SOLICITATION NOTICE
Z -- FY 22 Savannah Inner Harbor Maintenance Dredging
- Notice Date
- 3/11/2022 9:18:11 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
- W912HN22B5003
- Response Due
- 5/2/2022 10:00:00 AM
- Point of Contact
- JENNIFER FORD, Phone: 9126525005, Whittni C. Hiscox, Phone: 9126525421
- E-Mail Address
-
JENNIFER.M.FORD@USACE.ARMY.MIL, whittni.c.hiscox@usace.army.mil
(JENNIFER.M.FORD@USACE.ARMY.MIL, whittni.c.hiscox@usace.army.mil)
- Description
- FY 22 Savannah Inner Harbor Maintenance Dredging W912HN-22-B-5003 NAICS: 237990 Size Standard: $30.0M This synopsis is for the FY22 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. 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 47 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. �Up to 1.6 million cubic yards of maintenance material is removed from the KITB annually. 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 must 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).� To protect sturgeon aggregation areas in the upper river, no dredging is allowed above STA 105+500 1 May through 31 October.� Dredging is allowed during this time below STA 105+500 but cutterhead dredging must include monitoring for sturgeon take in the DMCAs (cutterhead monitoring requirements can be found in the 2020 SARBO Appendix E, Section 4).� There is no dredging restriction or monitoring requirement for sturgeon 1 November through 30 April. 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 is performing maintenance dredging with a pipeline dredge, the dredge must act as a probe for obstructions.� The object removed will be the property of the Contractor unless it has been determined to be culturally significant.� The base contract will include mobilization/demobilization, maintenance dredging, movies, dive team diving, and equipment rental for obstruction removal.� Contract options include Cd dredging with placement to the backside of DA 14B, maintenance dredging as cap material placed on top of the Cd dredged material, and maintenance dredging the uppermost reaches of the Savannah inner harbor with environmental window. The estimated construction duration for the FY22 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 March 29, 2022. Please note that only authorized transmission method for proposals inresponse to this solicitation is electronic via the PROCUREMENT INTEGRATED ENTERPRISE ENVIRONMENT (PIEE), no other transmission methods (email,facsimile, regular mail, handcarried, etc) will be accepted.The Offeror�s Bid must be received by the Government by the date/time specified in the solicitation. Offerors shall submit their proposal using the following link: https://piee.eb.mil/. 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 Off ror must register in the System for AwardManagement (SAM) at https://www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then follow the instructions listed in the solicitation documents to obtain access to the 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.sam.gov. It is the Offeror�s responsibility to check the Internet address provided in the solicitation as necessary for any amendments that may be posted to this solicitation. Papercopies of this solicitation will not be available. Other methods of requesting apackage will not be honored. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/portal/overview/vendorRegister.xhtml for instruction posted at the PIEE website for vendor user registration. Please refer to https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/solicitation/proposals.xhtml for all instructions and training posted at the PIEE website to include posting an offer and proposal manager functions, roles, and capabilities. Please refer to https://dodprocurementtoolbox.com/site-pages/solicitation-module for additional instructions to include frequently asked questions and vendor access instructions. Contractual Questions should be forwarded to the Contract Specialist, Jennifer Ford at Jennifer.M.Ford@usace.army.mil or to the attention of� the 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://sam.gov/opp/5db94143e8334a56ae67aa088df8ff1c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06264768-F 20220313/220311230104 (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 |