Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2024 SAM #8179
SOURCES SOUGHT

Z -- MAINTENANCE DREDGING DELAWARE RIVER, FORT MIFFLIN DOCKS & USS NEW JERSEY

Notice Date
4/17/2024 2:04:25 PM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU24B0018
 
Response Due
5/3/2024 1:00:00 PM
 
Archive Date
05/18/2024
 
Point of Contact
Molly Gallagher, Esther Edinborough, Phone: 2156566764
 
E-Mail Address
molly.gallagher@usace.army.mil, esther.a.edinborough@usace.army.mil
(molly.gallagher@usace.army.mil, esther.a.edinborough@usace.army.mil)
 
Description
This is a Sources Sought for the purpose of conducting Market Research. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. The Government anticipates issuing a solicitation for the maintenance dredging. The maintenance dredging will consist of a base bid for Fort Mifflin docks, and an option for Delaware River in the vicinity of Camden, NJ and the USS New Jersey.� The base bid maintenance dredging will require removing approximately 81,000cy of material from Fort Mifflin dock facility to various depths ranging from 16ft to 25ft + 1ft MLLW.� An Option for USS New Jersey Camden waterfront maintenance dredging will require removing approximately 23,000cy to depths of 37ft + 1ft MLLW.� All material removed shall be hydraulically placed into Fort Mifflin�s dredged material placement facility (DMPF). The contractor shall supply all required floating mechanical plant, operating personal and necessary miscellaneous equipment to remove approximately 80,000cy to 100,000cy of dredged material into the Fort Mifflin upland placement facility within an approximate elevation of 45ft NAVD.� The contractor must be able to successfully dredge depths of up to 45 feet at high tide and a minimum production rate of 2,500cy/day.� The floating plant must be capable of holding position in ship wake, current and conditions of the Delaware River. All dredging will be performed to the specified required depth plus 1' allowable overdepth. All maintenance dredging operations shall be performed as contour dredging with a 5ft buffer distance from the edge of piers and the USS New Jersey. The period of performance for this contract is anticipated to be 60 days.� The NAICS Code for this requirement will be 237990 - Other Heavy and Civil Engineering Construction, Subset Dredging and Surface Cleanup Activities with a small business size standard of $37.5M. Note: To be considered small for purposes of Government procurement for 237990 � Subset Dredge and Surface Cleanup Activities, a firm or its similarly situated subcontractors must perform at least 40 percent of the volume dredged with their 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 including whether the procurement will be set-aside for small business, or issued as unrestricted and open to all business sizes. Narratives are requested from interested vendors with the following information, which shall not exceed a total of ten (10) pages. 1. Offeror�s name, address, points of contact with telephone numbers and e-mail addresses. Provide the company's System for Award Management (SAM) assigned UEI and Cage Codes. 2. Business size/classification to include any designations such as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), and Women-Owned Small Businesses shall be indicated on first page of submission. 3. Provide construction bonding level. 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. Brief 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. Description should address the contractor owned equipment or access to such equipment necessary to perform the work. 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 dredging project, the Offeror�s role, dollar value of contract, and name of the company, agency or government entity for which the work was performed for. Responses should be sent to Molly Gallagher at molly.gallagher@usace.army.mil on or before May 3, 2024 at 4:00 PM Eastern.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a2bb3001ee814fa7bc7b407594032f5c/view)
 
Place of Performance
Address: Philadelphia, PA 19153, USA
Zip Code: 19153
Country: USA
 
Record
SN07034265-F 20240419/240417230104 (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.