Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 19, 2014 FBO #4712
SOURCES SOUGHT

Y -- Ohio River Lease of Dredge and Plant

Notice Date
10/17/2014
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Louisville, 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville, KY 40202-2230
 
ZIP Code
40202-2230
 
Solicitation Number
W912QR-OHIORIVERDREDGING
 
Response Due
11/13/2014
 
Archive Date
12/16/2014
 
Point of Contact
Stephanie Craig, 502-315-6204
 
E-Mail Address
USACE District, Louisville
(stephanie.m.craig@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Interested firms must provide no more than three (3) example projects with greater than 95 percent completion or projects completed in the past five (5) years in which the interested firm served as the prime contractor. Example projects must be of similar size and scope. Each project must 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. The Government is seeking qualified, experienced sources capable of performing construction services consisting of dredging and disposal of an estimated 1,200,000 cubic yards per year of sediment material from the federal navigation channels on the Ohio River (RM 0-981.0) and the pooled areas of tributaries; and the Upper Mississippi River RM 0.0-185.0. The sediments consist of primarily medium to coarse grained sands with a d50 of 0.03 inch. Dredging will occur in depths up to 33 feet (10 meters) below the water surface and in currents up to 5 knots. The dredge shall meet the following criteria: Maximum draft of 7.5 ft; Minimum 20 inches inside diameter pump discharge; Minimum of 1700 horsepower on the main pump shaft; Minimum 300 horsepower on the cutterhead shaft which produces a minimum output through a pontoon pipeline of 200 to 3200 feet in length and a lift up to 16.5 feet; Dredge up to and including 24 inch inside diameter pump discharge will be considered. Minimum dredge outputs are based upon bid production conditions and do not consider bank height and dredge efficiency reduction factors. The dredge shall be capable of dredging efficiently a 200 to 360 foot wide cut to a depth of 33 feet. While making a 300 foot wide cut, the dredge shall be of sufficient length that the swing angle to either side of the centerline of the cut shall not exceed 55 degrees. The dredge shall have a hauling engine with minimum cable speed of 70 ft/min in currents up to 5 knots; at least two spare interchangeable pump impellers and cutterheads. Size of dredge pump discharge inside diameter minimum continuous power connected dredge pump minimum continuous power connected cuttershaft minimum dredge output: 20 in (508 mm) 1700 hp (1268 kW) 300 hp (224 kW) 1084 CY/hr 22 in (559 mm) 1800 hp (1342 kW) 330 hp (246 kW) 1172 CY/hr 24 in (610 mm) 1800 hp (1342 kW) 360 hp (268 kW) 1229 CY/hr The contractor shall be required to supply but not be limited to the following equipment, fleet, and personnel in association with dredging, spill barge, fuel flats, auxiliary floating discharge pipe, derricks, anchor skidder barges, work flats, dredge tender vessels equipped with hydraulic cranes, inspection/survey vessel with associated survey equipment, computer(s) loaded with hydrographic database and dredging software, Differential Global Positioning System, Gyrocompass, Communications, Landline Disposal Pile, land pipe placing equipment, baffle plate, lighting, shall draft pipeline equipment necessary to efficiently dredge, dispose and verify sediment removal of sediments from the navigation channel as specified. All vessels and equipment must be certified by the U.S. Coast Guard. The scope and size of services for similar projects will include dredging and disposal of an estimated 1,200,000 cubic yards per year of sediment material from the federal navigation channels. Projects similar in dollar value to this project include $4-$7 Million per Year. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, they must perform at least 15% of the cost of the contract, not including the cost of materials, with the firm's own employees for general construction-type procurement. Interested firms must present past experience as a prime contractor on projects of similar size and scope with: 1. Current percentage of project completion and the date when it was or will be completed. 2. Scope of the project. 3. Size of the project. 4. The dollar value of the contract. 5. The type and percentage of the contract cost, excluding cost of materials, that was self-performed. 6. Identify the number of subcontractors by construction trade utilized for each project. 7. Documentation from the firm's bonding company showing current single and aggregate performance and payment bond limits. Total submittal package shall be no longer than 8 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA27/W912QR-OHIORIVERDREDGING/listing.html)
 
Place of Performance
Address: USACE District, Louisville 600 Dr. Martin Luther King, Jr. Place, Room 821, Louisville KY
Zip Code: 40202-2230
 
Record
SN03553169-W 20141019/141017234325-b2708038dca814d613ce3cf8065043dc (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.