Inactive
Notice ID:W912P8-19-SS-0004
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY CORPS OF ENGINEERS, NEW ORLEANS DISTRICT, IS SEEKING THE LEASE OF ONE DUSTPAN HYDRAULIC DREDGE, FULLY OPERATED WITH ATTENDANT PLANT THIS NOTICE IS...
THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THE U.S. ARMY CORPS OF ENGINEERS, NEW ORLEANS DISTRICT, IS SEEKING THE LEASE OF ONE DUSTPAN HYDRAULIC DREDGE, FULLY OPERATED WITH ATTENDANT PLANT THIS NOTICE IS FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. SOLICITATION, SPECIFICATIONS AND DRAWINGS ARE NOT AVAILABLE. RESPONSES ARE STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER IDENTIFIED INFORMATION. The tracking number for this announcement is W912P8-19-SS-0004. The NAICS codes for this proposed acquisition is 237990. The Government will use responses to this Sources Sought synopsis to make appropriate acquisition decisions regarding available sources for the lease of one Dustpan Hydraulic Pipeline Dredge, Fully Operated with Attendant Plant for use on the Mississippi River. The US Army Corps of Engineers, New Orleans District, solicits a capability statement from all qualified companies. This announcement will also determine the interest, availability and capability of Small Business concerns. The NAICS code for this procurement is 237990, which a small business size standard of $27,500,000. In order to be considered a small business for award, the small business concern must perform forty (40%) percent of the volume dredged with its own equipment or equipment owned by another small business dredging concern. The New Orleans District anticipates awarding a three (3) year (Base + Two Option Years) Firm Fixed Price contract. The estimated construction cost is between $25,000,000 and $100,000,000.00 over the three (3) year period. The work will consist of furnishing, delivering, and operating one fully operated dustpan hydraulic pipeline dredge and attendant plant for the removal and satisfactory disposal of shoal material. The primary dredging region will be any point on the Mississippi River between Mile 320 AHP and Mile 103 AHP (New Orleans, LA). The secondary dredging regions will be any point on the Mississippi River between Mile 953.8 AHP (Cairo, IL) and Mile 320 as well as other waterways within the New Orleans District. The dredge shall have at least a 38 inch inside diameter discharge size, which will be considered to be the minimum inside diameter of either the pump discharge or discharge pipeline, whichever is the lesser. The dredge shall have a minimum of 2850 pump brake horsepower applied to the pump impeller, capable of continuous operation, and have a manufacture's horsepower rating for continuous operation. The dredge shall be adequately powered and geared and properly equipped for the pump size and horsepower used. The dredge shall be required to maintain a minimum production rate of 3200 cubic yards per pumping hour, as measured with the dustpan head at a depth of 35 to 75 feet, cutting a 6-foot face, discharging through 1,000 ft. of floating pontoon pipeline, and pumping medium grained sand. Interested firms should submit a capabilities package to include the following: (a) business classification (i.e. SB, WOSB, HUBZone, etc.), (b) proof of bonding capability (c) the type and specifications for the equipment that would be utilized for this project. Additionally, (d) firms must submit experience in performing work requirements of a similar size and magnitude as stated above. This experience must have been performed within the last five years. Responses are due by 9 April 2019 at 10:00 am, local time. Responses should be sent via email to Bridget M. Bonnecarrere (bridget.m.bonnecarrere@usace.army.mil). Responses are limited to ten (10) pages. Interested firms shall provide the above documentation in one original form. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. If you can meet the above requirements please respond to this announcement by email to Bridget M. Bonnecarrere to bridget.m.bonnecarrere@usace.army.mil and reference the Sources Sought Notice tracking number, W912P8-19-SS-0004, in the subject line. The results of this market survey notice will be used to determine the appropriate acquisition strategy for the solicitation. NOTE: Contractors must be registered in SAM (System for Award Management) to be eligible for contract award or payment from any DOD activity. Registration requires applicants to have a DUNS number from Dun & Bradstreet. Recommend registering immediately in order to be eligible for timely award.