SOURCES SOUGHT
99 -- Isles of Shoals Harbor Of Refuge, NH & ME
- Notice Date
- 9/21/2020 3:31:44 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
- W912WJ21X0001
- Response Due
- 10/21/2020 11:00:00 AM
- Archive Date
- 11/05/2020
- Point of Contact
- Sara J. Torres
- E-Mail Address
-
Sara.J.Torres@usace.army.mil
(Sara.J.Torres@usace.army.mil)
- Description
- Isles of Shoals Harbor Of Refuge, NH & ME Action Code:� Sources Sought Notice Subject:� Construction Services for Breakwater Repairs at Isles of Shoals Harbor in Rye, New Hampshire and Kittery, Maine Solicitation Number:� W912WJ21X0001 Response date:� October 21, 2020� Place of Performance: US Army Engineer District, New England 696 Virginia Road Concord, MA 01742-2751 US Description:� The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for repairs to the breakwaters at the Isles of Shoals Harbor, New Hampshire and Maine. �This announcement is to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned, Woman-Owned and Small Business concerns as described below.� The NAICS code for this procurement is 237990 with a size standard of $39.5M.� The contract solicitation is planned to be issued around May/June 2021.� The construction will occur between late fall 2021 through spring 2022 and is expected to take five months to complete.� The estimated construction cost is between $5,000,000.00 and $10,000,000.00.� The proposed work consists of repairing each of the three stone breakwaters connecting Star, Cedar, Smuttynose, and Malaga Islands, which were damaged during recent storms.� The Isles of Shoals are located about 7 miles off the coast of Rye, New Hampshire in the Gulf of Maine, about 20 miles north of Cape Ann, MA and 45 miles south of Cape Elizabeth, ME.� The work includes dismantling, removing, stockpiling, reworking and reinstalling existing armor stone as well as acquiring and installing new armor in the jetty repair areas. The repaired areas must be properly interlocked and be within specified design tolerances. The three breakwaters total about 1900 feet in length.� The repairs will restore the three structures to a design top elevation of +15.5 feet at mean lower low water, with a crest width of 20 feet, with slopes of 1:1 leeward and 1:1.5 seaward. The breakwaters and the islands they connect form a refuge for vessels seeking shelter during storms that are unable to make a mainland port.� The islands are all privately owned, though Star Island hosts a hotel and conference center and the village of Gosport, NH which attract day visitors to that island in the summer months.� The New Hampshire-Maine state border bisects the harbor.� The breakwater between Malaga and Smuttynose Islands was about 220 feet long at the crest, was constructed in 1821, and has been reduced to a low mound of rubblestone.� About 1,500 tons of new 10 to 18-ton armor stone will be needed to restore this breakwater along with partial removal, stockpiling and reuse of the existing stone berm as bedding and core stone.� The breakwater between Smuttynose and Cedar Islands is about 900 feet long at its crest.� It was originally built in 1822 and last repaired in 1904 using 5 to 10-ton armor stone.� It is in fair condition and about 2,500 tons of new 10 to 18-ton armor stone will be needed to restore this breakwater.� The breakwater between Cedar and Star Islands is about 800 feet long at its crest, was initially constructed in 1913, and was last repaired in 1974 using 7 to 10 ton stone.�� About 1,500 tons of new 5 to 15-ton armor stone will be needed to restore this breakwater.� Specific work tasks are intended to reconstruct severely deteriorated areas of the three breakwaters to their authorized dimensions.� These tasks include the recovery and resetting of displaced armor stone, and delivery and installation of approximately 6,000 to 10,000 tons of new 10 to 18 ton armor stone.� Existing gaps in the structures will be filled, and the structures brought up to their design elevations, crest widths and slopes.� Repairs will require substantial moving and rehandling of existing stones to obtain the required interlocking placement and construction tolerances. The completed repairs will provide a crest width of 20 feet, crest elevation of 15.5 feet at mllw, and slopes of 1:1 leeward and 1:1.5 seaward for each structure.� Given the nature and characteristics of this structure, it is anticipated that all repair and improvement construction activities will have to be performed from marine based plant. Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District. The tide range between Mean High Water (MHHW) and mean low water (MLW) is about 8.7 feet. �Due to the shallow conditions adjacent to the jetty structures it is expected that the contractor will have to ground work barges or find another means for a stable work platform to complete repairs during times of low tide. To prevent damage to environmental resources in the area work will be completed from a single side of each jetty for significant lengths of the work area.� 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 (including Points of Contact for those projects) showing experience with the proposed equipment and stone size handled for each project. 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 bidder'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.� Responses should include experience of Foreman and Crane Operators working on stone structures.� Bid bond will need to be provided with the bid.� Responses are due 21 October 2020.� Responses should be emailed to Contract Specialist Sara J. Torres at sara.j.torres@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 considered to be in effect for a period of one year from the date of this notice.� Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f9857e384c2649d49c40bc3a59a88367/view)
- Record
- SN05806056-F 20200923/200921230215 (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 |