Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 11, 2024 SAM #8111
SOURCES SOUGHT

Z -- FY25 Regional Harbor Dredging Contract

Notice Date
2/9/2024 8:13:07 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W074 ENDIST WILMINGTON WILMINGTON NC 28403-1343 USA
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM24B0010
 
Response Due
2/23/2024 1:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Terri Adams, Phone: 910-251-4493, Rosalind M. Shoemaker, Phone: 9102514436
 
E-Mail Address
terri.m.adams@usace.army.mil, rosalind.m.shoemaker@usace.army.mil
(terri.m.adams@usace.army.mil, rosalind.m.shoemaker@usace.army.mil)
 
Description
SOURCES SOUGHT NOTICE FOR MAINTENANCE DREDGING FY 25 REGIONAL HARBOR DREDGING CONTRACT (RHDC) BRUNSWICK HARBOR, GEORGIA; SAVANNAH HARBOR, GEORGIA; WILMINGTON HARBOR, NORTH CAROLINA; MOREHEAD CITY HARBOR, NORTH CAROLINA; AND CHARLESTON HARBOR, SOUTH CAROLINA W912PM24B0010 This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award. The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform maintenance dredging.� The areas of consideration for this dredging service are: Brunswick Harbor, Georgia; Savannah Harbor, Georgia; Wilmington Harbor, North Carolina; Morehead City Harbor, North Carolina; and Charleston Harbor, South Carolina. This will be a project within the Wilmington District, NC, Savannah District, GA, and Charleston District, SC, and surrounding areas. This work will consist of Maintenance Dredging in Brunswick Harbor, Georgia; Savannah Harbor, Georgia; Wilmington Harbor, North Carolina; Morehead City Harbor, North Carolina; and Charleston Harbor, South Carolina.� Description of Work:� maintenance dredging (Hopper) for (5) dredging projects.� The areas of consideration for these dredging services are: Brunswick Harbor, Georgia; Savannah Harbor, Georgia; Wilmington Harbor, North Carolina; Morehead City Harbor, North Carolina; and Charleston Harbor, South Carolina. Brunswick Harbor, Georgia Estimated Quantity: 1,500,000 CY Environmental Window:� December 15 � March 31 The work for Brunswick Harbor for maintenance dredging will require a hopper dredge(s).� The dredge(s) must have the capability to dredge fine sands and silts to a depth of -40 MLLW and to transport the dredged sediment up to 15 miles to the dump location.� Dredged material shall be placed in the Brunswick Ocean Dredged Material Disposal Site (ODMDS).� Disposal shall be within a specific area within the Brunswick ODMDS identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective.� The bin restrictions for the Brunswick ODMDS are as follows: Reach������������������������������������������������ Bin Restriction -19+000 to -23+000������������������������� 11,500 CY -23+000 to -28+000������������������������� 8,860 CY -28+000 to -33+500������������������������� 9,300 CY -33+500 to -56+500������������������������� 7,000 CY Savannah Harbor, Georgia Estimated Quantity: 600,000 CY Environmental Window:� December 15 � March 31 The work for Savannah Harbor for maintenance dredging will require a hopper dredge(s). The dredge(s) must have the capability to dredge fine sands and silts to a depth of -51 MLLW and to transport the dredged sediment up to 15 miles to the dump location.� Dredged material shall be placed in the offshore disposal areas. Disposal shall be within a specific area within the Ocean Dredged Material Disposal Site (ODMDS) identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective.� The bin restriction for the Savannah ODMDS is 12,500 cubic yards. Wilmington Harbor, North Carolina Estimated Quantity: 900,000 CY Environmental Window:� December 1 � April 15 The work for Wilmington Harbor Outer Ocean Bar shall consist of maintenance dredging of Wilmington Harbor Baldhead Shoal Channel Reach 3 and Southport Channel.� The maintenance dredging will require removal and disposal of shoaled material that has accumulated in the channels since they were last dredged.� The dredging shall be performed by hopper dredge.� Dredging depth is 44� plus 2� of allowable overdepth.� The Government furnished disposal area is the Wilmington Harbor Ocean Dredged Material Disposal Site. Morehead City Harbor, North Carolina Estimated Quantity: 800,000 CY Environmental Window:� December 1 � April 15 The work for Morehead City Harbor shall consist of maintenance dredging of the Morehead City Harbor Range B, Cutoff and Range A. The maintenance dredging will require removal and disposal of shoaled material that has accumulated in the channels since they were last dredged. The dredging shall be performed by hopper dredge.� Dredging depths are 45 feet plus 2 feet of allowable overdepth and 47 feet plus 2 feet of allowable overdepth. Disposal of dredged material will be in the Nearshore Placement Areas and/or the Morehead City Ocean Dredged Material Disposal Site. Charleston Harbor, South Carolina Estimated Quantity: 1,200,000 CY Environmental Window:� December 15 � March 31 The work for Charleston Harbor for maintenance dredging will require a Hopper dredge(s). The dredge(s) must have the capability to dredge fine sands and silts to a depth of -58 MLLW and to transport the dredged sediment up to 10 miles to the dump location.� Dredged material shall be placed in the offshore disposal areas. Disposal shall be within a specific area within the Ocean Dredged Material Disposal Site (ODMDS) identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective. All interested firms with 237990 as an approved NAICs code have until 23 February 2024 at 1600 EST to submit the following information: - Name & Address of your Firm - Point of Contact (Name/Phone/E-mail) - Current SAM - Documentation of use of a hydraulic pipeline dredge or hopper dredge - Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM. - Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity. - Evidence of capabilities to perform comparable work (dredging projects). The contractor must provide evidence of comparable work on two (2) recent projects greater than $10,000,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience. - Firm's capability to perform, to include geographic span and project size. - Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to ""team"" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot�g� and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot�g� arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided. The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such. The estimated magnitude of this project is between $10,000,000.00 and $25,000,000.00, The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the size standard is $37 Million. [NOTE: Dredging - To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.] Responses to this Sources Sought Announcement will be used by the government to make appropriate acquisition decisions. All interested businesses, regardless of size should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity, bonding availability, details of similar projects, and the completion dates, references and contract amount for the similar projects listed. 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 Maintenance Dredging, Regional Harbor Contract Dredging (RHDC) 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) What percentage of work (volume of material dredged, transported and ultimately placed) can you perform with your own equipment or equipment owned by another contractor? 3) Have you performed dredging within the waters of referenced harbors? 4) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 5) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit? 6) What is the largest dredging contract, in dollars, on which you were the prime contractor? 7) What is your bonding capacity per contract? What is your total bonding capacity? Equipment: 8) What type of dredge equipment do you own and / or operate that is suitable for the work described? Please list each piece of equipment capable of performing each type of work described. 9) Identify which dredge(s), including support equipment (tugs, crew boats etc.), you would employ on this project. Also, for each dredge, identify the maximum digging depth. Narratives shall be no longer than 30 pages.� The requested information shall be submitted electronically to: U.S. Army Corps of Engineers Attn: Rosalind M. Shoemaker and Terri M. Adams E-mail: rosalind.m.shoemaker@usace.army.mil and terri.m.adams@usace.army.mil The email should be titled: Maintenance Dredging, Regional Harbor Dredging Contract (RHDC) THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/795e32cf858541afb26652a3713d17cf/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06962027-F 20240211/240209230056 (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.