FY20 Gulf Coast Regional Hopper Dredging
***Notice has been edited to add Alicia Bounds, Alicia.K.Bounds@usace.army.mil as the Point of Contact for responses*** This is a Sources Sought/Request for Information only. This is NOT a Solicitatio... ***Notice has been edited to add Alicia Bounds, Alicia.K.Bounds@usace.army.mil as the Point of Contact for responses*** This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, New Orleans District is conducting research to determine the market capabilities of potential contractors to perform maintenance dredging for three (3) dredging projects. The areas of consideration include Mississippi River - Baton Rouge to the Gulf, Louisiana, Gulfport Harbor Bar Channel, Mississippi, and Sabine-Neches Waterway Outer Bar & Bank, Texas. Mississippi River - Baton Rouge to the Gulf, Louisiana The work will require a fully crewed and equipped self-propelled trailing suction type hopper dredge. The dredge will perform maintenance dredging of the Mississippi River and Southwest Pass. The estimated quantity is approximately 1,080 base hours and 1,080 option hours based on a large hopper dredge (rental basis). Gulfport Harbor Bar Channel, Mississippi The work will require a self-propelled trailing suction hopper dredge(s) and satisfactory disposal of dredged material into the EPA West Ocean Disposal Site. The dredge will perform maintenance dredging of the Gulfport Harbor Bar Channel. The estimated quantity is approximately 2M CY. Sabine-Neches Waterway Outer Bar and Bank, Texas The work will require a self-propelled trailing suction hopper dredge(s) and disposal of dredged material into the ODMDS sites 1 through 4. The dredge will perform maintenance dredging of the Sabine-Neches Waterway Outer Bar & Bank. The estimated quantity is approximately 2.5M CY. The anticipated Magnitude of Construction of this requirement is between $10,000,000 and $25,000,000.00. The government anticipates the work will be performed January-August 2020, but depending on the conditions and dredge capacity the period of performance may vary. All information is for market research purposes only and is subject to change. All interested firms with 237990 as an approved NAICs code have until Friday, 21 June 2019 at 4:00 p.m. EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Business Size, to include designation as HUB Zone, 8(a), Service Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HUB Zone and 8(a) via SAM. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/protégé and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/protégé arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Firm's capability to perform the magnitude and complexity outlined in the Scope of Work above (include firm's capability to execute construction comparable work performed within the past 5 years): Brief description of the project, beginning and end dates of projects, project references (including owner with phone number and email address), the project name and description of the key/salient features of the project, floating plant, your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role, and final costs of completed projects - provide at least 3 examples. It should also contain and identify all expertise, types and number of equipment, and number of personnel. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. PLEASE BE SURE TO INCLUDE WHICH DREDGING PROJECTS (INLCUDE NAME AND NUMBER) YOU ARE CAPABLE TO PERFORM WITH DOCUMENTATION OF YOUR CAPABILITY. - What negative impacts, if any, will your firm experience as a result of the consolidation of these specific requirements? - Will consolidating this requirement impact your ability to participate in this type requirement with the specified locations? The requested information shall be submitted electronically to: Ms. Alicia Bounds and Ms. Debbie Logan E-mail: Alicia.K.Bounds@usace.army.mil and Deborah.L.Logan@usace.army.mil The email should be titled: FY20 Gulf Coast Regional Hopper Dredging Sources Sought. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »