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, 2018 FBO #5999
MODIFICATION

Z -- FY 2019 South Atlantic Division Regional Harbor Dredging - Nearshore East Survey

Notice Date
4/25/2018
 
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, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM18B0006
 
Point of Contact
Rosalind Shoemaker, Phone: 9102514436
 
E-Mail Address
rosalind.m.shoemaker@usace.army.mil
(rosalind.m.shoemaker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Nearshore east survey. SOURCES SOUGHT NOTICE FOR FY 2019 South Atlantic Division Regional Harbor Dredging This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform maintenance dredging (Hopper) for (4) dredging projects. The areas of consideration for these dredging services are: Brunswick Harbor, Georgia; Savannah Harbor, Georgia; Wilmington Harbor, North Carolina; and Morehead City Harbor, North Carolina. Brunswick Harbor, Georgia Estimated Quantity: 3,000,000 CY Environmental Window: December 1 - April 15 The work for Brunswick Harbor for maintenance dredging will require a hopper dredge(s). The dredge(s) must have the capability to dredge fine sands and silts to a depth of -40 MLLW and to transport the dredged sediment up to 15 miles to the dump location. Dredged material shall be placed in the Brunswick Ocean Dredged Material Disposal Site (ODMDS). Disposal shall be within a specific area within the Brunswick ODMDS identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective. The bin restrictions for the Brunswick ODMDS are as follows: Reach Bin Restriction -19+000 to -23+000 11,500 CY -23+000 to -28+000 8,860 CY -28+000 to -33+500 9,300 CY -33+500 to -56+500 7,000 CY Savannah Harbor, Georgia Estimated Quantity: 735,000 CY Environmental Window: December 1 - April 15 The work for Savannah Harbor for maintenance dredging will require a Hopper dredge(s). The dredge(s) must have the capability to dredge fine sands and silts to a depth of -51 MLLW and to transport the dredged sediment up to 15 miles to the dump location. Dredged material shall be placed in the offshore disposal areas. Disposal shall be within a specific area within the Ocean Dredged Material Disposal Site (ODMDS) identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective. The bin restriction for the Savannah ODMDS is 12,500 cubic yards. Wilmington Harbor, North Carolina Estimated Quantity: 900,000 CY Environmental Window: December 1 - April 15 The work for Wilmington Harbor Outer Ocean Bar shall consist of maintenance dredging of Wilmington Harbor Baldhead Shoal Channel Reach 3, Southport Channel and Battery Island Channel. The maintenance dredging will require removal and disposal of shoaled material that has accumulated in the channels since they were last dredged. The dredging shall be performed by hopper dredge. Dredging depth is 44' plus 2' of allowable over depth. The Government furnished disposal area is the Wilmington Harbor Ocean Dredged Material Disposal Site. Morehead City Harbor, North Carolina Estimated Quantity: 1,000,000 CY Environmental Window: December 1 - April 15 The work for Morehead City Harbor shall consist of maintenance dredging of the Morehead City Harbor Cutoff and Range A. The maintenance dredging will require removal and disposal of shoaled material that has accumulated in the channels since they were last dredged. The dredging shall be performed by hopper dredge. Dredging depth is 45 feet plus 2 feet of allowable overdepth. Disposal of dredged material will be in the Nearshore Placement Areas and/or the Morehead City Ocean Dredged Material Disposal Site. All interested firms with 237990 as an approved NAICs code have until 30 April 2018 at 4:00 p.m. to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM The contract period of performance will begin in the year 2018 and extend to 2019. The estimated magnitude of this project is between $10,000,000.00 and $25,000,000.00, The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the size standard is $27.5 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 businesses, regardless of size 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. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Brunswick Harbor, Savannah Harbor, Wilmington Harbor, and Morehead City Harbor dredging projects. General: 1) Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, as a reference of relevant experience. 2) What percentage of work (volume of material dredged, transported and ultimately placed) can you perform with your own equipment or equipment owned by another contractor? 3) Have you performed dredging within the waters of Wilmington Harbor, Brunswick Harbor, Savanna Harbor, or Morehead City Harbor? 4) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 5) Is there a dollar limit on the size of contract that you would bid? If so what is that limit? 6) What is the largest dredging contract, in dollars, on which you were the prime contractor? 7) What is your bonding capacity per contract? What is your total bonding capacity? Equipment: 8) What type of dredge equipment do you own and / or operate that is suitable for the work described? Please list each piece of equipment capable of performing each type of work described. 9) Identify which dredge(s), including support equipment (tugs, crew boats etc.), you would employ on this project. Also, for each dredge, identify the maximum digging depth. 10) The Wilmington District is considering use of the new nearshore east placement area for the Morehead City portion of the project instead of the Ocean Dredged Material Disposal Site (ODMDS). A survey of the placement area is attached. Does your company have equipment capable of disposal in this location? How would this disposal area potentially affect your bid for the entire project? Would this disposal location have an affect on whether or not your company provides a bid for this project? Narratives shall be no longer than 20 pages. The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Ros Shoemaker E-mail: rosalind.m.shoemaker@usace.army.mil The email should be titled: Regional Hopper Dredge, Sources Sought THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c938b804467816311205b4d2b3df0b22)
 
Record
SN04901250-W 20180427/180425231036-c938b804467816311205b4d2b3df0b22 (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  © 1994-2020, Loren Data Corp.