The RFP Database
New business relationships start here

Sacramento River (Sacramento Ship Channel) and San Joaquin River (Stockton Ship Channel) Dredging Projects


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 1629. The size standard for small business is $27,500,000.00. Interested parties sought for maintenance dredging project located near Sacramento and Stockton, CA. Project will be solicited as an Invitation For Bids (IFB) contract to include dredging in the inner harbor. Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information as well as information on available permitted upland disposal sites.

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: James.E.Garror@usace.army.mil or Shirley.A.Turbo@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 includes maintenance dredging of the federal navigation channel in the Sacramento River (Sacramento Ship Channel) and the lower portion of the San Joaquin River (Stockton Ship Channel). All dredged material is suitable as cover for upland beneficial use. The contract project depth of -30-ft plus 1-ft of paid overdepth from STA 330+00 to STA 703+00 in the Sacramento Ship Channel contains approximately 30,000 cubic yards of dredged material to be excavated from the Sacramento River that shall be transported and disposed at the Government-furnished upland disposal sites adjacent to the river, or at a permitted upland beneficial use site of the Contractor's choosing. The contract project depth of -35-ft plus 1-ft of paid overdepth from STA 450+00 to STA 700+00 contains approximately 30,000 cubic yards of dredged material to be excavated and disposed at the Government-furnished upland disposal sites adjacent to the river, or at a permitted upland beneficial use site(s) of the Contractor's choosing. Bidders may submit bids for dredging and disposal at Government-furnished upland site(s), and/or at Contractor-furnished upland disposal site(s). All proposed Contractor-furnished upland sites must be fully permitted.


The estimated price range for this project is $1,000,000 - $5,000,000.


Anticipated solicitation issuance date is on or about May 20, 2017 and the estimated bid Open Date is on or about June 19, 2017. 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 and equipment necessary for dredging and disposal of dredged material, including appropriately sized dredge plant and all necessary support equipment in order to complete all work within the period of performance specified in the contract solicitation. The use of a hydraulic cutterhead pipeline and hopper dredge plant is prohibited for this contract. Scow unloading may include the use of hydraulic pumps. All hydraulic pumps that require intake water to unload scows must be equipped with USFWS-approved fish screens. All proposed equipment must be identified as well as the current location of the dredge plant and support equipment as part of the response to this Market Research.


2. Contract work will be executed within the environmental work window, which begins August 1, 2017 and ends October 30, 2017 in the Sacramento River, and ends November 30, 2017 in the San Joaquin River. All dredging must begin at the downstream end of the project for both river systems to minimize impacts to listed endangered species.

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 W912P7-17-B-0004: Sources Sought market research for "Maintenance 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 5:00 PM Pacific Time on February 6, 2017. Submit response and information to: James.E.Garror@usace.army.mil, CESPN-CT, US Army Corps of Engineers, San Francisco District, 1455 Market St., Suite 1741B, San Francisco, CA 94103-1398.
_____________________________________________________________________________________________
Contracting Office Address:
USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103
Place of Performance:
USACE District, San Francisco, 1455 Market Street, San Francisco, CA 94103 US
Point of Contact(s):
Linda F. Hales, 415-503-6990
Linda.F.Hales@usace.army.mil


James E Garror, Contract Specialist, Phone 415/ 503-6988, Fax 415/ 503-6694, Email James.E.Garror@usace.army.mil - Shirley A. Turnbo, Contracting Officer, Phone 415-503-6987, Fax 415-503-6694, Email shirley.a.turnbo@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP