SOLICITATION NOTICE
Z -- Herring Bay and Rockhold Creek Maintenance Dredging Project, Anne Arundel County, Maryland
- Notice Date
- 11/8/2022 7:40:37 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST BALTIMORE BALTIMORE MD 21201-2526 USA
- ZIP Code
- 21201-2526
- Solicitation Number
- W912DR23B0005
- Response Due
- 1/11/2023 8:00:00 AM
- Archive Date
- 02/01/2023
- Point of Contact
- Sherry Rhoden, Gary Faykes, Phone: 4109620192
- E-Mail Address
-
sherry.s.rhoden@usace.army.mil, gary.faykes@usace.army.mil
(sherry.s.rhoden@usace.army.mil, gary.faykes@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- PRE-SOLICITATION NOTICE SOLICITATION: W912DR23B0005 -�Total 100% Small Business Set-aside. Herring Bay & Rockhold Creek Maintenance Dredging,�Anne Arundel County, MD This proposed procurement is a Competitive Invitation for Bid (IFB); NAICS 237990 �Other Heavy and Civil Engineering Construction� with a size standard of $39,500,000.00.� Project Scope: The USACE Baltimore District, intends to solicit a construction contract for the Herring Bay and Rockhold Creek Maintenance Dredging Project.� The scope includes using a hydraulic cutterhead pipeline dredge at Herring Bay & Rockhold Creek to remove material to its authorized depth of 7 feet (plus two feet of allowable overdepth). Additional advanced maintenance (one additional foot) may be needed near the beginning of the channel near the existing jetties. Approximately 38,000 cubic yards of silty to sandy material are to be dredged. Placement of material via pipeline will be utilized. Pipeline distance will be approximately 3.5 miles for the furthest dredging location. The pipeline will travel through the Herring Bay & Rockhold Creek, up Rockhold Creek, and over tidal wetlands to reach the existing upland placement site. Earthwork berm repairs, including possibly raising of the existing berms, and weir box replacement may be needed at the existing placement site. It is estimated that the primary contractor is to complete 90% of the work, and the subcontractor to complete the remaining 10% (any potential earthwork at existing placement site).� The proposed project will be a competitive, firm-fixed-price, contract procured in accordance with FAR 14, Sealed Bidding, via an Invitation for Bid (IFB). The magnitude of construction is between $1,000,000 and $5,000,000. Construction duration is approximately 60 calendar days from Notice to Proceed (NTP).� Additional information in accordance with the statement of work will be included in the IFB package. This solicitation will be available on or about 1 Dec 2022, bids due on or about 11Jan 2023 by 11:00 am. The solicitation will be provided in an electronic format, free of charge to all authenticated account holders of the SAM.gov system. Please note that all USACE acquisitions are considered sensitive, but unclassified documents. Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors must also be registered in Representations and Certifications Applications (included in SAM). The North American Industry Classification System (NAICS) Code (237990) applicable to this acquisition must be in vendor�s SAM registration. Note: Update SAM profile to include all applicable NAICS Codes associated with your company. Vendors may register for SAM online at www.sam.gov or by calling 1-866-606-8220.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b62cac818bae49b49bfd919cc5e75169/view)
- Place of Performance
- Address: Deale, MD 20751, USA
- Zip Code: 20751
- Country: USA
- Zip Code: 20751
- Record
- SN06512569-F 20221110/221108230106 (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 |