Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
SOURCES SOUGHT

Z -- Maintenance Dredging, Delaware River, Philadelphia to Sea

Notice Date
5/22/2017
 
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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-R-PHIL2SEA
 
Archive Date
6/17/2017
 
Point of Contact
Robert R Hilton, Phone: 2156566911
 
E-Mail Address
robert.r.hilton@usace.army.mil
(robert.r.hilton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice and is for informational purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to determine if there are adequate Small Businesses, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors for the following proposed contract. The contract consists of maintenance dredging of the Delaware River, Philadelphia to the Sea. All dredging will be performed to the specified required depth plus 1' allowable over depth. The Maintenance dredging shall be performed as contour dredging. The contract will provide for dredging up to 25' outside the channel edge in the Delaware River. The 24-Hour production rates for the maintenance dredging shall be Markus Hook 25,000 and New Castle 20,000.Delaware dredging work assignment station to station Marcus Hook 117+000 to 129+000 available to 45' (500,000) available to 46'(650,000). New Castle 225+000 to 237+000 to 45' (500,000) and 46' (650,000). Totals 1,500,000 and 1,850,000. Disposal areas will be available for this contract: a. Pedricktown North and Killcohook Area #1. Drawings for the disposal areas will specify that the contractor shall ensure the discharge end of the dredge pipe extends 40 feet past the interior crest of the containment dike. This forty-foot length of pipe shall be sufficiently and safely supported along the entire length of the pipe by timber cribbing, a compacted earthen embankment, or other means approved by the Contracting Officer's Representative. b. The specifications of the sluice discharge pipes shall require that all three pipes located at the Pedricktown North CDF will be temporarily extended to reach the mean low water line at a minimum during the duration of the contract. Option 1 shall include: 1) line item for an interim mobilization; and, 2) line item for a cubic yard unit cost to remove 170,000cy. The Wilmington Harbor entrance channel shall be dredged to a depth of 38ft + 1ft allowable over-depth MLLW from station 3+600 to station 6+236. The disposal area for this option will be Wilmington North. Should the option be awarded, the contractor will be required to complete New Castle Range and Marcus Hook Range prior to mobilizing to the Port of Wilmington, Christiana River entrance adjacent to Cherry Island Range. The 24-Hour production rate for the maintenance dredging of Christiana River Entrance Channel shall be 17,000. The contract period of performance is 120 calendar days after receipt of the Notice to Proceed. The estimated order of magnitude is from $10,000,000.00 to $25,000,000.00. NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the size standard is $36.5 Million. [NOTE: Dredging - To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.] Responses to this Sources Sought Announcement will be used by the government to make appropriate acquisition decisions. All interested Small Business, HUBZone, 8(a), or Service Disabled Veteran Owned Business contractors should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity, bonding availability, details of similar projects, and the completion dates, references and contract amounts for the similar projects listed. Narratives shall be no longer than 5 pages. Responses should be sent to Robert Hilton at robert.r.hilton@usace.army.mil to reach this office on or before 2 June 2017 no later than 3:00 p.m.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-R-PHIL2SEA/listing.html)
 
Record
SN04517750-W 20170524/170522235304-3c1d630475f6f07cb58c2b9e4ceb4ce6 (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.