Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2012 FBO #3843
SOURCES SOUGHT

Z -- Construction Services for Repairs to the South Jetty, Newburyport Harbor, Newburyport, Massachusetts.

Notice Date
5/31/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New England, 696 Virginia Road, Concord, MA 01742-2751
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ12X0013
 
Response Due
6/14/2012
 
Archive Date
8/13/2012
 
Point of Contact
Susan Dunnagan, 978-318-8060
 
E-Mail Address
USACE District, New England
(susan.k.dunnagan@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for a construction project for Repairs to the South Jetty at Newburyport Harbor, Newburyport, Massachusetts, to determine interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns. Work is expected to begin in September-October 2012 and all work, including site restoration, must be completed by March 31, 2013. The estimated construction cost is between $1,000,000 and $5,000,000. The work of this project consists of repairing the 1,400-foot-long jetty that was damaged during Tropical Storm Irene. Approximately 13,000 tons of armor stone will be required. 3-ton maximum stone size will be required for the first 1,000 feet, and 12-ton maximum stone size will be required for the most seaward 400 feet. Crest width is 5 feet for the first 450 feet, widening to 15 feet for the next 100 feet, and continuing at 15 feet for the remaining 850 feet. Crest elevation is +19 feet mean lower low water (mllw) at the most landward end, and lowering to +12 feet mllw at the most seaward end. Several hundred feet of the jetty are currently about 10 feet below the specified elevation - or at about +6 feet mllw. Side slopes are 1 vertical:1 horizontal on the river side and 2 horizontal:1 vertical on the ocean side. The work includes replacing displaced core and armor stone to fill in existing gaps in the jetty. Repairs will require substantial moving and rehandling of existing stones to obtain the required interlocking placement. Adjacent stones along the crest width should not exceed approximately 3 inches in elevation difference. About 6 days per month during the construction window seas can be expected to be in excess of 8 feet in the river mouth. It is expected that all work will be performed from land, but the Contractor may also work from the water. Protection of piping plovers and their habitat limits construction by land from September 1 to March 31. The expected storage/staging area for the stone, equipment, and trailer is at the paved Newburyport parking lot, at the northern end of Northern Avenue on Plum Island. It's about 2,600 feet from the parking lot to the jetty. It's expected that off-road trucks will move the stone from the parking lot to the jetty over vegetated dunes. Parking lot, dunes, and any excess vegetation destroyed will be restored to their pre-construction condition. About 5,200 feet of snow fencing will be installed along the access/haul route after construction, or by around March 31. Interested firms should submit a capabilities package to include the following: business classification (i.e. small business) as well as demonstrating qualifications and experience with performing at least 5 projects involving construction/repair of similar massive stone structures such as seawalls, stone breakwaters, and jetties. Responses should include experience of Foreman and Crane Operators working on massive stone structures. Proof of bonding capability is required. Responses are limited to twenty pages. Responses are due by 4:00pm, June 14, 2012. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Susan Dunnagan. Interested firms shall provide the above documentation in one original form and one copy. Electronic submissions will not be accepted. The Government will not pay for any material provided in response to this market survey nor return the data provided. This 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ12X0013/listing.html)
 
Place of Performance
Address: USACE District, New England 696 Virginia Road, Concord MA
Zip Code: 01742-2751
 
Record
SN02763238-W 20120602/120601000525-4de40a2ee6901a9b03449bf9a823d88a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.