SOURCES SOUGHT
Y -- Maintenance Dredging of Sandy Hook Channel, NY Harbor
- Notice Date
- 3/28/2018
- 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 York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS18S0012
- Archive Date
- 4/27/2018
- Point of Contact
- Orlando Nieves, , ,
- E-Mail Address
-
orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The purpose of this announcement is to gain knowledge of potential business sources with specific interest in small business, certified 8(a) services by SBA districts located within Region I-New England, Region II-Atlantic and Region III-Mid Atlantic, certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for contracts involving maintenance dredging. BACKGROUND AND INFORMATION FOR MAINTENANCE DREDGING CONTRACT The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of Sandy Hook Channel, New York Harbor, Federal Navigation Project. The dredged material would be dredged and subsequently placed at the Sea Bright Offshore Borrow Area (SBOBA), approximately 5 miles southeast of Sandy Hook Point, NJ. The proposed maintenance dredging would remove approximately 200,000 cubic yards of sand from the Sandy Hook channel. Dredging would be required to a depth of -35 feet Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth. The dredged material is expected to consist primarily of sand and gravel. Based on past dredging cycles, it is recommended that the proposed work only be performed by utilizing a mechanical dredge with a clamshell bucket. Additionally, multiple ocean going barges, tug boats and ancillary equipment will be needed to perform the work during the dredging, transport and placement activities. The dredged material 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 by him 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 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 2018/2019. The work is estimated to cost between $1,000,000 and $5,000,000 Million. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $36.5 Million. 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 Sandy Hook Channel 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) What percentage of work (volume of material dredged and placed) can you perform with your own equipment or equipment owned by another small dredging contractor? 3) Have you performed dredging within the coastal waters of New Jersey? 4) Would you be willing to bid on the project described? If the answer is No, please explain why not? 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 6) Is there a dollar limit on the size of contract that you would bid? If so what is that limit? 7) What is the largest dredging contract, in dollars, on which you were the prime contractor? 8) What is your bonding capacity per contract? What is your total bonding capacity? Equ Equipment 9) 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 clamshell bucket? Please list each piece of equipment capable of performing the work described, i.e. dredging, 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. 10) Identify which dredge(s), including support equipment (tugs, crew boats, etc), you would employ on this project. Also, for each dredge, identify the maximum dredging depth. 11) Do you own ocean going material scows? If so, how many? Please list the name of the scow, its type (ocean going, bottom dump, etc) and the capacity? 12) Will you be able to meet a production rate of 8,000 cubic yards per calendar day and complete all work? 13) Do you have Experience with the use of an automated Dredged Material Monitoring System (Black Box/Silent Inspector) or employing a Dredged Material Inspector (DMI)? 14) Are you familiar with the 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. The response must be specific to the qualifications listed above to show that the respondent meets the requirements and possesses the necessary skills and experience. If a response does not show that the respondent meets the qualifications and/or does not possess the necessary skills and experience, the respondent will not be considered by the Government. Again this is not a request for proposal or quotation; there is no solicitation available at this time. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government. All responses shall be submitted via email to Orlando Nieves at orlando.nieves@usace.army.mil within 14 calendar days of the original posted date in the Fed Biz Ops. A determination by the Government to proceed with the acquisition as a set-aside for 8(a) program, HUBZone, Small Business, etc. or unrestricted is within the discretion of the Government and will be updated to this posting.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS18S0012/listing.html)
- Place of Performance
- Address: Sandy Hook Channel, NY Harbor, New York, United States
- Record
- SN04870865-W 20180330/180328232245-095aeac09f62681b1a8f4a69a3dcd1c3 (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 |