Skip to main content

An official website of the United States government

You have 2 new alerts

Redwood City Harbor Maintenance Dredging

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 05, 2023 07:16 am PST
  • Original Published Date: Dec 14, 2022 12:11 pm PST
  • Updated Response Date: Jan 13, 2023 03:00 pm PST
  • Original Response Date: Jan 13, 2023 03:00 pm PST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Redwood City , CA 94063
    USA

Description

SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI)

U.S. ARMY CORPS OF ENGINEERS

SAN FRANCISCO DISTRICT

***THIS IS A SOURCES SOUGHT SYNOPSIS / REQUEST FOR INFORMATION (RFI). THIS RFI IS RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 15.201 FOR MARKET RESEARCH PURPOSES ONLY. THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS (RFP) AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO SEEK PROPOSALS OR AWARD A CONTRACT AT THIS TIME. ***

SUMMARY:

The Government is seeking sources for Market Research ONLY to support the services listed below for which the applicable NAICS code is 237990, Dredging Services. The Product Service Code (PSC) will be Z1KF. The Standard Industrial Code (SIC) used is Z299. The size standard for small business is $32,500,000.00.  Interested parties sought for the maintenance dredging of the Redwood City Harbor Project.  This project will be solicited as an Invitation For Bids (IFB) contract.  Interested parties will be invited to attend a Pre-Solicitation conference to receive the latest project related information as well as information on available permitted upland disposal sites and Government–furnished disposal sites.

NO AWARD will be made from this Sources Sought. NO SOLICTATION, SPECIFICATION, OR DRAWINGS ARE AVAILABLE AT THIS TIME.

Potential offerors having the skills and capabilities necessary to perform the described services below are invited to provide feedback via email to: Mary.Fronck@usace.army.mil

All responses will be analyzed in order to determine the appropriate strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential small business sources including certified HUBZone small business, Service-Disabled Veteran Owned small business, Veteran-Owned small business, Certified 8(a) small business, Women-Owned small business, etc. Other than Small Business may respond to this notice in the event the market does not indicate significant Small Business interest.

PROJECT DESCRIPTION:

The work includes maintenance dredging of the federal navigation channel of Redwood City Harbor Reaches 1 through 6. The contract project depth of -30-ft plus 1-ft of paid over-depth and 1-ft of non-paid over-depth contains approximately 250,000 cubic yards of dredged material to be dredged and disposed at a Contractor-furnished beneficial reuse site, a Government-furnished in-bay disposal site (SF-11), and a Government-furnished beneficial reuse site (Eden Landing).  The Eden Landing site has a maximum capacity of 100,000 cubic yards. All Contractor-proposed upland beneficial reuse sites must be fully permitted.  Acceptance will be based on achieving project depth in 100 percent of the project footprint within the contract period of performance.

The estimated price range for this project is $5,000,000 - $10,000,000.

Anticipated solicitation issuance date is on or about May 17, 2023, and the estimated Bid Open date is on or about June 19, 2023.  The official synopsis citing the solicitation number will be issued on Federal Business Opportunities (www.sam.gov) and inviting firms to register electronically to receive a copy of the solicitation when it is issued.

CAPABILITIES AND QUALIFICATIONS:

Interested parties should provide responses demonstrating that they have qualified personnel with recent knowledge and experiences as well as:

  1. The capability to dredge using appropriately sized dredge plant and support equipment suitable for the project site conditions and requirements; To complete all work within the contract period of performance, which will be identified in the contract.  Hopper dredging is prohibited for this project. Interested parties must have the capability and equipment necessary for dredging and disposal of material at the various assortment of disposal sites for this project, including a Contractor-furnished beneficial reuse site, Government-furnished in-bay disposal site (SF-11), and Government-furnished beneficial reuse site (Eden Landing).  Interested parties are required to submit proof of ownership, or access to a mix size scow that can work in parallel to dispose of material at a Contractor furnished upland beneficial reuse site, SF-11 or Eden Landing.  The Eden Landing disposal site is a shallow site, requiring the use of shallow draft scows and disposing the dredged material during high tide times of the day.  All proposed equipment must be identified including the current location of the dredge plant as part of the response to this Market Research.
  2. Executing the overall contract work within the environmental work window, which is from 1 June to 30 November.
  3. Offeror’s type of small business and Business Size (Small Business, Certified 8a, Certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). 
  4. The capability to perform a contract of this magnitude and complexity based on the scope of work (include the firm's capability to execute dredging and comparable work performed within the past five (5) years).  Provide at least three (3) examples with a maximum of three (3) pages with the following information:
    • A brief description of the project(s),
    • Customer name,
    • Timeliness of performance,
    • Customer satisfaction,
    • List of equipment used, and
    • Dollar value of the project.

Respondents will not be notified of the results of the evaluation.  Firms responding to this announcement, who fail to provide ALL of the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement.

Your response is limited to 10 single-sided pages total – using 10pt font.  Please label your email response as follows: Subject: Response to W912P7-23-S-0003:  Sources Sought market research for “Redwood City Maintenance Dredging.”

All interested contractors or potential offerors having the skills and capabilities necessary to perform the described services above should notify this office in writing by email by 3:00 PM Pacific Time on 13 January 2023.  Submit response and information to: Mary.Fronck@usace.army.mil

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 450 GOLDEN GATE AVENUE
  • SAN FRANCISCO , CA 94102-3406
  • USA

Primary Point of Contact

Secondary Point of Contact





History