The RFP Database
New business relationships start here

Crescent City Dredging


California, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Dredging Services. The Federal Supply Code (FSC) will be Z1KF. The Standard Industrial Code (SIC) used is Z299. The size standard for small business is $27,500,000.00. To be considered small for the purpose 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 (13 CFR 121.201,footnote 2). Interested parties sought for a maintenance dredging project located in Del Norte County, CA. Project will be solicited as a Single Year, Invitation For Bids (IFB) contract to include dredging in Crescent City channel.

NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME.


Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: Mary.Fronck@usace.army.mil


All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest.


Project Description:
The work consists of maintenance dredging to achieve contract depth in the Marina Access Channel, Inner Harbor Basin, and the Entrance Channel of the federal navigation channel of Crescent City Harbor. The project depth for the Marina Access Channel and Inner Harbor Basin is -15-ft MLLW plus 1-ft of paid overdepth and -20-ft MLLW plus 1-ft of paid overdepth for the Entrance Channel. The project contains approximately 75,000 cubic yards of dredged material to be excavated, transported, and disposed. The dredged material from the Entrance Channel is suitable for Whaler Island, and the material from the Access Channel and Inner Basin is suitable for the upland disposal site and HOODS. The dredged material from the Entrance Channel to Whaler Island would be hydraulically pumped while the Marina Access Channel and Inner Harbor Basin shall be dredged by a clamshell if the disposal site is HOODS, otherwise the dredged material would be hydraulically pumped to the upland disposal site. If the upland disposal site is used, then the project would include excavating approximately 20,000 to 40,000 cubic yards of material from the upland disposal site and hauling it to a disposal/beneficial reuse site. Acceptance will be based on achieving contract depth in 100 percent of the project footprint within the contract period of performance.


The estimated price range for this project is $5,000,000 - $10,000,000.


Anticipated solicitation issuance date is approximately July 2019 and the estimated Award date will be in August 2019. The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.fbo.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued.


CAPABILITIES AND QUALIFICATIONS:
a. Qualified personnel are required with recent knowledge and experience in:


1. Interested parties must have the capability to dredge, including appropriately sized dredge plant and support equipment in order to complete all work within the contract period of performance identified in the contract solicitation. Interested parties must have the capability and equipment necessary for dredging and disposal of material at the Government-furnished deep ocean disposal site HOODS. All proposed equipment must be identified as well as the current location of the dredge plant and scows as part of the response to this Market Research.


2. Interested parties may submit bid proposals for disposal of dredged material at any permitted upland sites provided the contract work can be completed within the specified period of performance.
3. Offeror's type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.).
4. Firm's capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute dredging and comparable work performed within the past five (5) years): provide a brief description of the project(s), customer name, timeliness of performance, customer satisfaction, list of equipment used, and dollar value of the project. Provide at least three (3) examples maximum three (3) pages.


RESULTS INFORMATION: Respondents will not be notified of the results of the evaluation. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.


Your response is limited to 10 single-sided pages total - using 10pt font. Please label your email response as follows: Subject: Response to W912P719S0010: Sources Sought market research for "Crescent City Dredging."


All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email or mail by 3:00 PM Pacific Time on 4 February 2019. Submit response and information to: Mary.Fronck@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 450 Golden Gate Ave, San Francisco, CA 94103-1398.
_____________________________________________________________________________________________
Contracting Office Address:
USACE District, San Francisco, 450 Golden Gate Ave, San Francisco, CA 94103
Place of Performance:
USACE District, San Francisco, 450 Golden Gate Ave, San Francisco, CA 94103 US
Point of Contact(s):
Mary Fronck, 415-503-6554
Mary.Fronck@usace.army.mil


Mary Fronck, Contracting Officer, Phone 4155036554, Email mary.fronck@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP