Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2025 SAM #8655
SOLICITATION NOTICE

Z -- Z--MAINTENANCE DREDGING OF DAVIS BAYOU DOCK

Notice Date
8/5/2025 7:50:10 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
NER SERVICES MABO (43000) BOSTON MA 02108 USA
 
ZIP Code
02108
 
Solicitation Number
140PS125R0017
 
Response Due
8/20/2025 2:00:00 PM
 
Archive Date
09/04/2025
 
Point of Contact
Johnson, Cole, Phone: 2673210342
 
E-Mail Address
cole_johnson@nps.gov
(cole_johnson@nps.gov)
 
Description
IAW FAR 5.203(a), the National Park Service hereby posts this synopsis to be active for a period of 15 days. This is a Pre-Solicitation Synopsis; no response to this Notice is required. The National Park Service intends to issue a Request for Proposal (RFP) for Dredging Davis Bayou at Gulf Islands National Seashore (GUIS). The contractor shall provide all materials, labor, equipment, and incidentals necessary to properly dredge the area within the Davis Bayou Government Dock to an elevation of -5 ft NAVD88, as defined by the limits provided on the included drawing exhibit. i. All work will be performed in accordance with issued State of Mississippi and USACE joint permit, including any stipulated BMPs such as turbidity curtains. ii. Contractor shall field verify all existing sediment elevations by bathymetric survey or other equivalent method and submit a dredge plan confirming material removal amounts prior to issuance of construction NTP. iii. Quantity of dredged materials shall not exceed 2500 cubic yards. Should it be determined that dredging the basin to a depth of -5 ft NAVD88 would result in more than 2500 cy of material removal, the contractor shall propose a revised dredge elevation to remain below 2500 cy of material removal. iv. All dredged material shall be removed from the park boundary and disposed of at an approved landfill facility. Contractor to determine level of dewatering required and appropriate means and methods. Required dewatering shall occur offsite and outside of Park boundaries. v. Material profile shall be obtained and submitted per landfill requirements. Copies of material profiles, disposal tickets, and chain of custody documentation shall be submitted to the NPS. SOLICITATION NUMBER (when posted): 140PS125R0017 PROJECT MAGNITUDE: Between $250,000 and $500,000.00 TYPE OF CONTRACT: This will be a firm fixed price contract expected to be awarded to the prime contractor. Construction Wage Rate Requirements will apply. The North American Industry Classification System (NAICS) CODE Classification and SET ASIDE: The NAICS is 237990. The project will be set-aside for 100% Total Small Business. SITE VISIT: A site visit date, time, and meeting location will be announced in the soilcitation. Offerers are highly encouraged to at tend in order to inspect the site and ensure they fully understand the requirement and conditions. PUBLICIZING: The official solicitation and its attachments will be issued and available between August and September 2025 and will be posted to SAM.Gov. The contracting office will not provide hardcopies or email copies of the solicitation. REGISTRATIONS: In order to be awarded a contract, an offerer must have a UEI num ber. Also, the offerer must be registered and active in SAM.Gov and have completed their Online Representations and Certifications at the time of the solicitation closing date. Point of Contact: Cole Johnson, Contracting Officer, Cole_Johnson@NPS.Gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9fe2f209517d475796d5e4a5e1011000/view)
 
Record
SN07536822-F 20250807/250805230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.