Marine Corps Support Facility - Blount Island, Maintenance Dredging, 38-Foot Project

SOL #: W912EP-19-B-0003Pre-Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Army
W074 ENDIST JACKSNVLLE
JACKSONVILLE, FL, 32207-0019, United States

Place of Performance

Place of performance not available

NAICS

Other Heavy and Civil Engineering Construction (237990)

PSC

Maint, Repair, Alter Real Property (Z)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 1, 2019
2
Last Updated
Feb 26, 2019
3
Response Deadline
Mar 1, 2019, 7:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

FUNDS ARE NOT PRESENTLY AVAILAVLE FOR THIS ACQUISITION. NO CONTRACT AWARD WILL BE MADE UNTIL APPROPRIATED FUNDS ARE MADE AVAILABLE.


A Pre-Proposal Tel-Conference will be held on Wednesday, February 14, 2019 from 10:00am - 11:00am, EST via teleconference. The call-in number is: 877-402-9753 and the ACCESS CODE is: 6546236. *Please utilize Security Code: 2873. It is requested that an email be sent to William.j.wallace@usace.army.mil to confirm attendance by your organization.


DESCRIPTION OF WORK:

The Project work consists of maintenance dredging the Marine Corps Support Facility -Blount Island channel to a required depth of 38 feet with an allowable 2-foot overdepth except for the portion of the channel from Sta. 8+32.6 to Sta. 6+00 which will be excavated to a depth of 50 feet with an allowable overdepth of 2 feet. The resulting dredged material will be placed in Dredged Material Placement Facility Dayson Island, located within one mile of the dredging area. Incidental work includes bird monitoring, turbidity and disposal monitoring, and standby time.

The contractor shall begin performance within 60 calendar days and complete performance within 105 calendar days after the Notice to Proceed (NTP). The performance period is mandatory.

PROPOSAL REQUIREMENTS:

The Invitation for Bid (IFB) will be issued on or about 1 February 2019 and bids will be due on or about 1 March 2019.

NAICS Code 237990, size standard $27.5 million.

Magnitude of construction is between $3,500,000 and $5,500,000.

THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE.

The IFB will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.

People

Points of Contact

Files

Files

Download
Download
Download
Download
Download
Download
Download

Versions

Version 5
Pre-Solicitation
Posted: Feb 26, 2019
View
Version 4
Pre-Solicitation
Posted: Feb 20, 2019
View
Version 3
Pre-Solicitation
Posted: Feb 19, 2019
View
Version 2Viewing
Pre-Solicitation
Posted: Feb 7, 2019
Version 1
Pre-Solicitation
Posted: Feb 1, 2019
View