Illinois Bids > Bid Detail

Barge, Tow, and Dry Dock Services for Safety Testing

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
Opps ID: NBD00159468846970506
Posted Date: Jun 13, 2023
Due Date: Jun 29, 2023
Solicitation No: W912P6-23-S-0010
Source: https://sam.gov/opp/5cf0231602...
Follow
Barge, Tow, and Dry Dock Services for Safety Testing
Active
Contract Opportunity
Notice ID
W912P6-23-S-0010
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
LRD
Office
W072 ENDIST CHICAGO
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 13, 2023 02:52 pm CDT
  • Original Response Date: Jun 29, 2023 01:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jul 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1925 - SPECIAL SERVICE VESSELS
  • NAICS Code:
    • 483211 - Inland Water Freight Transportation
  • Place of Performance:
    Romeoville , IL 60446
    USA
Description

This is a SOURCES SOUGHT SYNOPSIS. No proposals are being requested or accepted with this synopsis. The amount of information available for publication at this time is limited. This notice is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This procurement may be unrestricted and utilize full and open competition in accordance with FAR 6.1. However, in accordance with FAR 19.502-2 (b), the Contracting Officer may consider a total small business set-aside if market research suggests offers can be obtained from at least two responsible small business concerns that are competitive in terms of fair market prices and quality.



The purpose of this sources sought synopsis is to determine the availability of qualified contractors to perform these services described herein to include Certified Small Businesses, 8(a) contractors, HUBZone Certified Small Business Concerns, Woman- Owned Small Businesses and Service Disabled Veteran Owned Small Businesses.



Sources are being sought for Barge, Tow and Dry Dock Services for Safety Performance Testing at the CSSC Fish Barriers, Romeoville, IL. The contractor is required to provide barges, tow boats, operating crew, storage facilities, dry dock facilities, welding services, loading service, crane service, materials and barge docking facilities for eight months after the date of award.



The contractor will be required to provide barges, tow boats, operating crew, storage facilities, , loading service, materials and barge docking facilities for eight (8) months after the date of award. USACE operates three Aquatic Nuisance Species Dispersal Barriers, which are located between the Romeoville Road Bridge (RM 296.7) and the Pipeline Arch (RM 296.1) in the Chicago Sanitary and Ship Canal (CSSC). The U.S. Coast Guard (USCG) has established a Regulated Navigation Area (RNA) in this section of the waterway. In an ongoing effort to maintain and improve these systems barge sparking, collision, and personnel safety testing will be performed in the Oxbow Petroleum and Marine Material Handling loading facilities.



The estimated cost range is between $100,000.00 and $250,000.00). NAICS code is 483211.



Responses should include:



1. Provide a company profile to include number of employees, annual revenue history (last 3 years), office location(s), and a statement regarding current business status.



2. Identification and verification of the company's small business status, if applicable.



3. Contractor's Unique Entity Identifier Number and CAGE Code(s).



4. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits.



5. Descriptions of Experience - Interested firms must provide no more than three (3) example similar projects, and or services completed in the past five (5) years where the interested firm served as the prime contractor to provide similar services. For each project, include the name, title, project role, e-mail address, and telephone number of at least one reference. References may be used to verify project size, scope, dollar value, percentages, and quality of performance. Example projects must be of similar size and scope.



6. Past Performance – where possible, provide applicable information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to providing related services. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. Address any past performance problems, and resolutions taken.



NOTE: Total submittal package shall be no longer than 8 pages. Please only include a narrative of the requested information; additional information will not be reviewed.



Email responses to Casimir Brzozowiec at Casimir.Brzozowiec@usace.army.mil. This is NOT a Request for Proposal and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey.



******************************************************************************



All contractors must be registered in the System for Award Management (www.SAM.gov) to do work with the government. An active SAM registration isn't required to submit on this market survey. Those not currently registered can obtain registration by going to the website http://www.SAM.gov and are highly encouraged to begin the registration process. The process can usually be completed from 24 to 48 hours after submission. Contractors will need to obtain a Unique Entity Identifier (formerly DUNS number) for processing their registration. If you do not already have a Unique Entity Identifier, one can be obtained from http://www.SAM.gov. Refer to www.SAM.gov for information formerly found in CCR, EPLS, ORCA and FedReg.



PLEASE NOTE: SAM is completely free of charge for both registrants and users. An active SAM registration is not required to submit on the market survey.



Interested Offerors shall respond to this Sources Sought Synopsis no later June 29, 2023, 1:00PM Central Time. ALL RESPONSES MUST BE EMAILED to Casimir Brzozowiec, Contract Specialist at: Casimir.Brzozowiec@usace.army.mil. This Sources Sought Synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information solicited. All interested sources must respond to future solicitation announcements separately from the responses to this market survey.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 231 S LASALLE STREET
  • CHICAGO , IL 60604-1437
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jun 13, 2023 02:52 pm CDTSources 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 >