SOURCES SOUGHT
Y -- Maintenance Dredging of Saco River, Saco/Biddeford, ME
- Notice Date
- 3/23/2018
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ18X0022
- Point of Contact
- Jessica Loc, Phone: 9783188678
- E-Mail Address
-
jessica.r.loc@usace.army.mil
(jessica.r.loc@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for a maintenance dredging project located in Saco River, Saco / Biddeford, ME. This announcement is to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned, and Small Business concerns for the work described below. The NAICS code for this procurement is 237990. The project is planned to be issued on or about July 15, 2017. The construction will occur in the fall/winter of 2018-19 and is expected to take 3 to 4 months to complete. The estimated construction cost is between $1,000,000.00 and $5,000,000. The Saco River project consists of hydraulically dredging a portion of the Federal navigation project (FNP) at the mouth of the river which includes an 8-foot deep entrance channel, and three 6-foot deep anchorages (below Mean Lower Low Water). Approximately 41,000 cubic yards (CY) of required dredging, with another 36,000 CY of 1-ft allowable overdepth dredging would bring these areas back to their authorized dimensions. Sandy shoal material dredged from the mouth of the river will be pumped approximately 8,000 ft to Camp Ellis Beach. The work in this area will require significant coordination around the tide cycles. Additionally a contract option to mechanically dredge a portion of the FNP's 8-foot deep channel, and 6-foot deep maneuvering basin at the city center of Saco may be included. Approximately 23,000 CY of required, and another 12,000 CY of 1-ft allowable overdepth of predominantly fine grain sand, silty shoal material will be completed by mechanical dredge and hauled 1 mile south to a previously used in-river placement site for disposal. Dredging and disposal operations will be performed between November 15, 2018 and March 15, 2019 to meet environmental time of year (TOY) restrictions. In order to accomplish all dredging requirements within the specified dredging window the Contractor will need to meet a production rate of 30,000 CY per 30 calendar days for the hydraulic dredging portion of the project and a production rate of 15,000 CY per 30 calendar days for the optional item (if awarded). Environmental coordination and permitting have been completed by the U.S. Army of Engineers, New England District. The Government anticipates including a Definitive Responsibility Criteria in the solicitation. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), type of equipment the firm is proposing to use on the project, and two (2) example projects performed by the firm in the last ten (10) years showing experience with both mechanical and hydraulic dredging equipment at the production rate(s) listed above. Of the two provided example projects at least one (1) project should show experience placing material on an intertidal beach. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the offeror's effort. Firms may use subcontractor experience to demonstrate experience with the requirements, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member's experience shall be the same as the role for that team member for this project. Proof of bonding capability is required. Responses are limited to twenty pages and due by April 13, 2018. Responses should be submitted via email and addressed to the contract specialist, Jessica Loc, at jessica.r.loc@usace.army.mil. 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 considered to be in effect for a period of one year from the date of this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ18X0022/listing.html)
- Place of Performance
- Address: biddeford, Maine, United States
- Record
- SN04865702-W 20180325/180323231712-62e2f1dbc1a708684e7baec2f240f4bb (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |