SOLICITATION NOTICE
Z -- Dredging, Muskogee County, OK
- Notice Date
- 4/13/2020 1:17:30 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT TULSA TULSA OK 74137-4290 USA
- ZIP Code
- 74137-4290
- Solicitation Number
- SWT
- Response Due
- 4/28/2020 12:00:00 PM
- Archive Date
- 05/13/2020
- Point of Contact
- jason floyd, Phone: 918-669-7022, Julie S. Hill, Phone: 9186697699
- E-Mail Address
-
jason.l.floyd@usace.army.mil, julie.s.hill@usace.army.mil
(jason.l.floyd@usace.army.mil, julie.s.hill@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers � Tulsa District has been tasked to solicit for and award a contract to dredge the portion of Spaniard Creek (NM374.0 �NM375.0) in Muskogee County, Oklahoma. The proposed project will be a competitive, firm-fixed price, procured in accordance with FAR 14 Sealed Bid, Invitation for Bid using price only. The Government is seeking qualified, experienced sources capable of performing the following: This project will be a contract with all work being performed by the contractor to dredge approximately 90,000 cubic yards of material at Spaniard Creek. The channel width is 250� throughout this area, with approximately 3,000� of shoaling material requiring dredge removal. The area will be dredged down to elevation 475.0� with an optional 0.5� over dredge depth (474.5�). Dredging may require up to 3,500� of discharge pipe to reach approved dredge material disposal sites. Disposal site locations, dredge templates/cut sheets, with coordinates will be provided upon request by the government for inputting data into dredging software programs, i.e. HYPACK. The contractor shall provide all labor, tools, materials, equipment, and other engineering services necessary to dredge, provide all heavy equipment as needed, responsible for the maintenance and repairs of the heavy equipment and all Contractor owned/leased equipment. Dredge shall have a capacity to pump a minimum of 2000 C.Y. (cubic yard) per day. Contractor shall have the capacity to pump at a length of 3,500� and height of 70�. Contractor will be responsible for maintaining any upland disposal site utilized, ensuring proper water elevations are being maintained to prevent bank overtopping. Contractor will be responsible for transportation of all necessary equipment required for dredging of the area, both to location and from location. Contractor will also be required and responsible for allowing commercial traffic to safely transit the area which may require a stoppage of work, breaking down and resetting as necessary, in a timely manner. Contractor will maintain constant radio communication with Locks and traffic in order to respond and move as necessary. Pipeline transport is the preferred method, with associated cutter head, dustpan, and/or other hydraulics. Dredged material should be directly transported by hydraulic dredge through pipelines for the full distance to disposal site. Additional booster pumps should be used as needed for pumping if necessary. The contractor shall maintain a clean work area at all times. The contractor shall be responsible for the protection of the environment and will be required to restore all damages subject to the satisfaction of the Contracting Officer. The contractor shall remove and dispose of all debris off Government property in a state approved disposal site unless specified otherwise. The contractor will be required to comply with Federal and State environmental requirements. Work will be considered complete once contractor has successfully completed dredging activities and the cubic yard quantities of dredged material are calculated and verified by hydrographic survey performed by the government furnished survey crew following the completion of work. The general scope of work for this project includes, but is not limited to: 1) Contractor shall coordinate with the COR and survey crew to identify areas to be dredged; 2) Contractor shall provide all labor, tools, materials, equipment, and other engineering services necessary to dredge approximately 90,000 cubic yards of material at Spaniard Creek (RM374.0 � RM375.0); 3) Move dredged material include pipelines, barges or scows, and hopper dredges; 4) Dredged material should be directly transported by hydraulic dredge through pipelines for the full distance to disposal site, which is estimated to run a length of up to 3,500� of discharge pipe, and at a maximum height of 70�; 5) Materials will be placed at designated locations indicated upon maps provided by the COR or Contracting Officer. 6) Work will be considered complete once the quantities of dredged material are calculated and verified by hydrographic survey performed by the government. Option 1 will be exercised subject to the availability of funds. Option 1: Dredge entrance to Port of Catoosa (NM444.0 � NM445.0). Current hydrographic surveys and dredge material calculations show approximately 10,000 cubic yards of material to be dredged in this location. The channel width is 150� throughout this area, with approximately 500� long and shall be dredged down to elevation 520.0� with an optional 0.5� over the dredge depth of 519.5�. Dredge material will be placed in an approved upland disposal area which requires pumping up to a maximum height of 70 feet. Contractor will be responsible for maintaining upland disposal site ensuring appropriate water elevations are being maintained to prevent bank overtopping. In accordance with FAR 36.204, the estimated magnitude of construction for this project is: Between $500,000 and $1,000,000. Estimated duration of the project is 90 calendar days. The North American Industry Classification System code for this procurement is 237990, Other Heavy and Civil Engineering Construction, which has a small business size standard of $36.5M. Small Businesses are reminded under FAR 52.219-14, Limitations on Subcontracting, that they must perform at least 15% of the cost of the contract, not including the cost of materials, with their own employees for general construction-type procurement. TYPE OF SET-ASIDE: This is a 100% small business set-aside procurement. Anticipated solicitation issuance date is on or about�01 May�2020, and the estimated proposal due date will be on or about�01 June�2020.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/aa3df0bfd01848218824c975c11d6b78/view)
- Place of Performance
- Address: Webbers Falls, OK 74470, USA
- Zip Code: 74470
- Country: USA
- Zip Code: 74470
- Record
- SN05619080-F 20200415/200413230145 (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 |