SOURCES SOUGHT
Y -- Construction Services for Improvement Dredging at the Point Judith Harbor, Rhode Island
- Notice Date
- 2/16/2022 5:35:22 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
- W912WJ22X0010
- Response Due
- 3/4/2022 12:00:00 PM
- Point of Contact
- Heather M. Skorik, Phone: 9783188040
- E-Mail Address
-
heather.skorik@usace.army.mil
(heather.skorik@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for improvement dredging of the Point Judith Harbor Federal Navigation Project (FNP) located at Narragansett, Rhode Island. This announcement is to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for this procurement is 237990 with a size standard of $30.0M. The project is planned to be issued on or about June 2022. The construction will occur in the fall/winter of 2022/2022 and is expected to take approximately 2 months to complete. The estimated construction cost is between $1,000,000 and $5,000,000. The project improvements at Point Judith Harbor FNP consists of two features:� (1) widening the existing 15-foot deep Mean Lower Low Water (MLLW) 150-foot-wide 700-foot-long west bulkhead channel at the Port of Galilee by 50 feet for a new total channel width of 200 feet and (2) extending the channel northeasterly about 1200 feet at a depth of -11 feet MLLW with a width of 150 feet.� The proposed work consists of dredging approximately 24,000 cubic yards (cy) (including required dredge and overdepth) of mixed grained sands from the 15-foot channel widening (with a two-foot allowable overdepth) and the 11-foot channel extension (including a one-foot allowable overdepth). The mechanical dredge will remove material from the channels transport the material in scows to a nearshore placement off of Matunuck Beach, about 2.5 miles west of the Point Judith inlet, in waters 15 to 18 feet deep MLLW.� The available dredging window is between October 1, 2022 and January 31, 2023. Point Judith is New England�s third largest fishing port.� Surveys have identified a number of debris targets in the dredge areas including old mooring blocks, vessel parts, pipe, cable and other debris typical of a large active fishing port, all of which will need to be removed and disposed of ashore at facilities to be identified by the contractor.� In order to accomplish all dredging requirements within the specified dredging window it is expected that the Contractor will need to meet a production rate of 15,000 CY per 30 calendar days. Environmental coordination and permitting has been completed by the U.S. Army of Engineers, New England District. Interested firms should demonstrate their project experience, by providing two (2) projects within the last ten years, which meet the following requirements: � Dredging by mechanical means in tidal waters with depths of 8 feet or less, demonstrating a minimum production rate of 15,000 cubic yards in one consecutive 30-day period. � Experience with transportation and placement of dredged material at a nearshore nourishment disposal site during the months of October through January. 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 at the production rate listed above. 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. Bid bond will need to be provided with the bid. Responses are limited to twenty pages and due by March 4, 2022. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Heather Skorik, or electronically to Heather.Skorik@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. Government Agency URL: www.nae.usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a7f19c71a9d74535b6aa811f9fe1d28b/view)
- Place of Performance
- Address: Concord, MA 01742, USA
- Zip Code: 01742
- Country: USA
- Zip Code: 01742
- Record
- SN06245109-F 20220218/220216230117 (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 |