W912EP24Z0031 – Sources Sought – MAINTENANCE DREDGING INTRACOASTAL WATERWAY CUT-V-22 THRU CUT-V-40 PONCE DE LEON INLET CUT-1A THRU CUT-13N & CUT-3S, VOLUSIA COUNTY, FLORIDA

Apr 25, 2024 | Sources Sought

MAINTENANCE DREDGING INTRACOASTAL WATERWAY CUT-V-22 THRU CUT-V-40 PONCE DE LEON INLET CUT-1A THRU CUT-13N & CUT-3S, VOLUSIA COUNTY, FLORIDA

This is announcement constitutes a Source Sought Synopsis.  This announcement seeks information from industry and will only be used for preliminary planning purposes.  THIS IS NOT A SOLICITATION FOR BIDS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS.  Respondents will not be notified of the results of the evaluation. 

The Jacksonville District of the U.S. Army Corps of Engineers is seeking interest from prospective bidders for a potential fiscal year (FY) 2024 award of the aforementioned project.  The purpose of this synopsis is to gauge of interest, capabilities and qualifications of various members of the Construction Community, to include Small Businesses, as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors. 

The proposed project will be a Firm Fixed Price (FFP) contract. The Jacksonville District anticipates the issuance of an Invitation for Bid (IFB).  No reimbursement will be made for any costs associated with providing information in response to said synopsis or any follow-up information requested.

The Jacksonville District of the US Army Corps of Engineers is seeking interested bidders for a project that consists of maintenance dredging approximately 900,000 from the Intracoastal Waterway (IWW) in the vicinity of Ponce de Leon Inlet and the Ponce de Leon Inlet navigation channel. Excavated material from both projects will be placed in the North Beach Placement Area which lies north of the inlet. Incidental work adheres to permit and NEPA requirements to include but not limited to: turbidity monitoring, environmental species monitoring, beach fill quality control, and beach tilling.

The Estimated Magnitude of construction is between $10,000,000 and $25,000,000.

The project will have an estimated period of performance of 300 calendar days after issuance of Notice to Proceed (NTP). 

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 $45.0 million.

Anticipated solicitation issuance date is on or about 30 May 2024 and the anticipated response date is on or about 26 July 2024.  The official Synopsis citing the solicitation number will be issued on the SAM.gov Contracting Opportunities Website: Sam.gov.

Responses to this Sources Sought/Request for Information Notice shall be limited to 7 pages and shall include the following information:

(1) Industry is asked to provide a response addressing the following objectives or questions:

  1. Will your firm participate in the solicitation of this consolidated requirement?
  2. Do you see any negative impact to competition the consolidation of these two projects into one solicitation?    
  3. What impediments, if any, will prevent your firm to submit a bid if these projects are consolidated in one solicitation?
  4. What are the proposed methods to clear the channel to the required depth of 12 feet Mean Lower Low Water?
  5. What means and methods would be most preferred to transport the excavated material to the disposal location?
  6.  Does any specialized equipment need to be utilized to complete this project or would standard dredge equipment be utilized?

Company/Contractor name, address, point of contact, phone number and e-mail address.

(2) Industry is asked to submit their interest, capabilities and qualifications as follows:

  1. Company/Contractor name, address, point of contact, phone number and e-mail address.
  2. Company’s interest in bidding on the subject requirement when issued.
  3. Company’s capability to perform a contract of this magnitude and complexity (include company’s capability to execute comparable work performed within the past 10 years).  Company should provide at least 3 examples which, at a minimum, include the following:
    1. Brief description of the project
    2. Customer name
    3. Customer satisfaction
    4. Timeliness of performance
    5. Dollar value of the completed projects
  4. Offeror shall identify their Small Business classification and Small Business Size

_ Small Business

_ Small Disadvantage Business

_ 8(a) Small Business

_ HUB Zone

_ SDVOSB

            _ WOSB

  1. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangement include Joint Venture information, if applicable – existing and potential.
  2. Bonding Capacity (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from the bonding company.
     

NOTES:

DO NOT SUBMIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.

DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENITAL DATA.

TO BE CONSIDERED SMALL FOR PURPOSES 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.

Submission Instructions:

Interested parties who consider themselves qualified to perform the work associated with the subject requirement, are invited to submit a response to this Sources Sought Notice no later than 6 May 2024 at 12:00PM, eastern. All responses under this Sources Sought Notice shall be sent to Mr. Frederick L. Cooper via email at [email protected] and Ms. Manuela Voicu at [email protected].  

Prior Government contract work is not required for submitting a response under this sources sought synopsis. 

You must be registered in the System for Award Management (SAM), in order to be eligible to receive an award from any Government solicitation.  To register, go to www.sam.gov. For additional information visit the website for the Federal Service Desk (www.FSD.gov) which supports SAM or contact them at 866-606-8220 for assistance.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.