Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2017 FBO #5634
SOURCES SOUGHT

38 -- Rhodes Point Navigation Improvement Project - Sources Sought

Notice Date
4/25/2017
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Baltimore, 10 South Howard Street, Baltimore, Maryland, 21203, United States
 
ZIP Code
21203
 
Solicitation Number
W912DR-17-B-0008
 
Point of Contact
Desiree Dirige, Phone: 4109620154
 
E-Mail Address
desiree.s.dirige@usace.army.mil
(desiree.s.dirige@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Figure 1. Dual Jetties and Stone Sill Alternative Rhodes Point Navigation Improvement Project THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR BID/PROPOSAL. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE AT THIS TIME. This Sources Sought Notice is for informational purposes only. The U.S. Army Corps of Engineers, Baltimore District, requests capability statements from all qualified and interested parties from Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, Service Disabled Veteran-Owned SB (SDVOSB) firms, Veteran-Owned Small Business (VOSB) firms, Historically or Underutilized Business Zones (HUBZones) firms and Women-Owned Small business firms (WOSB) for the Rhodes Point Navigation Improvement Project, Rhodes Point, Smith Island, Somerset County, Maryland. Responses to this sources sought announcement will be used by the Government to make appropriate acquisition decisions. The NAICS Code for this acquisition is 237990 - Dredging and Surface Cleanup Activities with a size standard of $27,500,000.00. The magnitude of construction is between $5,000,000.00 and $10,000,000.00. Project Description: The purpose of the project is to provide navigation improvements to the federally maintained channel at Sheep Pen Gut. Secondarily, the project will stabilize the highly erodible western shoreline below the Sheep Pen Gut Channel and beneficially use dredged material for wetland restoration. The project is expected to improve access to Chesapeake Bay from the Smith Island towns of Rhodes Point and Tylerton, protect the Sheep Pen Gut channel from shoaling, and beneficially use dredged material for the restoration of the eroded wetland along the western shoreline of Smith Island below the Sheep Pen Gut Channel. The Proposed Action will hydraulically dredge and remove approximately 15,600 cubic yards (cy) of material to realign and extend the existing federal channel known as Sheep Pen Gut. The realigned channel will extend to the minus 7-foot contour (dredging to 6 feet plus and an additional 1 foot for overdredging) in the Chesapeake Bay, approximately 1,500 feet northwesterly from the mouth of Sheep Pen Gut (Figure 1). The channel will be 50 feet wide with the last 150 feet into the Bay being 100 feet wide. This realignment will provide more direct access to the Bay. The alignment extends the existing authorized channel by approximately 425 feet northwestward (1,585 cy of the total 15,600 cy of material) and removes the need to dredge and maintain the portion of the navigation channel that runs in a southwest direction. The Proposed Action also includes the construction of two jetties (dredging and placement of stone) to reduce shoaling of the channel (Figure 1). The jetty to the north of the navigation channel will require hydraulic dredging and removal approximately 4,500 cy of material and placement of stone that will be approximately 650 feet long and 50 feet wide. The jetty will be aligned from deep water to the existing shoreline in a northeasterly direction. The jetty south of the navigation channel will require hydraulically dredging and removing approximately 5,300 cy of material and placement of stone that will be approximately 1,150 feet long and 50 feet wide. The south jetty will be aligned in an east-west direction parallel to the federal channel. The jetties will be built to a crest elevation of +5 feet mean low low water (MLLW). A stone sill will be constructed, which involves hydraulically dredging approximately 1,850 cy of material and placement of stone along the shoreline that is approximately 850 feet long and 30 feet wide. The sill will be built to a crest elevation of +3 feet MLLW. This sill will provide stabilization for approximately 850 feet of eroding shoreline. The sill will also contain the dredged material that will be placed behind. The stone sill will have a series of low notches (openings) for shallow water habitat interaction with the shoreline. The materials placed behind the sill will be planted with native plant species. The likely sequence of construction would be dredging the stone sill location and placement of this material on shore with temporary containment, followed by construction of the stone sill, dredging of the jetty locations, and jetty construction. This would be followed by dredging the navigation channel to the new alignment and placement of dredged material behind the stone sill. Finally, planting of native vegetation will occur on the placed dredged materials and portions of the stone sill will be removed to create notches. It is estimated that construction of the stone sill and jetties, dredging of the navigation channel to the new alignment, placement of dredged material behind the stone sill, will take approximately 5 months. Planting will take place a few weeks after placement of dredged material to allow for dewatering. "In water" work will be done entirely from the water in months outside of Time of Year (TOY restrictions) of 15 April to 15 October. There will be no access roads required. There will be a limit of disturbance (LOD) of approximately 25 feet for placement of material and also a fan shaped pad at the jetty tie in locations. Planting will be done on the land and staging will be via barge or within limits of disturbance (Figure 1). Interested Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, Service Disabled Veteran-Owned SB (SDVOSB) firms, Veteran-Owned Small Business (VOSB) firms, Historically or Underutilized Business Zones (HUBZones) firms and Women-Owned Small business firms (WOSB) with single bonding capacity to support this project should submit capability statements to include the following information: 1. Company name, address, phone number and point of contact. 2. Company's System for Award Management (SAM) Cage Code and DUNS Number to verify your business status as a qualified Small Business (SB) firms, Small Disadvantaged Business (SDB) firms, Service Disabled Veteran-Owned SB (SDVOSB) firms, Veteran-Owned Small Business (VOSB) firms, Historically or Underutilized Business Zones (HUBZones) firms and Women-Owned Small business firms (WOSB). Contractors must be registered in SAM and completed the Online Representations and Certifications Application (ORCA). Please see www.sam.gov. 3. Provide details of two (2) most recent projects of similar scope and magnitude directly performed by your company, beginning and end dates of projects, project references (including owner with phone number and email address) and final costs of completed projects. It should also contain and identify all expertise, types and number of equipment, and number of personnel. 4. A letter from your surety stating your maximum bonding capability for a single project and your aggregate bonding capability. The contractor should be familiar with the Federal safety manual and provisions of the Davis-Bacon Act. Narratives shall be no longer than 10 pages. Comments will be shared with the Government and the Project Delivery Team (PDT), but will be held otherwise in strict confidence. Email your responses to MAJ Desiree Dirige at desiree.s.dirige@usace.army.mil no later than 1200 hours, 10 May 2017. THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This is only a market research tool being utilized to determine the availability of potential qualified contractors before determining the method of acquisition. The Government will not pay for any material provided in response to this market survey nor return the data provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA31/W912DR-17-B-0008/listing.html)
 
Record
SN04484635-W 20170427/170425234754-9fb0e470b0eb38e4618590c637a580dd (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.