SOURCES SOUGHT
Z -- Milford Pond Aquatic Ecosystem Restoration Project, Milford, Massachusetts
- Notice Date
- 4/2/2014
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ-14-X-0014
- Response Due
- 4/23/2014
- Archive Date
- 6/1/2014
- Point of Contact
- KImberly Pumyea, 978 318 8720
- E-Mail Address
-
USACE District, New England
(kimberly.b.pumyea@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for a dredging project for Milford Pond Aquatic Ecosystem Restoration, Milford, MA to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for this procurement is 237990. Work will begin in August 2014 and will extend over a one-year period. The estimated construction cost is between $1,000,000 and $5,000,000. The proposed project involves the dredging of approximately 250,000 cubic yards (CY) of material from approximately 17 acres of Milford Pond in order to restore open water habitat suitable for resident fish species and water birds. Milford Pond is a 120-acre fresh-water shallow impoundment on the headwaters of the Charles River, and is situated in eastern Massachusetts in the town of Milford. Access to the pond is by a paved road and constructed concrete boat ramp. The project must be completed within one year, and dredging is anticipated to be completed between the months of April through October, necessitating dredge rates of 50,000 CY/month or greater. Work at the site will be limited to daylight hours, Monday through Saturday. The area to be dredged is currently between two and six feet deep and will be dredged to 12 feet deep. During the dredging operation, hidden stumps and logs may be encountered and will need to be addressed. The dredged material will be placed in a shallow 34-acre area of Milford Pond adjacent to the dredge area in order to create additional emergent wetlands suitable for water bird nesting and Atlantic white cedar establishment. A hydraulic dredge and pipeline system may be utilized, with material pumped directly into the disposal area. Mechanical dredging may also utilized in combination with hydraulic pumping. The 5600-foot perimeter of the 34-acre disposal area will be constructed by installation of a sediment containment fence, inside of which material will be allowed to settle and fill to approximately the level of the pond. Construction of the perimeter sediment containment fence will involve working from a barge and driving wooden posts four to five feet deep into the pond bottom and installing multiple layers of coir rolls. Four areas inside the 30-acre perimeter will be allowed to be filled into higher mounds to form low elevation islands. The material to be dredged is composed of various layers of fine to coarse sand, peat, and organic silt. Under this contract the successful offeror will be required to provide construction services for the Milford Pond Restoration Project located in Milford, Massachusetts. The offeror will be evaluated on past experience in large dredge and dredge pumping projects similar to Milford Pond and must demonstrate the following experience/expertise: The small business must meet the minimum requirements of self performance of forty percent of the project with its own equipment and personnel or equipment and personnel owned by another small business concern on a large-scale project involving mobilization, dredging, and dredge-material pumping and disposal on an inland water body. Construction of large-scale dredging projects within short duration timeframes Quality assurance/control of dredging projects Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) as well as qualifications of the team and experience in performing all the work requirements stated above. Please include at least two specific examples of the firm's experience that were performed within the last five years. For each project example, please include a Point of Contact, along with phone number, who may be contacted for further information on the firm's effort and performance. Please indicate the team subcontractors that will be used to support the offeror's effort and include their prior experience and qualifications. Proof of bonding capability is required. Responses are due April 23, 2014. Responses should be emailed to ATTN: Kim Pumyea: kimberly.b.pumyea@usace.army.mil. Responses are limited to twenty pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only. This notice is not a request to be placed on a solicitation mailing list and is not a Request for Proposal (RFP), and it is not an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-14-X-0014/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN03327676-W 20140404/140402235330-c5c878e65acd648b7e4f7b87b79e7f13 (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 |