Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

M -- W912BU22B - Maintenance Dredging NJIWW & Maurice River

Notice Date
5/13/2022 8:55:37 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
W912BU22B-MaintenanceDredging
 
Response Due
5/30/2022 12:00:00 PM
 
Point of Contact
Frederick Conway, Phone: 2156566833, Gregory C. Keaton, Phone: 2156563826
 
E-Mail Address
frederick.conway@usace.army.mil, gregory.c.keaton@usace.army.mil
(frederick.conway@usace.army.mil, gregory.c.keaton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Description of Work: This is a Sources Sought Notice and is for information purposes only � � � � � � � � � � �THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract�to perform Maintenance Dredging of New Jersey Intra-coastal Waterway, Maurice River�& Adjacent New Jersey Waterways Contract work will consist of Maintenance Dredging of the New Jersey Intracoastal Waterway,�Maurice River and Adjacent Waterways to include dredging to clear shoals, dike building/containment to safely contain the quantity of dredged material where appropriate and placement�involving beneficial use and marsh restoration alternatives will be utilized where permitted and�appropriate. Contractor must have capability to operate 2 dredges concurrently � one 10-12 in�and one 12-14 in hydraulic pipeline dredge. Disposal facilities will be provided by the�Government and may be upland disposal facilities or marsh/shoreline restoration. Options are included for containment of work and additional work along the waterways should�more funding and need become available. Due to environmental restrictions, dredging must�occur within a window from 1 June through 31 December for any locations north of Absecon�Inlet. Additional environmental windows may be dictated based on the location of beneficial use�placement alternatives. Due to the specialized nature of the work, contractor must be able to�demonstrate prior experience on navigation dredging projects involving beneficial use placement�techniques on environmentally sensitive coastal marshes and wetlands. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction�and the small business size standard is $39.5 Million. Estimated cost range of the project is $5 -�$10 Million dollars. 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�Disabled Veteran 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�total construction bonding level. Provide both capabilities which must be expressed in U.S.�dollars; along with current 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 this project 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 performance information 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 (reference name, phone number and e-mail address). Responses should be sent to Frederick Conway, at frederick.conway@usace.army.mil on or�before May 30, 2022 at 3:00 PM EST. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/17b7f8d1d62b40fa93b1becdf83bd427/view)
 
Place of Performance
Address: Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN06327223-F 20220515/220513230103 (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  © 1994-2020, Loren Data Corp.