Description
This is a SOURCES SOUGHT NOTICE FOR MARKET RESEARCH ONLY – This notice does not constitute a solicitation announcement or restrict the Government to an ultimate acquisition approach, and NO AWARD will occur from this notice. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this notice. Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. The purpose of this notice is to gain knowledge of potentially qualified small business sources to include small businesses in the following categories: Small Business, Small Disadvantaged Business, Certified HUBZone, Woman-Owned, and Service-Disabled Veteran-Owned relative to NAICS code 237990, which has a Small Business size standard of $30 million or less. To be considered small for purposes of Government procurement, a firm must perform at least 40% of the volume dredge with its own equipment or equipment owned by another small business dredging concern. Responses will be used to determine appropriate acquisition decisions. A target of three (3) indefinite delivery contracts (IDC) will be negotiated and awarded with one (1) year base period and four (4) one (1) year option periods. The not-to-exceed amount for this IDC will be $80,000,000.00 and will be shared amongst MATOC contractors. Work will be issued by negotiated firm-fixed price task orders. This will be a regional contract, and task orders may be issued for mechanical dredging/clearing and snagging work in any of the following LRD Districts: Nashville (LRN), Louisville (LRL), Huntington (LRH), and Pittsburgh (LRP). This includes any navigable waters and navigable tributaries of the Ohio River, above it's confluence with the Mississippi River. However, responses to the questions below could affect this overall decision. Work performed will approximately rank between 0 cubic yards and 400,000 cubic yards, with a production rate for each respective task order ranging between 0 tons per hour to 350 tons per hour. This rate will be determined by the Government and is a mandatory performance metric for each task order. The selected contractor(s) must have the ability to deploy equipment large enough to meet required production rates, as well as grade accuracy tolerances, satisfactory to the Government. The following dredge scenarios may be used in individual task orders. Independent Dredge/Disposal: Dredging and disposal activities are performed by the same piece(s) of equipment at different times. This may involve more than one crane (derrick, excavator, etc) but dredge and disposal activities do not occur simultaneously. This also includes projects in which all dredged material is loaded at one location, then transported to another area for disposal via another piece of equipment. Simultaneous Dredge/Disposal: A project in which two or more separate cranes (derricks, excavators, etc) are dedicated separately to the material loading and unloading actions for a single task order. Lo…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (3)