SOURCES SOUGHT
Y -- Dredging of Acushnet River and New Bedford Harbor, New Bedford, MA.
- Notice Date
- 4/3/2015
- 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-15-X-0020
- Response Due
- 4/22/2015
- Archive Date
- 6/2/2015
- Point of Contact
- Raushanah Muhammad, 9783188478
- E-Mail Address
-
USACE District, New England
(raushanah.m.muhammad@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Dredging of Acushnet River and New Bedford Harbor, New Bedford, Massachusetts. This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned and other Small Business concerns. The NAICS code for the work described below is 237990 with a project estimated construction cost is between $20 to $30 million. Work will begin in February 2016 and will extend over a two year period. The Solicitation is not available at this time. This notice does not constitute a commitment by the Government. The U.S. Army Corps of Engineers, New England District has a future requirement for dredging of New Bedford harbor Superfund Site lower harbor. Work consist of providing materials, equipment, and labor for environmental dredging of approximately 200,000 cubic yards (CY) of material and depositing it in the Lower Harbor Confined Aquatic Disposal Cell (LHCC). Offerors should note that this is not production dredging. The selected contractor will need to meet precise dredge depths. Dredging, placement of material into scows, transport of the material, and depositing of material into the LHCC must be performed with minimal spillage or turbidity. Measures will be required to minimize disturbance of sediments and turbidity. The LHCC is located between the Route 195 and Route 6 bridges. The offeror must demonstrate the ability to provide suitable equipment that can dredge at a depth of up to 30 feet of water and shallow draft equipment capable of dredging in 3 feet of water. The work requires compliance under OSHA 29 CFR 1910.120 including a Health and Safety Program, Site Specific Health and Safety Plan, and Training (40 Hour HAZWOPER and 8 Hour Refresher Training) for all onsite workers. The offeror must indicate whether they own, plan to rent or identify their teaming partners who owns the necessary equipment. The excavation of the CAD cell will be conducted under a separate contract issued by the New Bedford Harbor Development Commission (HDC). Sediments placed into the LHCC will be dredged using mechanical dredging equipment. Debris removal will be required prior to dredging and may include discarded metal objects, timber, abandoned piers. Access to the upper harbor dredge area is restricted by two low bridges. Shallow draft split hull scows are required to perform this dredging. All dredged material shall be removed with an environmental (closed) bucket. Dredging is limited to the upper 2-4 feet. The dredging process will be operated in a careful, well-designed manner so that the project-specific turbidity criterion of 100 neptholometric turbidity units (ntu) above background measured 300 feet down-current of the dredge area is not exceeded. The dredged sediments will be placed into split-hull scows for transport to the LHCC. The dredged sediment will not be mechanically dewatered prior to placement, although some passive dewatering will occur during material handling and transport. Free-standing water collected in the scows/hoppers shall be decanted and filtered using activated carbon to ensure compliance with this same 100 ntu turbidity criterion. A silt curtain and oil boom will be placed around the perimeter of the LHCC. Best management practices, including water and air quality monitoring, will occur during the mechanical dredging, transportation and placement processes to ensure that no exceedances of project performance standards occur and that the placed sediments stay within the LHCC. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), a proof of bonding as well as detailed list of the equipment that would be utilized for this project. The detailed equipment list should include at a minimum: the name (or names) of the anticipated dredge(s) to be used; a detailed project description of environmental mechanical dredging and complexity performed in the last five(5) years. Firms must submit documented information that demonstrates experience with a minimum of two examples of a dredging project, similar in scope and magnitude to this project that the firm has performed in the last five years. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort. Subcontractor's experience must also have been performed within the last five (5) years. Proof of bonding capability is required. Responses are limited to twenty pages. Responses are due by April 22, 2015. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Ms. Raushanah Muhammad, or via email to Raushanah.M.Muhammad@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy, if mailed. 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 and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or 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-15-X-0020/listing.html)
- Place of Performance
- Address: USACE District, New England 696 Virginia Road, Concord MA
- Zip Code: 01742-2751
- Zip Code: 01742-2751
- Record
- SN03688855-W 20150405/150403234433-2e15d0ae6cb7bff55205817c92418f1e (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 |