SOURCES SOUGHT
Y -- Canaveral Harbor Maintenance Dredging, 41 to 46-Foot Project, Brevard County, Florida
- Notice Date
- 12/6/2022 12:03:54 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-0019 USA
- ZIP Code
- 32207-0019
- Solicitation Number
- W912EP23Z0007
- Response Due
- 12/12/2022 11:00:00 AM
- Archive Date
- 03/12/2023
- Point of Contact
- Manuela Voicu, Phone: 9042321387
- E-Mail Address
-
manuela.d.voicu@usace.army.mil
(manuela.d.voicu@usace.army.mil)
- Description
- SOURCES SOUGHT SYNOPSIS W912EP23Z0007 SUBJECT:� Canaveral Harbor Maintenance Dredging, 41 to 46-Foot Project, Brevard County, Florida SOLICITATION NUMBER:� GROUP1-18-R-J026 RESPONSE DATE:� December 12, 2022 CONTRACT SPECIALIST NAME, PHONE NUMBER & EMAIL:� Ruth C. Rodriguez, (904) 232-4522, ruth.c.rodriguez@usace.army.mil THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER(S) For GROUP 1 use: W912EP18R0029:� Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029);�Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP1- UNRESTRICTED DREDGING MATOC POOL. A Pre-Proposal Conference will be held on or about January 11, 2023 @ 10:00am, Local Time via teleconference utilizing the information provided below.� It is requested that an email be sent to Ruth.C.Rodriguez@usace.army.mil to confirm attendance by your organization. https://usace1.webex.com/meet/manuela.d.voicu Audio Teleconference: 1-844-800-2712 (US Toll Free), 1-669-234-1177 (US Toll) Access Code: �2761 553 0243 DESCRIPTION OF WORK:� Project work consists of maintenance dredging at Canaveral Harbor to remove shoal material from identified dredging areas shown on the contract plans. Project work will be split between base and 4 options as shown on the plans and outlined in the project bid schedule. Shoal material removed from dredge areas from Cut-2 Station 145+00 to Station 181+70.90 and the South Jetty Sediment Trap will be evaluated for nearshore placement at the nearshore disposal area. The Contractor will determine if the material being dredged within these cuts to be less than 20 percent fines and do so based on a visual inspection of the material as it is placed into scows. If determination indicates that the material is not compatible for nearshore placement, the material will be disposed of in the designated Ocean Dredged Material Disposal Site (ODMDS). Dredging areas outside of the nearshore dredging areas will place dredged material into the ODMDS. The ODMDS is located 4.0 to 8.0 nautical miles from the designated dredging areas and the nearshore disposal area is located approximately 6.3 nautical miles from the dredging areas. Project work also includes environmental species monitoring, turbidity monitoring, and stand by time. The use of hopper dredges is prohibited. This project will have an estimated period of performance of 345 calendar days after issuance of Notice to Proceed (NTP), including 60 calendar days to commence work. The total completion time of 400 calendar days includes the following: Base Bid 220 calendar days (includes 60 calendar days mob/demob) Option A 30 calendar days Option B 15 calendar days Option C 20 calendar days Option D 35 calendar days Magnitude of construction is between $25,000,000 and $50,000,000. The request for proposal (RFP) will be issued on or around January 5, 2023 and proposals will be due on or about January 16, 2023.� The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA).� See forthcoming request for proposal for submission requirements. The Request for Proposal will be issued in electronic format only and will be posted on the System for Award Management (SAM) website at https://www.sam.gov/.� In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the SAM website at https://www.sam.gov/.� Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation.� You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/670ce225a4c949568f8bbd8230d08a49/view)
- Place of Performance
- Address: FL, USA
- Country: USA
- Country: USA
- Record
- SN06536607-F 20221208/221206230100 (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 |