA)- approved Ocean Dredge Material Disposal Sites (ODMDS) in the Pacific Ocean. Should sediment analysis indicate material is not suitable for in-water disposal, material will be placed in approved upland disposal site. Dredging and disposal shall be conducted between 1 July and 31 January as adverse sea and weather conditions make crossing the bar for ocean disposal difficult or impossible during other times of the year. The Contractor is responsible for complying with all permit conditions from the Army Corps of Engineers, U. S. Environmental Protection Agency (EPA) Conditions for use of disposal sites, the National Marine Fisheries Service (NMFS) consultation requirements, and conditions required by the State of Oregon Water Quality Control Board and Oregon Coastal Commission. ALL Dredging must be completed by January 1, 2025. PLACE OF PERFORMANCE: USCG Station Umqua River is located at 335 Beach Rd, Winchester Bay, OR 97467. DESCRIPTION OF WORK: The scope of work includes but is not limited to attached Specifications dated/approved 30APR2024 (subject to change at the discretion of the U.S. Government). ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 1JUL2024 to 1JAN 2025 (Subject to change at the discretion of the U.S. Government).� Dredging must be completed by 1JAN2025. ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 237990 and the size standard is 1,250 employees. SUBMISSION OF INFORMATION: �Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market information and company information. RESPONSE: Companies may respond to this SOURCES SOUGHT NOTICE via E-mail to: arlene.c.brown@uscg.mil AND guiljohn.alcantara@uscg.mil �no later than 06:00 PM PST on Thursday, 30MAR2024, with all (Items 1-6) of the following information/documentation: Complete Name of Company, complete Address, and registered SAM UEI Number. Point of Contact (POC), Phone Number, and Email Address. Your Company�s Business Size applicable to the NAICS Code (Please specify one of the following): 8(a) Small Business Concern; HUBZone Small Business Concern; Service-Disabled Veteran Owned Small Business Concern (SDVOSBC); Veteran Owned Small Business Concern (VOSBC); ED Woman Owned Small Business Concern (EDWOSB); Woman Owned Small Business Concern (WOSBC); Small Business Concern; Large Business Concern 4.�� Documentation Verifying Small Business Certification: Please provide the following documentation as it applies to you company. If claiming 8(a) Small Business status, provide a copy of your 8(a) Certificate from SBA. If claiming HUBZone status, provide a copy of your HUBZone Certificate from SBA. If claiming SDVOSBC status, provide documentation that shows the Service Disable Veteran (SDV) unconditionally owns 51 % of the business, controls the management and daily operations, and holds the highest officer position in the company. Documentation must also be provided to show that the SDV has a service-connected disability that has been determined by the Department of Defense or Department of Veteran Affairs. Finally, provide documentation that shows the business is small under the NAICS code 237990. If claiming VOSBC status, provide documentation that shows the Veteran unconditionally owns 51% of the business, controls the management and daily operation, make long-term decisions for the business, and holds the highest officer position in the company that works at the business fulltime during normal working hours. The documentation should also show the business is small under the NAICS code 237990. If claiming EDWOSB status, provide documentation that shows the company is at least 51% owned by one or more women who are ""economically disadvantaged"", and primarily managed by an economically disadvantaged woman that make long-term decisions for the business, hold the highest officer position in the business and work at the business full-time during normal working hours. The documentation should also show the business is small under the NAICS code 237990. A woman is presumed economically disadvantaged if she has a personal net worth of less than $750,000 (with some exclusions), her adjusted gross yearly income averaged over the three years preceding the certification less than $350,000, and the fair market value of all her assets is less than $6 million. If claiming Woman Owned Small Business (WOSB) status, provide documentation that shows the company is at least 51% owned and controlled by one or more women, and primarily managed by one or more women that make long-term decisions for the business and hold the highest officer position in the business and work at the business full time during normal working hours. The women must be U.S. citizens. The documentation should also show the business is small under the NAICS code 237990. If claiming Small Business status, provide documentation to show the business is small under NAICS code 237990. 5. � Statement of Proposal Submission: Statement on how your company will do the work and that your company WILL submit a proposal as a prime contractor if a solicitation is issued as a result of this Sources Sought Notice. 6.�� Past Performance Information: Provide documented evidence of experience in work similar in type and scope to include contract numbers, project titles, and dollar amounts, points of contact and telephone numbers. If two companies are planning to conduct business and submit an offer as a Joint Venture or similar type of teaming agreement, they are requested to provide past performance information on projects of similar scope that they have performed together as a Joint Venture, if available. Providing individual past performance documentation from each company on separate projects where the two did not work together may be considered less relevant. SYSTEM FOR AWARD MANAGEMENT (SAM):� �Interested parties should register at the System for Award Management (SAM) website as prescribed in FAR Clause 52.204-7 System for Award Management (Oct 2016). SAM can be obtained by accessing the internet at https://www.sam.gov/� �or by calling 1-866-606-8220. DISCLAIMER AND IMPORTANT NOTES: �This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely offeror when determining whether or how to set aside a solicitation for restricted competition. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Currently no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice, and solicitation may be published on SAM.gov. It is the potential offeror's responsibility to monitor SAM.gov for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e83a71bd8f0d4a65be2c251084c6c7ff/view)
 
Place of Performance
Address: Winchester Bay, OR 97467, USA
Zip Code: 97467
Country: USA
 
Record
SN07068880-F 20240519/240517230051 (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.