Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2012 FBO #3795
SOURCES SOUGHT

Z -- Maintenance Dredging Fishing Creek - Calvert County, Maryland

Notice Date
4/13/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Baltimore, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
W912DR-12-S-0023
 
Response Due
4/19/2012
 
Archive Date
6/18/2012
 
Point of Contact
Kevin Cook, 410-962-2935
 
E-Mail Address
USACE District, Baltimore
(kevin.j.cook@usace.army.mil)
 
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. This is a Sources Sought Notice and is for informational market research purposes only to determine the availability of potential qualified contractors. The U.S. Army Corps of Engineers, Baltimore District, requests letters of interest from SMALL BUSINESS PRIME CONSTRUCTION CONTRACTORS interested in performing work on a potential construction for the Maintenance Dredging Fishing Creek, Calvert County, Maryland with an estimated cost between $500,000 and $1,000,000. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. Project Description: The survey is to determine if there are any small businesses, 8a's, Hubzones, WOSB or SDV that may have the capability to perform the work and are interested in the job. It is anticipated the work would be performed in the fall of 2012. The prime contractor will have to perform 50 percent of the work, including the administration of the project. Potential candidates under this sources sought exercise should provide information as to previous jobs that are comparable to the one described. It should contain expertise, equipment, and bonding limits. The maintenance dredging of the Fishing Creek must be performed using a hydraulic pipeline dredge. The proposed work consists of advanced maintenance dredging, of a 3,400-foot section of the channel from the entrance through the jetties. This section of the channel will be dredged to a depth of 9 feet mean lower low water (MLLW), plus 1 foot of allowable overdepth. The remainder of the channel including, the anchorage basin, will be dredged to 7 feet MLLW with 1 foot of allowable overdepth. The contract will include the replacement of two of the existing weir boxes at the placement site. Approximately 60,000 cubic yards of material consisting primarily of sand, silt, mud, shell and combinations thereof, are to be dredged using a hydraulic pipeline dredge. There are two proposed placement sites. The dredged material from the outer portion of the channel consists mainly of sandy material. The proposed placement site for this portion of the dredged material is along the shoreline of Chesapeake Beach, MD, located approximately 4,000 feet south of the Federal navigation channel. The remainder of the dredged material would be placed in the existing diked upland placement site. The contract period will be approximately 90 calendar days. The contractor must have access to equipment to perform the dredging and the replacement of the weir boxes. This should include hydraulic dredging and excavation equipment as well as a global positioning system (GPS). The contractor must also have worked previously with the Federal government on a similar job. The contractor will be responsible for the construction and installation of the new weir boxes. All contractor employees working at the project site must possess a social security card. Employees must be either a U.S. citizen, green card holder, or in possession of a workers permit. These requirements with no exceptions must be met to be granted access to work at Fishing Creek. Additionally, it would be a benefit to the offeror to have engineering and construction personnel familiar with USACE standards and practices for military construction projects. Small businesses pursuing prime contractor opportunity should submit a narrative demonstrating their experience in the type of work for contracts of similar value, in a similar type of location. Contractors must indicate their small business status as a Small Business (SB), Small Disadvantaged Business (SDB), Service Disabled Veteran Owned SB (SDVOSB), Veteran-Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a) or Women-Owned Small Business (WOSB). Small business contractors must perform 20 percent of the work including the administration of the project. Qualified Small Businesses additionally submit the following information: 1. Company name, address, phone number, point of contact. 2. Company's Central Contractor Registration (CCR) cage code and DUNS number to verify your business status as a qualified Small Business (SB), Service Disabled Veteran Owned SB (SDVOSB), Historically Underutilized Business Zones (HUBZones), Qualified Section 8(a), or Women-Owned small business. Contractors must be registered in CCR and Online Representations and Certifications Application (ORCA) at time of contract award, Please see www.ccr.gov and www.bpn.gov for additional registration information. 3. Indicate the primary nature of your business. 4. Provide three (3) examples of projects similar to requirements described above within the past 5 years. Include point of contact information for examples provided, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work. 5. A letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business General Contractor. 6. Total submittal shall be no longer than 8 pages in one.pdf file or one word document. 7. Email responses are required. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. Please note that it is required that your company be registered in the Contractors Central Registration (CCR) System, please see www.ccr.gov for additional information. In addition, this sources sought is not to be construed as a commitment by the government, nor will the government pay for any information solicited or delivered. All technical and contractual questions may be sent electronically to the point of contact below. All responses to this announcement are to be sent electronically to Kevin.J.Cook@usace.army.mil no later than 1:00 p.m., April 19, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-12-S-0023/listing.html)
 
Place of Performance
Address: USACE District, Baltimore 10 South Howard Street, Baltimore MD
Zip Code: 21203
 
Record
SN02722466-W 20120415/120413235853-5ad5e78f1a6bdf0fe3ced4befd62504c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.