Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2024 SAM #8215
SOURCES SOUGHT

99 -- Dredging For US Navy of the Kennebec River, Bath and Phippsburg, Maine

Notice Date
5/23/2024 11:20:25 AM
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ24X0041
 
Response Due
6/24/2024 11:00:00 AM
 
Archive Date
07/09/2024
 
Point of Contact
Elizabeth Glasgow, Phone: 9783188671
 
E-Mail Address
elizabeth.k.glasgow@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers (USACE), New England District (NAE) is issuing a Sources Sought Announcement (SSA) on behalf of the U.S. Navy for dredging several areas within the 27-feet-deep, 500-feet-wide, Federal Navigation Project (FNP) in the lower Kennebec River, located in Bath and Phippsburg, Maine. This announcement is to determine the interest, availability, and capability of Small and Large Business concerns as described below. The NAICS code for this procurement is 237990 with a Size Standard of $37M. The solicitation for this project is anticipated to be issued on or about mid-July 2024.� The construction is expected to be done in the winter of 2024-2025 and take 4 to 6 weeks to complete.� The estimated construction cost is between $1,000,000 and $5,000,000. This project has a hopper dredge only requirement and was last dredged in 2022. Historically, the FNP channel requires re-occurring maintenance about every 2-years to meet the navigational requirements of surface combatants (Destroyers) being built for the U.S. Navy at the Bath Iron Works in Bath, Maine.� This announcement is intended to address Market Research for the Programmatic Plan for maintenance dredging and to cover several future maintenance dredging events. �Future market research will be conducted as needed based on monitoring of, and coordination with, Industry Hopper Dredging firms at the USACE National Level.�� This project has a hopper dredge only requirement and consists of removing a total of about 75,000 CY of sand from two areas of the authorized, 27-foot deep, 500-feet wide Federal navigation channel in the lower Kennebec River.� Dredging in the vicinity of Doubling Point may be to a maximum elevation of -35� Mean Lower Low Water (MLLW) and remove approximately 50,000 cubic yards of sand.� The material dredged from the Doubling Point area will be placed at the previously used in-river disposal area north of Bluff Head in about 95-100 feet of water.� Dredging at the Popham Beach area near the river mouth will be to a maximum elevation of -29� MLLW.� Material dredged from the Popham Beach area will be placed in the previously used 500-yard diameter nearshore disposal area located about 0.4 nautical miles south of Jackknife Ledge and in about 40-50 feet of water, or, alternatively, at a nearshore placement site just shoreward of the Jackknife Ledge site. Under this contract the successful offeror will be required to provide the equipment (i.e., a hopper dredge) and materials required for the removal of material from the aforementioned areas of the FNP and to place the material at the in-river placement site and the nearshore site. �The offeror will be evaluated on experience in dredging of navigation or other coastal dredging projects and the placement of dredged material in an unconfined, open-water environment. � Interested firms should submit a capabilities package to include the following: business classification (i.e., HUBZone, etc.); the type of equipment to be utilized for this project; as well as qualifications and specific examples of past experience in performing the work requirements stated above. The project examples must have been performed within the last ten years. The package must show project examples of all of the experience/expertise listed above. However, the experience does not have to be demonstrated on one single project. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort. Please include a Point of Contact and phone number for each project example who may be contacted for further information on contractor's effort and performance. Proof of bonding capability must be submitted with the package. Firms interested shall provide the above documentation via email and are due by 2pm EDT, June 24, 2024. Responses should be emailed to: Elizabeth.K.Glasgow@usace.army.mil. Responses are limited to twenty pages. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be in effect for a period of one year from the date of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ef09c2df732e406db67b136ac112af96/view)
 
Place of Performance
Address: Phippsburg, ME 04562, USA
Zip Code: 04562
Country: USA
 
Record
SN07076046-F 20240525/240523230104 (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.