Inactive
Notice ID:W912BU-19-B-Schuylkill
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there are adequate HUB...
This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned and Small Business contractors for the following proposed work. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of maintenance dredging of Schuylkill River: (a) Dredging of the 33-foot project will be required within the authorized channel limits to a depth of 33' MLLW plus 1' allowable overdepth. The overdepth limited by a vertical plane through the 33' contour. Station 0+600 to 16+980. Estimated quantities for Base Bid are 301,233CY and Option 1 estimated 322,802 CY. (b) No side or end slopes will be specified for this contract. (c) Before and after dredging quantities will be computed on the same basis as the foregoing. (d) Dredging work must be accomplished by hydraulic pipeline dredge only. (e) The use of hopper and mechanical/bucket dredges will not be permitted under this contract. (f) The Government-owned Fort Mifflin containment site, area B, will be available for disposal of dredged material by hydraulic dredge. (g) Contract period of performance will be 270 Calendar days. An Award for the Contract is anticipated for April 2019. Estimated cost range of the project is between $5,000,000 to $10,000,000. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 "Other Heavy and Civil Engineering Construction" with a small business size standard of $27.5M. [NOTE: Dredging - To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.] Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offeror's name, address, points of contact with telephone numbers and email addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on the first page of submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone and email address). Response should be sent to Akiba Muldrow; Akiba.t.muldrow@usace.army.mil on or before 20 February 2019 at 2:00pm EST.