Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SOLICITATION NOTICE

Z -- W912BU23B0006-NJIWW Adjacent Waterways Dredging

Notice Date
7/10/2023 5:45:30 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU23B0006
 
Response Due
7/25/2023 6:00:00 PM
 
Archive Date
07/31/2023
 
Point of Contact
Frederick Conway, Phone: 215-656-6833, Brooke Patterson
 
E-Mail Address
frederick.conway@usace.army.mil, brooke.l.patterson@usace.army.mil
(frederick.conway@usace.army.mil, brooke.l.patterson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
10 July 2023 Contracts Branch (fc) Action Code: Pre-Solicitation / Synopsis Class Code: Z Subject: Maintenance Dredging - New Jersey Intracoastal Waterway, & Adjacent New Jersey Waterways Solicitation No.: W912BU23B0006 � Maintenance Dredging NJIWW Set-Aside Code: Small Business Response Date: 25 July 2023 Place of Performance: New Jersey Intracoastal Waterway, Cape May/Ocean Counties The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed construction contract to perform Maintenance Dredging of New Jersey Intracoastal Waterway (NJIWW) & Adjacent New Jersey Waterways. Description of Work: Contract work will consist of maintenance dredging of the NJIWW and Adjacent Waterways to include dredging of federal channels 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.� Dredge(s) used under this contract shall have a dredge pump with at least a 12-inch, but not larger than a 14-inch, inside diameter discharge flange.� Disposal facilities will be provided by the Government and are upland confined disposal facilities (CDF) or beneficial use alternatives.� Environmental windows when dredging may occur are dictated for the base and all option work.� Contractor must demonstrate experience with at least 3 completed satisfactory projects on dredging projects involving beneficial use placement techniques such as marsh restoration and habitat creation on environmentally sensitive coastal marshes and wetlands.� The satisfactory projects must have been completed within the last 10 years. Anticipated shoal areas for the NJIWW and adjacent waterways maintenance dredging contract include work to: 1) remove approximately 25,000 cubic yards from the NJIWW Cape May Ferry channel with placement in the USACE-owned Cape May Ferry CDF by 30 April 2024;� 2) dredging of approximately 20,000 cubic yds of mixed sediments from the Cape May Harbor channel with placement in the USACE-owned Cape May Railroad CDF between 1 October and 15 March;� 3) dredging of approximately 3,000 cu yds of sand from the NJIWW channel between Markers 419 to 421 with placement to restore eroding marsh edge between 15 Sept� and 1 March;� 4) dredging of approximately 22,000 cu yards of mixed sediments from the NJIWW channel between Markers 424 to 427 with placement to restore marsh between 15 Sept and 1 March, and 5) dredging of approximately 20,000 cu yards of predominantly fine sands from the Oyster Creek channel with island creation in Barnegat Bay between 15 Oct and 31 December. Dredging can only be done within the specified environmental windows. The solicitation once advertised may contain options. Solicitation No. W912BU23B0006 will be issued on or about 26 July 2023 with a bid opening date occurring at least 30 days after the Solicitation.� Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. The award will be made as a whole to one bidder in accordance with FAR Part 14 Procedures. The contract period of performance is 250 calendar days after receipt of Award/Notice to Proceed. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $37 Million. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. � Questions about this presolicitation notice should be sent to Frederick Conway, at frederick.conway@usace.army.mil on or before July 25, 2023, at 2:00 PM EDT. Information within this presolicitation notice is subject to change with the final solicitation issuance.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eaaaf1915b2649b5998c57190d4b8763/view)
 
Place of Performance
Address: Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN06742037-F 20230712/230710230047 (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.