SAN GABRIEL TO NEWPORT BAY, BEACH NOURISHMENT (SURFSIDE-SUNSET)-STAGE 13, ORANGE COUNTY, CALIFORNIA
SOURCES SOUGHT NOTICE: U. S. Army Corps of Engineers, Los Angeles District, in support of its San Gabriel River to Newport Bay, Beach Nourishment (Surfside - Sunset) - Stage 13 project located within ... SOURCES SOUGHT NOTICE: U. S. Army Corps of Engineers, Los Angeles District, in support of its San Gabriel River to Newport Bay, Beach Nourishment (Surfside - Sunset) - Stage 13 project located within the Southern California area - Orange County, CA This Sources Sought announcement is part of a market survey for information only, to be used for preliminary planning purposes. This is not a solicitation for proposals, and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. (Respondents will not be notified of the results of the evaluation). The US Army Corps of Engineers, Los Angeles District is seeking sources for Construction services consisting of dredging from an offshore borrow source and placement at Surfside-Sunset Beach within Orange County, California. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of the community of marine construction and dredging contractors. The Government strives to ensure that there is adequate competition among the potential pool of available contractors. Surfside-Sunset Dredging: Project consists of dredging 1,300,000 cubic yards of sandy material from an exposed open ocean nearshore borrow source located south of the Anaheim Bay entrance channel and approximately 10,000 feet from shore down to an elevation of -65.0 feet (MLLW) and placement onshore to construct a feeder beach at Surfside Colony. The contract completion time is 180 calendar days. Dredging operations are not allowed between March 15 and September 1st. The estimated magnitude of construction is between $10,000,000 - $25,000,000. Minimum capabilities required include: • Previous dredging experience with similar magnitude in quantity and complexity. Must have previous experience dredging in open ocean / high-energy wave environments (list examples). • Contractor must be able to sustain a minimum production of 10,000 cubic yards per day. • Contractor must be able to dredge in a range from -40.0 to -65.0 ft (MLLW). • The contractor must have an Air Quality Permit from the South Coast Air Quality Management District that allows contractor to dredge the contract volumes. North American Industrial Classification System (NAICS) Code applicable to this acquisition is 237990 - Other Heavy and Civil Engineering Construction. The Small Business Size Standard for this acquisition is $27.5 Million. Small Businesses are reminded under FAR 52.219-14, Limitations in Subcontracting that they must self-perform 15% of the work, not including the cost of materials, with its own employees. To be considered small for purposes of Government procurement, a firm must perform at least 15 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. 8(a) firms are reminded that they need to have a bonafide office in the area to where the work will be performed should the action be set-aside for the 8(a) program. Prior Government contract work is not required for submitting a response to this sources sought notice. Prospective prime contractors interested in this synopsis must respond to the following questions. Responses shall be limited to 5 pages. 1. Offeror's name, address point of contact, phone number and email address. 2. Offeror's interest in bidding on the solicitation when issued. 3. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute construction, experience of the prime contractor as well as any major subcontractors may be submitted; comparable work performed within the past 10 years, and brief description of project, customer satisfaction, and dollar value of project). Provide at least 3 examples. 4. Offeror's type of business and business size (whether large business, small business, HUBZone, Service Disabled Veteran Owned, 8(a), women-owned). 5. Offeror's joint venture information, if applicable, existing and potential. 6. Offeror's bonding capability (construction bonding level per contract and aggregate construction bonding level, expressed in dollars). 7. Offerors (other than small businesses) should also provide their assessment of the degree of involvement by Small and Small Disadvantaged Business subcontractors, stated as a percentage of subcontracted dollars. This sources sought announcement is open for responses from both small and large businesses. The Government is seeking to identify qualified sources either singularly or as part of an assembled team under North American Industry Classification System (NAICS) 237990 Other Heavy and Civil Engineering Construction. Interested firms should submit a document describing relevant demonstrated experience and qualifications via email to Patricia.B.Bonilla@usace.army.mil no later than 28 March 2019. The submission should address all questions in the sources sought questionnaire below and your firm's ability to perform the requirement. All interested firms must be registered in System for Award Management (SAM) to be eligible for award of Government contracts. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Patricia Bonilla, Contract Specialist at Patricia.B.Bonilla@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. Emails or phone calls requesting personal visits will not receive a reply. Contracting Office Address: U.S. Army Corps of Engineers, Los Angeles District ATTN: Patricia Bonilla 915 Wilshire Blvd, Suite 930 Los Angeles, CA 90017 Point of Contact(s): Patricia Bonilla Phone: 213-452-3255 Email: Patricia.B.Bonilla@usace.army.mil USACE SPL, Los Angeles District
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »