SOURCES SOUGHT
99 -- Maintenance Dredging of Great Kills Harbor, Federal Navigation Project
- Notice Date
- 1/11/2024 1:01:57 PM
- Notice Type
- Sources Sought
- Contracting Office
- W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
- ZIP Code
- 10278-0004
- Solicitation Number
- W912DS24S0021
- Response Due
- 1/26/2024 11:00:00 AM
- Archive Date
- 03/11/2024
- Point of Contact
- Adrian Stafford-Browne, Phone: 9177908087, Francis Cashman, Phone: 9177908173
- E-Mail Address
-
adrian.j.stafford-browne@usace.army.mil, francis.cashman@usace.army.mil
(adrian.j.stafford-browne@usace.army.mil, francis.cashman@usace.army.mil)
- Description
- MARKET SURVEY Background Information The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform�maintenance dredging of Great Kills Harbor, Federal Navigation Project to a depth of -10�feet Mean Lower Low Water (MLLW) plus 2 feet of allowable overdepth. The proposed�maintenance dredging would remove approximately 200,000 cubic yards (CY) of material�from the critical shoal area, located within the Great Kills Harbor. The dredged material�would be dredged and subsequently placed at the Historic Area Remediation Site�(HARS), approximately 5 miles east of Sandy Hook, New Jersey. The dredged material�is expected to consist primarily of silt and clay. Based on the past dredging projects within the New York Harbor, and restrictions found�in the New York State Department of Environmental Conservation Water Quality�Certificate, the proposed work can only be performed by utilizing a mechanical clamshell dredge with environmental bucket. Additionally, multiple ocean-going, bottom-dumping�barges, tugboats and survey vessels will be needed to perform the work during the�dredging and placement activities. The dredging and placement at the HARS would be required to meet all federal, state, and approved local criteria required by the government�agencies having jurisdiction where the dredging and placement sites are located. Once the contract is awarded, the contractor will be required to commence work within�five (5) calendar days after the date of receipt of the Notice to Proceed, and maintain an�integrated production rate of at least 8,000 cubic yards per calendar day for the dredging�and placement of the dredged material. The presence of the dredging equipment in the�channel will impact ship traffic, and it is necessary to maintain this production rate while�minimizing the duration of this impact. The proposed work is anticipated to take place in the fall/winter of 2024. The work is�estimated to cost between $5,000,000 and $10,000,000. SURVEY OF THE DREDGING INDUSTRY The following confidential survey questionnaire is designed to apprise the Corps of�prospective dredging contractors� project execution capabilities. Please provide your�response to the following questions. All questions are in regard to the Great Kills Harbor,�New York maintenance dredging project. General 1) Have you ever worked on dredging jobs similar in nature to this project? If so,�please describe the project and for whom the work was performed. Identify a�point of contact and phone number, as a reference of relevant experience. 2) Have you performed dredging within the waters of the Port of New York and New�Jersey? 3) Do you have experience with the placement of dredged material at the HARS?�Please list your experience. 4) What percentage of work (volume of material dredged, transported, and ultimately�placed) can you perform with your own equipment or equipment owned by�another dredging contractor? 5) Would you be willing to bid on the project previously described? If the answer is�No, please explain why not. 6) Would you be bidding on this project as a sole contractor, prime contractor with�subcontractor(s), or as a joint venture? 7) Is there a dollar limit on the size of contract that you would bid? If so, what is that�limit? 8) What is the largest dredging contract, in dollars, on which you were the prime�contractor? 9) What is your bonding capacity per contract? What is your total bonding capacity? 10) Do you have experience using USACE Resident Management System (RMS) 3.0�for delivering Submittals, Daily Dredging Reports and Pay Estimates? 11) Do you have experience applying USACE EM 385-1-1 (Nov 2014) and all�requirements? Deficiencies observed on site will require immediate attention and�action to meet all applicable safety codes. Equipment 12) What type of dredge equipment do you own and/or operate that is suitable for the�work described? Do you own a mechanical dredge with a closed environmental�clamshell bucket? Please list each piece of equipment capable of performing the�work described, i.e. dredging, transfer, transportation, and final ocean placement�of the material. For each dredge that you list, please specify its bucket size(s),�and any other salient characteristics. 13) Identify which dredge(s), including support equipment (tug, crew boat, scows,�etc.), you would employ on this project. Also, for each dredge, identify the�maximum dredging depth. 14) Do you own ocean-going material scows? If so, how many do you have available�for use? Please list the name of the scow, its type (ocean going, bottom dump,�etc.) and the capacity. 15) Will you be able to meet a production rate of 8,000 cubic yards per calendar day�and complete all work? 16) Do you have experience with the use of an automated Dredged Material�Monitoring System (Black Box/Silent Inspector) employing a Dredged Material�Inspector (DMI)?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6eadaadff86d4c939aef6e9cce6a63a1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06934166-F 20240113/240111230057 (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 |