The purpose of this synopsis is to gauge interest, capabilities and qualifications of members of the Dredging Community, to include Small Businesses as the Government must ensure there is adequate competition amongst the potential pool of responsible contractors.
Description of the Project
The Jacksonville District of the US Army Corps of Engineers is contemplating a base project to nourish approximately 1.6 miles of shoreline on Lido Key using beach compatible material. Placement area will occur between FDEP R-monuments R-34.5 and R-44. The fill template design includes a berm crest elevation of +4.0 feet North American Vertical Datum 1988 (NAVD88). Initial construction will consist of dredging approximately 1.2 million cubic yards from Big Sarasota Pass, primary offshore sand source, with the maximum dredge cut depth of -13.5' NAVD88. Project work also includes the construction of 2 groins at the south end of the project between R-42 and R-44. The groin construction will consist of 2-ton armor stones, placed on 12-inch-thick foundation mats, lying on geotextile fabric. The northern groin will be 170 feet in length and the southern groin will be 345 feet in length with a crest elevation set at +4.0 feet NAVD88. Other work includes, but is not limited to, beach tilling, construction/vibration control and monitoring, turbidity monitoring, environmental species monitoring, beach fill remediation and incidental related work.
Project location
Lido Key is located on the west coast of Florida within the City of Sarasota in Sarasota County and is approximately 45 miles south of Tampa and 20 miles southeast of the mouth of Tampa Bay. Longboat Key lies to the north of Lido Key across New Pass. Siesta Key is located to the south across Big Sarasota Pass. Sarasota Bay and the Intracoastal Waterway separate Lido Key from the mainland. Access to the island is via the Ringling Causeway.
The Estimated Magnitude of construction is between $20,000,000 and $30,000,000.
The estimated period of performance is 275 calendar days after Notice to Proceed.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 237990 - Dredging and Surface Cleanup Activities. 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.
The Small Business Size Standard for this project is $27.5 million.
Firm's response to this Synopsis shall be limited to (5) pages and shall include the following information:
1. Firm's name, address, point of contact, phone number, website, and email address.
2. Firm's interest in bidding on the solicitation as an invitation for bid (IFB) when it is issued.
3. Firm's capability to perform a contract of this magnitude and complexity (include firm's capability to execute comparable work performed within the past (10) years). Firms should provide at least 3 examples which include, at a minimum, the following information:
a. Brief description of the project
b. Customer name
c. Timeliness of performance
d. Customer satisfaction
e. Dollar value of the project
4. Firm's socioeconomic category - Small Business, 8(a) participants, service-disabled veteran-owned small business concerns (SDVOSB), women-owned small business (WOSB), or HUBzone small business concerns. If your firm is a Small Business, be sure you understand the performance of work requirements for your specific socioeconomic category. i.e. SB, 8(a), SDVOSB, WOSB, or HUBZone.
5. If significant subcontracting or teaming is anticipated in order to deliver technical capability, firms should address the structure of such arrangements to include Joint Venture information if applicable - existing and potential.
6. Firm's Bonding Capability (construction bonding level per contract and aggregate construction bonding level, both expressed in dollars) via letter from bonding company
NOTES:
DO NOT SUMBIT A RESPONSE TO THIS SYNOPSIS IF YOU DO NOT INTEND TO BID ON THIS PROJECT.
DO NOT SUBMIT PROPRIETARY AND/OR BUSINESS CONFIDENTIAL DATA.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed project are invited to submit a response to this Sources Sought Notice by no later than 19 March 2019 by 2:00 PM Local Time. All responses under this Sources Sought Notice must be emailed to [email protected].
Prior Government contract work is not required for submitting a response under this sources sought synopsis.
You must be registered with the System for Award Management (SAM) in order to receive a Government contract award. To register go to www.sam.gov.