Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 19, 2021 SAM #7109
SOURCES SOUGHT

Z -- Maintenance Dredging, NJIWW

Notice Date
5/17/2021 8:44:36 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU21B-MaintenanceDredging
 
Response Due
5/31/2021 11:00:00 AM
 
Archive Date
06/15/2021
 
Point of Contact
CHELEY AUGUSTE, Phone: 2156566771, Frederick Conway, Phone: 2156566833
 
E-Mail Address
Cheley.auguste@usace.army.mil, frederick.conway@usace.army.mil
(Cheley.auguste@usace.army.mil, frederick.conway@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of Maintenance Dredging of the New Jersey Intracoastal Waterway and Adjacent New Jersey Waterways. The contract work will consist of dredging to clear shoals to maintain safe navigable depths, dike building/containment of dredged material and the placement of said material for beneficial use in marsh restoration alternatives where permitted and appropriate. Contractor must be capable of operating 2 dredges concurrently, a 10-12 inch and 12-45 inch hydraulic pipeline dredge. Disposal facilities will be provided by the Government, a combination of upland disposal facilities, marsh restoration and layer placement on wetlands. Due to environmental restrictions, dredging must occur within a window from 1June through 31 December for any locations north of Absecon Inlet. Contractor is required to use the Resident Management System (RMS) and also demonstrate prior experience on dredging projects involving beneficial use placement techniques on environmentally sensitive coastal marshes and wetlands Contract period of performance will be 485 calendar days. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $30.0 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. Narratives are requested with the following information, which shall not exceed a total of eight (8) pages. 1.Offeror�s name, address, points of contact with telephone numbers and e-mail addresses. 2.Business size/classification to include any designations as Small Business, HUBZone, Service DisabledVeteran Owned, 8(a), Women-Owned small businesses shall be indicated on first page of submission. 3.Provide construction bonding level per single contract/task order. Provide the aggregate sum totalconstruction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along withcurrent available bonding capacity. 4.Description of capability to perform similar or same projects listed above, manage subcontractors,prepare and comply with various environmental and construction permits, and capacity to execute thisproject with other ongoing construction contracts. 5.Past performance/experience on projects of similar scope and magnitude, describing no more than five (5)projects that are at least 50% construction complete within the past five years. The past performanceinformation should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror�s role, dollar value of contract, and name of the company,agency or government entity for which the work was performed with contact information (referencename, phone number and e-mail address). Responses should be sent to Frederick Conway, at frederick.conway@usace.army.mil on or before May 31, 2021 at 2:00 p.m. EST. .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1385e33b7cdb4122bd0753b15b0ecbbc/view)
 
Place of Performance
Address: Avalon, NJ 08202, USA
Zip Code: 08202
Country: USA
 
Record
SN06004696-F 20210519/210517230115 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.