Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 17, 2021 SAM #7138
SOLICITATION NOTICE

Z -- FY21 Savannah Inner Harbor Maintenance Dredging

Notice Date
6/15/2021 9:29:49 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT SAVANNAH SAVANNAH GA 31401-3604 USA
 
ZIP Code
31401-3604
 
Solicitation Number
W912HN21B5006
 
Response Due
6/30/2021 12:00:00 AM
 
Archive Date
07/15/2021
 
Point of Contact
Arcia E Fusi, Phone: 9126525901, Whittni C. Hiscox, Phone: 9126525476
 
E-Mail Address
Arcia.E.Fusi@usace.army.mil, whittni.c.hiscox@usace.army.mil
(Arcia.E.Fusi@usace.army.mil, whittni.c.hiscox@usace.army.mil)
 
Description
FY21 Savannah Inner Harbor Maintenance Dredging� W912HN-21-B-5006 NAICS: 237990 Size Standard: $30 M This synopsis is for the FY21 Savannah Inner Harbor Maintenance Dredging. This acquisition is being offered as an unrestricted competitive solicitation and will result in a Firm Fixed Price Contract Award. The magnitude of this requirement per DFARS 236.204(ii)� is�between $25,000,000.00 and $100,000,000.00 Project Location: The work is located in the deep draft Savannah Harbor navigation project in Georgia. The Savannah Harbor project is located on the border of Georgia and South Carolina (SC) in Chatam and Jasper Counties. The work is located in the deep draft Savannah Harbor navigation project in Georgia.� Project Description:�The Savannah Inner Harbor Contract provides construction services, including furnishing personnel, transportation, mobilization and demobilization, equipment and materials required in connection with maintenance dredging. This contract is traditionally performed with a hydraulic cutterhead dredge and the duration is expected to be one year from Notice to Proceed. Up to four million cubic yards of maintenance material is expected to be removed from the inner harbor.� The work is located in the deep draft Savannah Harbor navigation project in Georgia. The Savannah Harbor project is located on the border of Georgia and South Carolina (SC) in Chatham County. The Savannah Inner Harbor channel is 42 ft. deep MLLW and 500 ft. wide to the upper end of Kings Island Turning Basin: 36 ft. deep MLLW and 400 ft. wide to the upper end of Argyle Island Turning Basin; and 30 ft. deep MLLW and 200 ft. wide to the upper limit of the project. Savannah Harbor�s Kings Island Turning Basin (KITB) is the primary turning basin for large civilian and military ships, lying adjacent to the Georgia Ports Authority docks. KITB requires dredging twice a year to allow the loaded ships to freely turn when using the port. Approximately 1.6 million cubic yards of maintenance material is removed from the KITB annually. Current project and advance maintenance depths authorized for Savannah Inner Harbor are below. The Inner Harbor is� undergoing a deepening which will alter the project depth by -5 ft. MLLW. Deepening of portions of the Savannah Inner Harbor may be completed during this contract and required maintenance dredging depth may be adjusted accordingly. Other contractor(s) may be working for the Savannah District on the Savannah Harbor, to include confined upland dredged material containment areas and designated staging areas. If such work occurs, the contractors shall coordinate activities under the direction of the Contracting Officer. All material dredged from the Savannah Inner Harbor shall be placed in upland confined disposal areas adjacent to the Savannah River, with DMCA-12A receiving the majority of the maintenance material. Savannah confined upland disposal areas DMCAs 12A, 13A, 13B and Jones Oysterbed Island are owned by local sponsor Georgia Department of Transportation. Disposal areas DMCAs 14A and 14B are owned by the Joint Project Office of the Georgia and South Carolina Port Authorities. Portions of DMCAs 2A and Jones/Oysterbed are owned by the Georgia Department of Transportation and the US Fish and Wildlife Service. DMCA 1N is owned entirely by the US Fish and Wildlife Service. The Federal Government holds existing easements on all confined upland disposal areas in the Savannah Harbor except DMCA 1N which has a Memorandum of Understanding. Environmental windows limit the timing of dredging in the Savannah Inner Harbor. The environmental windows in Savannah include a Striped Bass spawning window (2 weeks between approximate dates 1 April through 15 May timeframe) which limits the amount and timing of dredging above station 63+360 (River Mile 12), and a dissolved oxygen window (approximately July 1 through September 30). An environmental window also exists for sturgeon between 1 May and 30 October annually, no dredging is allowed above station 105+500, cutterhead dredging below 105+500 during those months will monitored for sturgeon take. Certain reaches of O&M sediments may contain cadmium (Cd) in levels significant enough to harm foraging avian species in the DMCAs. Therefore, O&M sediments in those reaches will be tested by the Government prior to dredging. If Cd is found in those sediments equal to or greater than 14 mg/kg, then options will be exercised that include disposal of the sediments in specific DMCAs under special handling conditions. Obstructions are objects or materials in the required side slope cross sections or in the existing ground surface which are unknown at the time of encounter by the dredge or identified by pre and post hydrographic surveys, and monthly condition surveys. Obstructions are objects which cannot be removed by a hydraulic pipeline dredge. The Contractor may encounter obstructions during dredging operations and must remove the objects or materials to provide the required section as shown on the cross-section plates. If the Contractor elects to perform unclassified dredging with a pipeline dredge, the dredge must act as a probe for obstructions. The object removed will be the property of the Contractor.� The estimated construction duration for the FY21 Savannah Inner Harbor Maintenance Dredging� is 365 calendar days after issuance of the Notice to Proceed. Evaluation Criteria: The contract will be solicited and procured using Sealed Bidding Procedures under FAR Part 14. NOTE: This solicitation will be issued in electronic format only and is anticipated to be available on or about June 22, 2021. Please note that the bid opening date will be specified in the solicitation when issued. No additional media (CDROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in the System for Award Management (SAM) at https://www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://www.beta.sam.gov to obtain solicitation documents, plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.beta.sam.gov. It is the Offeror�s responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Contractual Questions should be forwarded to Contract Specialist, Arcia Fusi at Arcia.E.Fusi@usace.army.mil or to the attention of Contracting Officer, Whittni Hiscox at�Whittni.C.Hiscox@usace.army.mil. The contracting office address is 100 West Oglethorpe Avenue, Savannah Georgia, 31401.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f79333c35a8d4783a1030fc2b937c172/view)
 
Place of Performance
Address: Savannah, GA, USA
Country: USA
 
Record
SN06032163-F 20210617/210615230113 (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.