Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:GROUP2-18-R-J003
NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 2 – SMALL BUSINESS SET ASIDE: Cavache, Inc....
NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 2 – SMALL BUSINESS SET ASIDE: Cavache, Inc. (W912EP19D0038); CJW Construction (W912EP19D0039); Coastal Dredging Company, Inc. (W912EP19D0040); Cottrell Contracting Corporation (W912EP19D0041); Florida Dredge and Dock, LLC (W912EP19D0042); Southern Dredging Co., Inc. (W912EP19D0043); Southwind Construction Corp (W912EP19D0044); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0045). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS THE GROUP 2 – SMALL BUSINESS SET ASIDE DREDGING MATOC POOL. A Pre-Proposal Conference will be held on 20 February 2020 @ 10:00 am, Local Time via teleconference. The call-in number is: 877-336-1839, the ACCESS CODE is: 7686743, and the SECURITY CODE is: 1234. It is requested that an email be sent to brian.j.kilpatrick@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The project work consists of maintenance dredging of Fort Myers Beach Harbor, Lee County, Fort Myers Beach, Florida and incidental related work. The Federal Channel will be dredged to a 12-foot required depth plus 2 feet of allowable overdepth. Upland pipeline transport to the nearshore placement area is prohibited south of the terminal jetty. All dredged material will be placed in the nearshore placement area located approximately a quarter mile east from Ft. Myers Beach Pier. Maximum pumping distance will be approximately 3.5 miles. The dredge brought to the site can be no less than 16 inch cutter suction dredge. Work also includes turbidity monitoring and environmental protection activities. NAICS Code 237990, size standard $27.5 million. Magnitude of construction is between $1,000,000.00 and $5,000,000.00. The Solicitation will be issued on or about 4 February 2020 and proposals will be due on or about 3 March 2020. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The factors for evaluation will be as follows: FACTOR 1 - Availability of technically acceptable plant and equipment. FACTOR 2 - Past performance. Solicitation will be issued in electronic format only and will be posted on the beta Sam.Gov website at https://beta.sam.gov/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the beta Sam.Gov website at https://beta.sam.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.