Maryland Bids > Bid Detail

Twitch Cove and Big Thorofare

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159239761837654
Posted Date: Mar 14, 2023
Due Date: Mar 29, 2023
Solicitation No: W912DR-23-X-0UNG
Source: https://sam.gov/opp/73a03dfc30...
Follow
Twitch Cove and Big Thorofare
Active
Contract Opportunity
Notice ID
W912DR-23-X-0UNG
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST BALTIMORE
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 14, 2023 08:20 am EDT
  • Original Response Date: Mar 29, 2023 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 29, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z2PZ - REPAIR OR ALTERATION OF OTHER NON-BUILDING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Ewell , MD 21824
    USA
Description

Twitch Cove and Big Thorofare Jetty Rehabilitation



Somerset County, Maryland 21824





This is a SOURCES SOUGHT NOTICE, W912DR-23-X-0UNG which serves as a market research tool to obtain information from industry and will be used for preliminary planning purposes. Only firms who respond to this announcement by submitting the requested information will be considered in determining whether to set-aside this requirement for small business concerns. THIS IS NOT A SOLICITATION FOR PROPOSALS, QUOTATIONS, OR BIDS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF THIS NOTICE. The Government is under no obligation to issue a solicitation as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this Sources Sought notice or any follow-up information. Respondents will not be notified of the results of this notice.





PROJECT DESCRIPTION:



The U.S. Corps of Engineers Baltimore District is seeking sources for a jetty rehabilitation project entitled, Twitch Cove and Big Thorofare Jetty Rehabilitation located in Somerset County, MD. The place of performance is located near on Smith Island near the Town of Ewell in Somerset County, Maryland. The magnitude of construction is between $1,000,000 and $5,000,000. The construction duration will be approximately 180 calendar days.



The scope includes repairs of both the North and South jetties at the western entrance of the Big Thorofare federal navigation channel. Repairs to the jetties will restore them their authorized dimensions at a minimum. The north jetty is 2,070 ft long, and the south jetty is 1,800 ft long. The jetties are authorized to have a crown elevation of +4.0 ft mlw, a crown width of 2.0 ft with the exception of the seaward 120 ft of the north jetty which was 4.0 ft, and side slopes of 1V:2H, except for the bay side of the north jetty which was designed for 1:1 along the landward 1,950 ft. There is a possibility of the need to dredge an access channel near the jetties to allow better barge access.



It is estimated that the primary contractor is to complete 90% of the work, and any subcontractor to complete the remaining 10%.





INTERESTED SOURCES:



Interested sources must submit a narrative demonstrating their qualifications to perform the work as described above. The narrative shall include a summary of qualifications, details of similar work experience, including dates of performance and references with contact information. Interested parties shall have similar work experience, specifically with the federal government. Contractors should present and identify all expertise, types and number of equipment, bonding limit, and name and number of personnel. The Contractor must have access to equipment for the work they will perform (including purchase, delivery, and placement) and should describe the elements of work they would likely self-perform. The Contractor should be familiar with the Federal safety manual, Government submittals, RMS, and provisions of the Davis-Bacon Act.



Narrative shall be no longer than 12 pages. Comments will be shared with the Government and the Project Management Team (PMT), but otherwise be held in strict confidence.





SUBMISSIONS:



Must submit the following at a minimum:



1. Company name, address, phone number, and email address for a point of contact.



2. In consideration of NAICS code 237990 with a size standard in dollars of $39,500,000, provide Company's CAGE Code and Unique Entity ID (UEI) Number to verify your business status as a qualified Small Business, Small Disadvantaged Business, Service-Disabled Veteran Owned SB (SDVOSB), Veteran Owned Small Business (VOSB), Historically Underutilized Business Zones (HUBZone), Certified 8(a) or Women Owned Small Business (WOSB).



3. Indicate the primary nature of your business.



4. Percentage of work capable of being performed with your equipment.



5. A dated letter from the surety regarding the bonding capability for a single contract action and aggregate of the interested small business prime contractor.



6. Capability statements shall provide at least two (2) examples, but no more than three (3) examples of projects similar to the requirements described above within the past ten (10) years. Include point of contact information for each of the examples, as past performance on indicated projects may be verified. Contractors with unsatisfactory past performance may not be considered capable of successfully performing this type of work.



7. Email responses are required.



Interested parties who consider themselves qualified to perform the above-listed requirement are invited to submit a response to this Sources Sought Notice NLT 11:00 A.M. Eastern Standard Time (EST) March 28, 2023. All responses under this Sources Sought Notice must be emailed to Amber Duty, amber.l.duty@usace.army.mil, Robert Ferebee, robert.l.ferebee@usace.army.mil, and Nicole Brookes, nicole.c.brookes@usace.army.mil, referencing the Sources Sought Notice number W912DR-23-X-0UNG.



Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If you have any questions concerning this opportunity please contact: Amber Duty, Robert Ferebee and Nicole Brookes via email at amber.l.duty@usace.army.mil robert.l.ferebee@usace.army.mil and nicole.c.brookes@usace.army.mil.



** Please note vendors not registered in the System for Award Management (SAM) database prior to award of contracts will not be eligible for award. Vendors must all be registered in SAM under the applicable NAICS code (237990) as indicated in the advertised Invitation for Bid (IFB) to be considered for award. Vendors may register for SAM online at www.sam.gov or by calling 1.866.606.8220.






Attachments/Links
No attachments or links have been added to this opportunity.
Contact Information
Contracting Office Address
  • RESOURCE MANAGEMENT OFFICE 2 HOPKINS PLAZA
  • BALTIMORE , MD 21201-2526
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 14, 2023 08:20 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >