Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 25, 2010 FBO #3165
SOURCES SOUGHT

Y -- INDIANA HARBOR & CANAL DREDGING, EAST CHICAGO, INDIANA-W912P6-10-S-0002

Notice Date
7/23/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Chicago, 111 N. Canal, Suite 600, Chicago, Illinois, 60606, United States
 
ZIP Code
60606
 
Solicitation Number
W912P6-10-S-0002
 
Point of Contact
Gregory C. Gulledge, Phone: 3128465374, Regina G. Blair, Phone: 3128465371
 
E-Mail Address
Gregory.C.Gulledge@usace.army.mil, regina.g.blair@usace.army.mil
(Gregory.C.Gulledge@usace.army.mil, regina.g.blair@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
By way of this Sources Sought Notice, the USACE- Chicago District intends to determine the extent of capable Firms that are engaged in providing the services described hereunder. The responses to this Notice will be used for planning purposes for an upcoming procurement. Therefore, this Notice does not constitute a Request for Proposal (RFP); it does not guarantee the future issue of a RFP; nor does it commit the government to contract for any supply or service whatsoever. Further, this Agency will not accept unsolicited proposals. Respondents are advised that this Agency will not pay for any information or administrative cost incurred in response to this Notice; all costs associated with responding to this Notice will be solely at the responding party's expense. At this time, proprietary information is not being requested, and respondents shall refrain from providing proprietary information in response to this Notice. Responses to this Notice will not be returned. Please be advised that all submission become Government property and will not be returned. Not responding to this Notice does not preclude Participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor this site for additional information pertaining to this Notice. GOVERNMENT REQUIREMENTS: The Chicago District, U.S. Army Corps of Engineers plans on removing a backlog of sediment from the Indiana Harbor and Canal over a nine year period which is tentatively set to extend from 2011 through 2019. The first year of dredging is anticipated to be awarded on or about August 2011 The project presently anticipates an annual removal of approximately 200,000 cubic yards which includes slightly more than 300,000 cubic yards of funded non-federal dredging. The work is to be accomplished by •· Mechanically dredging sediment with the use of an environmental bucket •· Deposition of sediment into sealed barges for transport to the USACE Confined Disposal Facility (CDF) approximately three miles upstream of the Harbor. •· Construct a piping system within the CDF to equally distribute the hydraulically unloaded sediment over the surface of the two CDF cells. The largest cell is approximately 3,000 feet long by 850 feet wide and located approximately 600 feet from the unloading point on the Canal. The height of the containment dike around each cell is approximately 20 feet. •· The Offeror shall maintain the water level in each cell such that the water level in one cell deviates from the other by no more than 7 feet. •· Hydraulically unload the sediment from the barge and discharge the sediment to the CDF. Initially Canal water is to be used for hydraulic unloading until each cell is sealed, thereafter, supernatant water from the cells shall be used. •· Separate debris from sediment. Wash that component of debris designated by the Government to be recycled or disposed of offsite. •· Transport and place debris not recycled or disposed of offsite, at the farthest corner of the CDF. •· Maintain a water cover of approximately 3 feet over the accumulated sediment. •· Due to the contaminants present in portions of the area to be dredged and their concentrations, portions of the project must comply with the provisions of the Toxic Substances Control Act (TSCA). This may require workers to use Level D or higher personal protective equipment. •· All equipment rentals must be obtained from Small Business enterprises. Each Offeror is to provide detailed responses to the following citing only projects performed on the Great Lakes or comparable water body. •1. Project Size. Provide a list of the 5 largest dredging projects performed per year by your company for the last 3 years. Include quantity of sediment removed per project, the time frame over which the sediment was removed, the entity for which the work was performed, the equipment used and a contact with name, address and phone number. List only those projects for which the Offeror's employees performed at least 40% of the dredging work based on volume and performed at least 15% of the total contract monetary value with the Offeror's employees. •2. Company Capacity. Provide a list of all dredging projects performed in the last 3 years, their overall monetary value, and the monetary value of company labor on each project. Describe the impact being awarded this project would have on overall company operations and what adjustments would be made to accommodate the time frame within which this project is to be completed. •3. Mechanical Dredging Equipment Owned. The Offeror shall list all company owned dredges, barges, pumps, and ancillary equipment used to perform mechanical dredging activities. This list shall include a description of the company owned equipment and is at a minimum to include its size, capacity and key features, its manufacturer, the year of its manufacture and the number of years owned by the company. In addition, specifically describe all environmental buckets owned or leased on past projects. •4. Hydraulic Unloading Equipment Owned. The Offeror shall list all company owned hydraulic unloading equipment, and ancillary equipment used to discharge sediment from barges to remote disposal facilities. Include a description of the equipment (size, capacity and key features), the name of its manufacturer, the year of manufacture and the number of years owned by the company. Include a description of the orientation of the water intake and discharge lines in relation to the long axis of the barge upon which the equipment is mounted. •5. Other Hydraulic Unloading Experience. Describe hydraulic unloading or dredging work performed within the last 3 years by company forces using leased or rented equipment. Include a description of the equipment utilized (size, capacity and key features), the name of its manufacturer, and the source of the equipment used. If known, indicate the source of hydraulic unloading equipment proposed for use on this Project and descriptions similar to that provided for previously used equipment in item 3 above. If this project would be the first on which your firm would perform hydraulic unloading, describe the procedure you would use along with the source and description of equipment to be used for hydraulic unloading. 6. Design, Installation and Operation of a Sediment Slurry Distribution System. Describe in detail those sediment slurry distribution systems designed and installed within the past 3 years by the company for discharge into a disposal facility. Include overall length of pipe, pipe diameter, pipe material, number of discharge points, control devices, material, etc. If none provide a detailed narrative as to how your firm would proceed to design, construct and operate such a system on this project. Include in this narrative, describe the means that might be employed to discharge slurry at various points throughout the CDF. Provide details, reasoning and anticipated problems. If the firm has no experience in the design, installation and operation of a sediment slurry distribution system describe in detail those resources and methods to be used on this project to perform these tasks. •7. Environmental Regulatory Compliance. Provide a list of projects requiring removal of contaminated sediment regulated under TSCA or dredging as part of a corrective action under RCRA, CERCLA or similar state remediation program. Include the volume of contaminated material removed, the removal method and if known the contaminants and average concentrations level of each. Describe the level of protection that was required on each project and type of personal protection equipment used on each project. •8. Hazwoper Trained Personnel. Provide a list of all company personnel who have undergone Hazwoper (29 CDF1910.120) or similar applicable training and/or a list of specific company personnel to receive Hazwoper training if awarded this Project. •9. Experience in Using Environmental Control Devices. List all projects undertaken within the last 3 years for which the use of oil booms, silt curtains; turbidity monitoring and/or any other similar equipment was used. Describe the devices used, the methods employed for their use, their effectiveness and any operational difficulties encountered in their use. In this project, the need to control the release of volatiles and particulate matter from the sediment may arise. Describe the companies experience in working with its own staff or a consultant's staff to prepare a strategy to deal with this type of situation. Describe in detail any techniques you have used or might consider for use on this project. Also if a consultant would be used by the company, provide the name or names of consultants that would be considered by the company for use on this project. Indiana Harbor and Canal FY11 Dredging Contractor Qualifications Minimum Qualifications •1. The Offeror must own sufficient equipment to be capable of removing at least 2,000 cubic yards per day of sediment under the conditions it is likely to encounter at Indiana Harbor over the time period specified. •2. Must have demonstrated ability to adequately use mechanical dredging equipment with an environmental bucket, oil boom and silt curtains. •3. Must describe a credible plan to accommodate the volume of additional work and timeframe constraints. •4. Must demonstrate an ability to acquire and properly operate a suitably sized and designed hydraulic unloader and booster pump. •5. Must demonstrate an ability to design or have designed an acceptable sediment slurry distribution system. •6. Must have personnel and equipment required to properly operate and maintain the Offeror designed sediment slurry distribution system. •7. Must have satisfactory experience in the removal of contaminated sediment regulated under TSCA or dredging as part of a corrective action under RCRA, DERCLA or similar state remediation programs. •8. Must have or the ability to have suitable numbers of Hazwoper trained personnel. •9. Must have a satisfactory record in the use of techniques/methologies to control the release of volatiles and/or particulates. In the alternative, a good record of dredging performance combined with a credible description of methods and/or strategies to control the release of volatiles and/or particulates would be acceptable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA23/W912P6-10-S-0002/listing.html)
 
Place of Performance
Address: INDIANA HARBOR & CANAL, EAST CHICAGO, INDIANA., East Chicago, Indiana, United States
 
Record
SN02215851-W 20100725/100723235050-a903f58bcc0166774bcd5d7b07a54270 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.