Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
MODIFICATION

Y -- Additional Requirements for Dredging of Acushnet River and New Bedford Harbor, New Bedford, MA.

Notice Date
5/21/2015
 
Notice Type
Modification/Amendment
 
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
6/3/2015
 
Archive Date
7/20/2015
 
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 re-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, more specifically experience dredging to ensure accuracy and the use of equipment as described below. The NAICS code for the work described below is 237990 with a project estimated construction cost is between $15-25 million. Work is anticipated to begin in February 2016 and will extend over a 12-18 months 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 the lower harbor of the New Bedford Harbor Superfund Site. Work consist of providing materials, equipment and labor for environmental dredging of approximately 140,000 - 170,000 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 with minimal paid over depth allowances. 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 majority of work to be performed under this contract including dredge areas and the LHCC is located between the Route I-195 and U.S. Route 6 bridges except for one dredge area (MU-37) located south of the U.S. Route 6 bridges. The offeror must demonstrate the ability to provide suitable equipment. 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 LHCC cell is being conducted under a separate contract issued by the New Bedford Harbor Development Commission (HDC). Sediments placed into the LHCC will be dredged using a precision mechanical excavator with hydraulically operated environmental (enclosed) bucket. Extensive debris and obstruction removal and disposal may be required prior to dredging. Dredging is limited to approximately the upper 0.5 - 4 feet. Dredging accuracy will be key to minimizing the amount of over-dredging while still attaining the target cleanup goals of the project. State-of-the-art monitoring and positioning systems are required to ensure better than 4 inch vertical dredging accuracy is achieved at all times. The debris removal and dredging shall be performed in a careful, well-planned and executed manner so that the project-specific turbidity criterion of 50 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 bottom dump scows for transport to the LHCC. The dredged sediment will undergo a passive dewatering step in the scows prior to disposal. A waiting period of approximately 12 hours may be required for all scows prior to placement into the LHCC. Free-standing water collected in the scows shall be decanted and filtered using activated carbon to ensure compliance with this same 50 ntu turbidity criterion. A resuspension control system consisting of steel H piles, silt curtain and oil boom shall be constructed and maintained around the perimeter of the LHCC. Water and air quality monitoring and hydrographic survey performed by others, will occur during the debris removal, dredging, transportation and placement operations to ensure that nothing exceeds project performance standards 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, documentation of project experience, team subcontractors, and a detailed list of the equipment proposed for this project including detailed information of monitoring and positioning systems to be used to assure dredging accuracy. Project experience. Include a minimum of two environmental mechanical dredging projects that demonstrate successful implementation of dredging projects with similar dredging accuracy, water quality requirements, complexity, and scope performed in the last five (5) years. Include the dredging accuracy achieved and dredging Control/guidance systems that were used. Include whether the roles performed were by the prime or subcontractor(s). Equipment. - 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. Dredge: include the name, dimensions and draft, crane or excavator, bucket size, monitoring and positioning systems for control and guidance. Attendant tugs: include name, type, size, draft, and horsepower. Scows: include the name, type of scow, size, draft, and volume. Survey boat: name, length, beam, draft, horsepower, type of survey and bathymetry hardware and software proposed. Project Team: 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. Page Limit: Responses are limited to twenty (20) pages. Responses are due on or before June 3, 2015 by close of business (4:00 PM). 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
 
Record
SN03739612-W 20150523/150521235834-a9a9340ae7d5f4baddb913d28fdc6a80 (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.