Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2024 SAM #8268
SOURCES SOUGHT

Z -- MAINTENANCE DREDGING AT U.S. COAST GUARD (USCG), STATION VALLEJO, VALLEJO CA FY 2024

Notice Date
7/15/2024 1:39:39 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
CEU OAKLAND(00088) OAKLAND CA 94612 USA
 
ZIP Code
94612
 
Solicitation Number
10593385
 
Response Due
7/23/2024 1:00:00 PM
 
Archive Date
08/07/2024
 
Point of Contact
Arlene Brown, Phone: 2068151224
 
E-Mail Address
arlene.c.brown@uscg.mil
(arlene.c.brown@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 VALLEJO, VALLEJO CA FY 2024: In accordance with attached Specifications dated/approved 4JUN2024 (Subject to change at the discretion of the Government) for the base work, the Contractor shall provide all labor, materials, and equipment necessary to dredge and dispose of sediment at U.S. Coast Guard (USCG) Station Vallejo, located within the City of Vallejo Municipal Marina (Vallejo Marina) at 2 Harbor Way, Vallejo, California.� Dredge approximately 20,000 cubic yards (cy) of sediment by mechanical clamshell dredge to the indicated design depth of -10.0 feet Mean Lower Low Water (MLLW) plus 2 feet over depth allowance. The dredged sediment shall be permanently disposed of using a bottom dump barge, scow, or hopper dredge, in the approved beneficial reuse site, Cullinan Ranch Restoration Project Near Mare Island. The contractor shall not begin dredging until a notice to proceed is received by the United States Army Corps of Engineers (USACE) following approval of the DOP. The contractor shall comply with all permit conditions throughout the dredge episode. Dredging shall be conducted between 1AUG - 30NOV2024 to minimize impacts on ESA listed fish species. At the Government�s discretion, optional work will include temporary removal and re-installation of floating docks: Temporarily remove the existing four Jet Docks (measuring approximately 15ft wide x 30ft long each) and the concrete floating dock (measuring approximately 9ft wide x 70ft long) if necessary for dredging. This includes disconnecting the existing floating docks, tugging them away temporarily, and reinstalling them in the same original configuration once dredge work is complete. ALL Dredging must be completed by 30NOV2024. PLACE OF PERFORMANCE: USCG Station Vallejo is located within the City of Vallejo Municipal Marina (Vallejo Marina) at 2 Harbor Way, Vallejo, CA. DESCRIPTION OF WORK: The scope of work includes but is not limited to attached Specifications dated/approved 4JUN2024 (subject to change at the discretion of the U.S. Government). ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be from 15AUG � 30NOV 2024. (Subject to change at the discretion of the U.S. Government).� 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 05:00 PM PST on 23JUL2024, with all (Items 1-6) of the following information/documentation: Complete Name of Company, complete Address, and registered SAM UEID 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/a62c6a5208f54c60aff0a3e33bc5165d/view)
 
Place of Performance
Address: Vallejo, CA 94590, USA
Zip Code: 94590
Country: USA
 
Record
SN07129095-F 20240717/240715230114 (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.