United States - Maintenance Dredging, Baltimore Harbor and Channels, Maryland
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 08 May 2019
- Opportunity publication date
- 26 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 19, 2019 1:55 pm
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 U.S. Army Corps of Engineers (USACE), Baltimore District, requests letters of interest from qualified PRIME CONSTRUCTION CONTRACTORS interested in performing work on the potential construction project for MAINTENANCE DREDGING, BALTIMORE HARBOR AND CHANNELS, MARYLAND.
By way of this Market Survey/Sources Sought Notice, the USACE Baltimore District intends to determine the extent of capable firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for upcoming procurements. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the Government to contract for any supply or service. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Please be advised that all submissions become Government property and will not be returned. Not responding to this Notice does not preclude participation in any future Solicitation, if any is issued. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. Therefore, the type of set-aside decision to be issued will in part depend upon the capabilities of the responses to this notice.
In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice.
PROJECT DESCRIPTION:
The Government intends to solicit an Invitation for Bid (IFB) for dredging of approximately 2,750,000 cubic yards (CY) of material removed from proposed dredging of Federal Channels serving Baltimore Harbor. It is anticipated the work would be performed in the Fall-Winter of 2019- 2020. The dredging depth varies from 50 to 51 feet with an additional 1 or 2 feet of allowable overdepth. The channels vary in width from 400 to 1,850 feet. The material will be dredged by clamshell and scow and be placed in the Masonville Dredged Material Containment Facility, (500,000 CY), and the Paul S. Sarbanes Ecosystems Restoration Project at Poplar Island (2,250,000 CY). A large portion of the work may be performed during the winter months when weather conditions are most severe. Work will also be accomplished in a heavy commercial waterway supporting the Port of Baltimore. The equipment required for this work commonly consists of two 40 plus cubic yard clamshell dredges, one 24-30 inch hydraulic unloader, six to eight large tugs, six to eight 2,500 - 6,000 cubic yard material scows, and appropriate attendant plant and pipeline. The material will be dredged by clamshell and scow and placed within an anticipated performance period of no more than 220 calendar days from receipt of Notice-to-Proceed.
The North American Industry Classification System code for this procurement is 237990 which has a small business size standard of $36,500,000. The magnitude of construction is between $25,000,000 and
$100,000,000.
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 general construction-type procurement.
All interested firms with single bonding capacity to support this project should submit capability statements to include the following information:
1. Firm's name, address, point of contact, phone number, e-mail address, CAGE code and DUNS number.
2. Indicate if your company is currently registered with the Systems for Award Management (SAM) database. If not, indicate if it has been registered or does it plan to register.
3. In consideration of NAICS code 237790, with a small business size standard in dollars of
$36.5M, indicate which of the following small business categories your business is classified under: Unrestricted Business, Small Business, Veteran Owned Small Business, Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Small Business, HUBZone Small Business, or 8(a) Business.
4. Indicate if your company is currently prohibited from doing business with the Federal Government. Yes/No. (If yes, explain).
5. Provide evidence for bonding capacity for a dredging project of the anticipated magnitude detailed above.
6. Provide at least three (3) examples of projects similar in size and scope directly performed by your company, dates of projects, project references (including owner with phone number and email address), floating plant, and final costs of completed projects. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.
7. The submittal should contain and identify all expertise, types and number of equipment, and name and number of personnel. The contractor must also have worked previously with the Federal government on a similar job and provide examples of those jobs and references (name and phone number) to assure expertise.
8. Total submittal shall be no longer than ten (10) pages in one (1).pdf file double sided pages will count as two (2) separate pages.
The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. The prime contractor will have to perform the administration of the project.
Comments will be shared with the Government and the project design team, but otherwise will be held in strict confidence.
Submission Instructions: THIS NOTICE IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. In addition, this sources sought is not to be considered as a commitment by the Government, nor will the Government pay for any information solicited or delivered.
Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 12:00 P.M. Eastern Standard Time (EST) May 8, 2019. All responses under this Sources Sought Notice must be emailed to, Leigha Arnold, Contract Specialist - leigha.m.arnold@usace.army.mil referencing the sources sought notice number W912DR19B0014.
Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Leigha Arnold via email leigha.m.arnold@usace.army.mil.
- Opportunity closing date
- 08 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Baltimore United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.