Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

Z -- Maintenance Dredging, Norfolk Naval Shipyard, Portsmouth, VA.

Notice Date
4/7/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC MID-ATLANTIC HAMPTON ROADS IPT 9742 Maryland Avenue Norfolk, VA
 
ZIP Code
00000
 
Solicitation Number
N4008510B3053
 
Response Due
4/21/2010
 
Archive Date
5/6/2010
 
Point of Contact
Holly Manning holly.manning@navy.mil 757-322-1030
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME.The Naval Facilities Engineering Command, Mid-Atlantic is seeking eligible small business firms capable of performing Maintenance Dredging, Norfolk Naval Shipyard, Portsmouth, VA. Scope of Work: The work includes bucket dredging of mud and silt material into barge or scow at the indicated areas of Norfolk Naval Shipyard and the Southgate Terminal Annex. Deposition of material shall be by self-dumping scow or barge to the Rehandling Basin of U.S. Army Corps of Engineers Craney Island Dredged Material Management Area OR by Pump-out scow or barge to the Upland Portion of Craney Island Dredged Material Management Area, and incidental related work The total estimated cost for this contract is between $5,000,000 and $10,000,000. All Service Disabled Veteran (SDV) small businesses, certified HUBZone small businesses, certified 8(a) small businesses, and other certified small businesses are encouraged to respond. Large Business submittals will not be considered. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Government's best interest. This office anticipates award of a contract for these services by 30 June 2010. The appropriate NAICS code for this procurement is 237990. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. This synopsis is a market research tool being used to determine the availability and adequacy of potential small business sources prior to determining the method of acquisition and ultimate issuance of an award. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. It is requested that interested small businesses submit to the contracting officer a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the requested services. PAGES IN EXCESS OF THE 10 PAGE LIMIT WILL NOT BE CONSIDERED. The documentation shall address the following: (1) Relevant Experience to include experience in performing efforts of similar value, size, and scope within the last five (5) years including contract number, indication of whether your firm acted as a prime or subcontractor, contract value, Government/Agency point of contact and current telephone number, and a brief description of how the contract relates to the technical services described herein. (2) Company Profile to include the following:1. Number of employees.2. Office location(s).3. Available bonding capacity per contract. (Must be able to bond up to the estimated cost range of this project)4. DUNS number.5. CAGE Code.6. Small business designation/status claimed. RESPONSES ARE DUE NLT APRIL 21, 2010 @ 2:00 PM EST. LATE RESPONSES WILL NOT BE ACCEPTED. The package shall be sent, by mail, to: Commander Naval Facilities Engineering Command, Mid-Atlantic, HR IPT9742 Maryland Avenue (Building Z-140, Room 117)Norfolk, Virginia 23511-3689Attn: Holly Manning Electronic submission of the statement of capabilities package will not be accepted. Questions or comments regarding this notice may be addressed in writing to Holly Manning via email at holly.manning@navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008510B3053/listing.html)
 
Record
SN02115913-W 20100409/100407235838-eec73452914a7e381c7d277854b75de1 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.