Inactive
Notice ID:W912BU19MDCDCANAL
Action Code: Sources Sought Class Code: Z Subject: Market Survey, Maintenance Dredging, Sta. 00+000 to Sta. 250+440, Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland Solicitatio...
Action Code: Sources Sought Class Code: Z Subject: Market Survey, Maintenance Dredging, Sta. 00+000 to Sta. 250+440, Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland Solicitation No.: W912BU-19-MDCDCANAL Set-Aside Code: N/A Response Date: 2 July 2019 Place of Performance: Inland Waterway Delaware River to Chesapeake Bay, DE & MD Description of Work: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women-Owned, or Service Disabled Veteran Owned Business contractors or for any information pertinent to this industry as part of our ongoing Market Research for the following proposed contract: The U.S. Army Corps of Engineers, Philadelphia District, intends to conduct work which consists of Maintenance Dredging, Sta. 00+000 to Sta. 250+440, Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland. a. Maintenance dredging under this contract will be performed at various locations along the Inland Waterway Chesapeake and Delaware Canal and Upper Chesapeake Bay portion of this project. b. Base work shall include dredging of the canal from Station 00+000 to Station 250+440. Dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. c. Dredging will be required to a depth of 35' MLLW (Datum) plus 1' allowable overdepth within the contract work limits shown on the drawings from station 00+000 to station 99+000 and 35' MLLW (Datum) plus 2' allowable overdepth within the contract work limits shown on the drawings from station 99+001 to station 250+440, with no side slopes delineated and/or paid for. d. Before and after dredging quantities will be computed on the same basis as those issued by amendment to the advertisement. e. This is a contour dredging project. f. Project Environmental Window: All dredging (hopper, hydraulic, or bucket) is restricted during the period between April 1 and August 31 annually in order to minimize impacts to migratory fish. Contract duration is projected at 120 calendar days from the Notice to Proceed (NTP). Contractor must be prepared to commence actual dredging operations within ten (10) days of the Notice to Proceed (NTP). The estimated price order of magnitude is $5M - $10M. Any contract issued will be issued as a Firm Fixed Price. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237990 and the size standard is $36.5 million. Responses 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 e-mail 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 the 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 number and e-mail address). Responses should be sent to Robert Hutcheon at robert.w.hutcheon@usace.army.mil on or before 2 July 2018 at 3:00 PM EST.