Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2016 FBO #5217
MODIFICATION

Z -- Maintenance Dredging, McClellan-Kerr Arkansas River Navigation System, Arkanas & Oklahoma

Notice Date
3/4/2016
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Little Rock, Attn: CESWL-CT, PO Box 867, Little Rock, Arkansas, 72203-0867, United States
 
ZIP Code
72203-0867
 
Solicitation Number
W9127S-16-B-0001
 
Archive Date
5/10/2016
 
Point of Contact
Marcus D. Mitchell, Phone: 5013401253, Jonathan Sawrie, Phone: 501-324-5720 Ext 1157
 
E-Mail Address
marcus.d.mitchell@usace.army.mil, Jonathan.J.Sawrie@us.army.mil
(marcus.d.mitchell@usace.army.mil, Jonathan.J.Sawrie@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS Maintenance Dredging, McClellan-Kerr Arkansas River Navigation System (MKARNS), Arkansas & Oklahoma This is a SOURCES SOUGHT announcement; a market survey for information only, to be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Respondents will not be notified of the results of the evaluation. The U.S. Army Corps of Engineers - Little Rock and Tulsa Districts have been tasked to operate and maintain the MKARNS, to include maintenance dredging in the channel. Proposed project will be one or more competitive, firm-fixed price contracts to cover the spectrum of dredging cases on the system. The type of set-aside decision to be issued will depend upon the capabilities of the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, & SDVOSB are highly encouraged to participate. The Government is seeking qualified, experienced sources capable of performing the requirement to dredge the system, at times providing a rapid response, defined below. The McClellan-Kerr Arkansas River Navigation System (MKARNS) extends from the mouth of the White River and along parts of the White, Arkansas, Verdigris rivers approximately 445 navigation miles to the head of navigation near Catoosa, Oklahoma. In addition to the navigation channel, the system includes 18 navigation locks and dams. Since the system was opened in 1971, the vast majority of maintenance dredging has been accomplished by contract. The contracts have contained provisions for rapid response (i.e. mobilize within 10-days of notice) and for paying standby costs during periods of time in which no dredging was required. The contracts have required the capability for plant to move in flows on the Arkansas less than 150,000 cfs and on the Verdigris less than 25,000 cfs. The contractor must provide 2,500 linear feet of floating and 5,500 linear feet of land-based discharge pipe and capability to pump discharge up to a 90' head difference. This combination of requirements provided a low risk to extended restrictions or closures of the channel on the system. Based on data for the 10-year period, 2005 to 2014, the quantity of dredging and number of dredging occurrences is trending downward and the amount of standby time as a percentage of total contract time is trending upward. The system currently has a backlog of critical infrastructure maintenance and repair of approximately $70-million, and budgets for operations and maintenance remain relatively "flat." USACE is exploring options to reduce total dredging cost, while maintaining an acceptable level of risk to users of the system, to allow for increasing funding to critical infrastructure maintenance and repair projects. There are essentially three dredging cases on the system: 1) the White River Entrance Channel (WREC), 2) lock approaches, and 3) the mainstem of the Arkansas and Verdigris rivers. WREC. The WREC extends from the mouth of the White River to Norrell Lock, approximately 10 miles and includes lock approaches at Montgomery Point and Norrell locks. For the 10-year period, 2005 to 2014, this reach saw 14 dredging occurrences with an average quantity of about 93,000 cubic yards (CY), minimum quantity of about 20,000 CY, and maximum quantity of about 285,000 CY. Discharge distances of up to 8,000 linear feet and head differences of up to 90' are common. This reach is normally expected to require dredging in the July to November timeframe, and requires rapid response, as described above, to avoid significant restriction to navigation. Lock Approaches. For the 10-year period, 2005 to 2014, the remaining lock approaches on the system saw a total of 24 dredging occurrences at 9 locations with an average quantity of about 17,000 CY, minimum quantity of about 700 CY, and maximum quantity of about 94,000 CY. One or more lock approaches on the system are normally expected to require dredging after a significant rise and fall on the river. These events normally occur during the February to July timeframe (15 of the 24 occurrences in the 10-year period), and they require rapid response, as described above, to avoid significant restriction to navigation. Average discharge distances of 2,500 linear feet and head differences of 0' in Arkansas and 25' in Oklahoma are common. Mainstem. For the 10-year period, 2005 to 2014, the mainstem pools on the river saw a total of 57 dredging occurrences in 13 pools with an average quantity of about 60,000 CY, minimum quantity of about 5,000 CY, and maximum quantity of about 319,000 CY. These dredging requirements occurred in every month of the year, and with few exceptions, dredging at these locations was (or could have been) deferred for months with some impacts to navigation and the Government (e.g. restricted widths, more frequent surveys, sailing instructions, and re-buoying.) Average discharge distances of 2,500 linear feet and head differences of 0' in Arkansas and 25' in Oklahoma are common. USACE is seeking information regarding dredging services to support the system, such as mentioned above, especially the ability to provide rapid response with a short mobilization time after notice to proceed. In accordance with FAR 36/DFARs 236, the estimated construction price range for this project is: Between $1 Million and $5 Million (Annually). The contract will be a 3 year IDIQ Contract which is inclusive of a base year and two (2) option years. Within each 1 year contract period, the onsite performance period will be May 1 through November 30th of each contract period which allows the Contractor to pursue other contracting opportunities outside of the onsite performance period The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $27,500,000. The Standard Industrial Code is 1623 and The Federal Supply Code is Z2NE. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for specialty construction-type procurement. To be considered Small for purpose of Govenment Procurement, a firm must perform at least 40% of the volume dredged with its own equipment or equipment owned by another small dredging concern. Should the acquisition be set-aside for the 8(a) program, 8(a) firms are reminded they need to have a bona fide office in the geographical area of consideration where the work is to be performed as determined by SBA. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Anticipated solicitation issuance date is on or about 5 Apr 2016 and the estimated proposal due date will be on or about 3 May 2016. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities www.fbo.gov and inviting firms to register electronically to receive a copy of the solicitation when it is issued. Firm's response to this Synopsis shall be limited to 10 pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, and e-mail address. 2. Firm's interest in bidding on the solicitation when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute construction contracts with a similar scope, comparable work performed within the past 5 years: Brief description of the project, customer name, timeliness of performance, customer satisfaction, and dollar value of the project) - provide at least 3 examples. 4. Firm's Business Size - LB, SB, 8(a), HUBZone, or SDVOSB. rm's Joint Ventures (existing), including Mentor Protégés and teaming arrangement information is acceptable 7. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company 8. Responses to the following questions: A. Does your company currently perform dredging services IAW OSHA and/or USACE safety requirements? If yes, please provide specific examples. B. Does your company have mission-ready personnel and plant to dredging services? If yes, please provide specific information about your staffing and plant. C. The Government is interested in understanding the best commercial practices associated with acquiring dredging services on the MKARNS. Describe your company's commercial processes associated with acquiring/providing these types of services. D. How would the proposed onsite performance period of May 1 through November 30 of each contract period affect your decision to bid or not bid on this contract? Are there any significant positive or negative considerations to this performance period? What financial-size contract is needed to attract your interest to work on the MKARNS? E. In what areas of the United States does your company operate? What would be a representative amount of time for you to mobilize plant and personnel to locations on the MKARNS, including Tichnor, Pine Bluff, and Little Rock in Arkansas and Sallisaw in Oklahoma. F. Does your company have a Defense Contract Management Agency (DCMA) approved accounting system? If not, what is the status of your firm's accounting system relative to performing on a cost or FFP type contract? Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 am on 17 March 2016. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. Mail, fax or email your response to Little Rock District Corps of Engineers, Attn: Marcus Mitchell, 700 W. Capitol Avenue Room 7315, Little Rock, AR 72201, Fax 501-324-5137, email marcus.d.mitchell@usace.army.mil. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA03/W9127S-16-B-0001/listing.html)
 
Record
SN04040384-W 20160306/160304235027-741c54e36f08329e1ce5e273319e95aa (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.