Inactive
Notice ID:W912EP19Z0040
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to ...
The U.S. Army Corps of Engineers, Jacksonville District is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Miami Harbor Maintenance Dredging,50-Foot Project, Miami-Dade County, Florida. The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB) on or about July 11, 2019. No reimbursement will be made for any costs associated with providing information in response to this sources sought synopsis or any follow-up information requested. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of industry. The Government must ensure there is adequate competition among the potential pool of responsible contractors. Description of the Project The project work consists of maintenance dredging of shoal material from the Federal navigation channel. The work consists of Entrance Channel Cuts 2 through 3, Fisher Island Turning Basin, Fisherman's Channel, Lummus Island Turning Basin, and Main Turning Basin. The project will entail bed leveling of Cut 2 to a required depth of 52 feet; the dredging of Cut 3, Fisher Island Turning Basin (FITB), Fisherman's Channel, and Lummus Island Turning Basin (LITB) to the required depth of 50 feet; and the dredging of the Main Turning Basin to the required depth of 36 feet. All dredging areas will incorporate 1 foot of allowable overdepth. All dredged material from the project will be disposed of in the Miami Ocean Dredged Material Placement Site (ODMDS) located approximately 2 nautical miles from the eastern end of the Entrance Channel. Additional work includes, but is not limited to, endangered species monitoring and turbidity monitoring. The Estimated Magnitude of construction is between $5,000,000 and $10,000,000. The estimated period of performance is 90 Calendar days from the date of Notice to Proceed. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990, Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this project is $27.5 million. Firm's response to this Synopsis shall be limited to (5) pages and shall include the following information: 1. Firm's name, address, point of contact, phone number, website, and email address. 2. Firm's interest in bidding on the solicitation as an invitation for bid (IFB) when it is issued. 3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past (10) years). Firms should provide at least 3 examples which include, at a minimum, the following information: a. Brief description of the project b. Customer name c. Timeliness of performance d. Customer satisfaction e. Dollar value of the project 4. Firm's socioeconomic category - Small Business, 8(a) participants, service-disabled veteran-owned small business concerns (SDVOSB), women-owned small business (WOSB), or HUBzone small business concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone. 5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential. 6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company NOTES: DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT. DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 14 June 2019 by 2:00PM Local Time. All responses under this Sources Sought Notice must be emailed to Timothy.G.Humphrey@usace.army.mil. Prior Government contract work is not required for submitting a response under this sources sought synopsis. You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.