Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2017 FBO #5574
MODIFICATION

Y -- Construction Services for Federal Maintenance Dredging of the York Harbor, York, Maine Federal Navigation Project

Notice Date
2/24/2017
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-17-X-0008
 
Point of Contact
Lennie K. Mattis, Phone: 9783188938
 
E-Mail Address
lennie.k.mattis@usace.army.mil
(lennie.k.mattis@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Federal Maintenance Dredging of the York Harbor Federal Navigation Project in York, Maine. This announcement is to determine interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns for this project. The project is planned to be issued on or about July 2017. The dredging window, due to environmental constraints, is estimated to be November 1, 2017 to March 31, 2018. The project is expected to take several months. The estimated construction cost is between $1,000,000 and $5,000,000. Project Description: The project consists of the mechanical maintenance dredging of approximately 42,000 cubic yards of primarily fine-grain sand, silt, and clay from the two 8-foot-deep anchorages and more coarse-grain sand and gravel from portion(s) of the 10-foot-deep entrance channel. Disposal will be in open water, at the Cape Arundel Disposal Site, about 14 miles away. Both commercial fishing boats and recreational boats are moored in the harbor. The Contractor will be allowed to dredge 24 hours per day, 7 days per week. The last time the harbor was dredged was in 1996 when approximately 48,000 cubic yards of sediment were mechanically dredged from the two anchorages (channel wasn't dredged), and placed at the Cape Arundel Disposal Site. 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 what type of equipment would be utilized for this project. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort and their experience must also have been performed within the last five (5) years. The Government anticipates including a definitive responsibility criterion in the solicitation and contract resulting from this market research. After bid opening, but prior to award, the apparent low bidder will be required to furnish documentation that demonstrates that the prime contractor or subcontractor responsible for dredging has dredged by mechanical means, within the last five years, a minimum of 20,000 cubic yards in a consecutive 30-day period in cold-weather months (November through March), with disposal/placement at an ocean placement site. To assist in our understanding of whether the market can meet this proposed definitive responsibility criterion, please demonstrate in your submittal in response to this Notice that your firm has dredged by mechanical means, within the last five years, a minimum of 20,000 cubic yards in a consecutive 30-day period in cold-weather months (November through March), with disposal/placement at an ocean placement site. We welcome your comments on the appropriateness and ability of the dredging community to meet this proposed definitive responsibility criterion. Responses are limited to twenty pages. Responses are due by March 22, 2017. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Mr. Lennie Mattis, or via email to Lennie.K.Mattis@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy. 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-17-X-0008/listing.html)
 
Record
SN04414773-W 20170226/170224235143-ce0764d9453d641770c3266ea89e3475 (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.