Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2018 FBO #6167
SOURCES SOUGHT

Z -- Intracoastal Water Way (IWW) Jupiter/Crossroads/Okeechobee Water Way (OWW) Reach 3, Maintenance Dredging Projects, Palm Beach and Martin County, Florida

Notice Date
10/10/2018
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP19Z0006
 
Point of Contact
Claurice M. Dingle, Phone: 904-232-1387
 
E-Mail Address
claurice.m.dingle@usace.army.mil
(claurice.m.dingle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Intracoastal Water Way (IWW)jupiter/Crossroads/ Okeechobee Water Way (OWW) Reach 3, Maintenance Dredging Projects, Palm Beach and Martin County, Florida This announcement constitutes a SOURCES SOUGHT SYNOPSIS. The announcement seeks information from industry and will ONLY be used for preliminary planning purposes. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. Respondents will not be notified of the results of the evaluation. The Jacksonville District of the U.S. Army Corps of Engineers seeks letters of interest from prospective offeror(s) for a potential fiscal year (FY) 2019 award of the aforementioned project. The purpose of this synopsis is to gauge the interest, capabilities and qualifications of various members of the Dredging Community, limited to Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB) on or about May 2019. No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested. Scope of work The work include approximately 100,000 cubic yards of beach quality material within the Jupiter and Crossroads reaches of the IWW that will be dredged with a pipeline dredge and then placed on Palm Beach and Martin County beaches. A minimum 16" pipeline dredge will be required. Material dredged from the OWW Reach 3, approximately 50k cy, is not beach quality material and will be barged to the existing DMMA 07 where it will be pumped into the facility. Work also includes turbidity monitoring. The project will have an estimated period of performance of 240 calendar days. The estimated Magnitude of Construction is between $5,000,000.00 and $10,000,000.00 Firm's responses to this Synopsis shall be limited to 5 pages and shall include the following information: 1. Company/Contractor name, address, point of contact, phone number and e-mail address, DUNS number and Cage Code. 2. Company capability to perform a contract of this magnitude and complexity to include type, size, ownership of equipment to be utilized for dredging and equipment to be utilized for pumping into DMMA. Additionally, also include firm's capability to execute comparable work performed within the past (10) years). Firms should provide at least 3 examples which include, at a minimum, the following information: a. Contract Number. b. Customer name and contact information. c. Capability to execute dredging projects to include the dredge plant and other supporting equipment, comparable scope, complexity and magnitude as the IWW Jupiter/Crossroads/OWW Reach 3 Maintenance Dredging Projects. d. Timeliness of performance (period of performance and was the project completed on time e. Dollar value of projects completed. f. Identify if your firm was the prime or the subcontractor. 3. Company shall identify their size classification and Small Business Size: _ Small Business _ Small Disadvantage Business _ 8(a) Small Business _ HUBZone _ SDVOSB _WOSB 4. Firm's Business category and Business Size -Other than Small, Small Business, 8(a), SDVOSB, WOSB, or HUBzone. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. A letter of current bonding capacity (up to $10,000,000.00 from an acceptable surety/bonding company both expressed in dollar value per contract and aggregate bonding capacity. 7. Company shall state their interest in bidding on the requirements as stand-alone projects, their interest in bidding on the projects as one consolidated project, and if the consolidation of the two projects would impact their ability to compete. NOTE: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. NAICS Code 237990 and the Small Business Size Standard is $27.5 million. The anticipated magnitude of construction is between $5,000,000.00 and $10,000,000.00. NOTE: To be considered small for the purposes of this Government procurement, a firm must perform/dredge, with its own equipment or equipment owned by another Small Business Concern, at least 40 percent of the volume dredged. In addition, per FAR 52.219-14, Limitations on Subcontracting, the Prime contractor must perform at least 15% of the cost of the contract, not including the cost of materials, with its own employees for general construction-type procurement. EMAIL IS THE PREFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS. The official Synopsis citing the solicitation number will be issued on the Federal Business Opportunities website, www.fbo.gov on or about April 2019, while we anticipate the issuance of the Solicitation on or about May 2019. All responses to this sources sought notice/market research will be evaluated and used in determining acquisition strategy. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 04 November 2018. All responses under this Sources Sought Notice must be emailed to claurice.m.dingle@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov. If you have any questions concerning this opportunity, please contact: Claurice M. Dingle at (904) 232-1387 or claurice.m.dingle@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP19Z0006/listing.html)
 
Place of Performance
Address: Palm Beach and Martin County, Florida, Palm Beach and Martin Cty, Florida, United States
 
Record
SN05119136-W 20181012/181010230710-93a0b3619f6a1823dbd78d534edf7f41 (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.