SOLICITATION NOTICE
Y -- Duluth Harbor, MN maintenance dredging
- Notice Date
- 5/13/2024 12:17:48 PM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
- ZIP Code
- 48226-5000
- Solicitation Number
- PANGLR-24-P-0000-000859
- Response Due
- 6/15/2024 11:00:00 AM
- Archive Date
- 08/30/2024
- Point of Contact
- Dean Liguori, Glenn W. Moon
- E-Mail Address
-
dean.liguori@usace.army.mil, Glenn.W.Moon@usace.army.mil
(dean.liguori@usace.army.mil, Glenn.W.Moon@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers Detroit District is seeking contractors for maintenance dredging in Duluth Harbor, MN, zip code 54880-6818 (Superior). The project consist of the following: This project involves maintenance dredging in the Duluth-Superior Federal navigation channel located along the border of Wisconsin and Minnesota. The Contractor will be required to mobilize a dredge to the Duluth-Superior channel and perform mechanical dredging within the channel.� Dredging will be required within the following areas: �������������� The mouth of the Duluth Entry �������������� Two separate areas of the Duluth Harbor Basin along the westerly channel limits The contract may also include options to perform additional dredging within the East Gate Basin along the easterly channel limits. Dredged material will be placed along Wisconsin Point adjacent to a closed former landfill between the Ordinary High Water Mark (OHWM) and the most landward 12 foot (ft) depth contour. The Contractor must have the equipment and ability to perform in-water mechanical dredging to the required depths, to transport and place material at the required placement area. Placement at Wisconsin Point will require the implementation of various Best Management Practices (BMPs) to ensure turbidity is kept within state-approved limits at the placement site. BMPs will also be implemented to limit debris being placed along Wisconsin Point. Placement at Wisconsin Point is unrestricted for hydraulic or mechanical placement. An allowable transfer box location will be provided to allow for hydraulic placement operations and will be located adjacent to the southernmost limits of the Federal navigation channel (near Allouez Bay). An allowable pipeline path (for hydraulic placement) and staging area will be provided near a closed former landfill on Wisconsin Point, adjacent to the placement site. If the pipeline access route is utilized, the Contractor will be responsible for ensuring Wisconsin Point Road and Allouez Bay (pedestrian, vehicular and watercraft traffic) remains accessible to the public through the life of the project. The required dredging depths will be approximately 27 ft to 33 ft below Low Water Datum (LWD) depending on the location within the harbor. The material is expected to be a mix of (predominantly) sand, with the potential of minor debris typical in an active harbor. The quantity of dredged material in the contract may range from approximately 50,000 cubic yards to 80,000 cubic yards. The anticipated period of performance for dredging is 15 July 2024 through 15 October 2024. The Contractor would then demobilize when dredging and material placement are complete. General Information: This announcement serves as the advance notice for this project. The estimated price range of construction is between $1 Million and $5 Million. This project will be advertised unrestricted with full and open competition. The North American Industrial Classification System (NAICS) code is 237990, which has a size standard of $37 Million in average annual receipts. The Government intends to issue a firm-fixed price contract. Approximate solicitation posting date: the beginning of June 2024. The contract is anticipated to have a completion date of 15 October, 2024. A bid bond in the amount of the offer is required. The solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available only electronically via SAM.gov. In order for interested contractors to conduct business with the Federal Government, contractors must register their firm at the System for Award Management (SAM). Contractors can access SAM for free at www.sam.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9c3af408de18426f89ca10d2d5d621da/view)
- Place of Performance
- Address: Superior, WI 54880, USA
- Zip Code: 54880
- Country: USA
- Zip Code: 54880
- Record
- SN07061611-F 20240515/240513230048 (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 |