Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2013 FBO #4125
SOLICITATION NOTICE

Z -- HARBOR DREDGING-PRESIDENT'S ISLAND

Notice Date
3/9/2013
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Memphis, 167 North Main Street, Rm B202, Memphis, TN 38103-1894
 
ZIP Code
38103-1894
 
Solicitation Number
W912EQ13B0004
 
Response Due
5/2/2013
 
Archive Date
5/8/2013
 
Point of Contact
Judy E Stallion, 901-544-0776
 
E-Mail Address
USACE District, Memphis
(judy.e.stallion@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Corps of Engineers, Memphis District has a requirement for the lease of one Cutterhead Hydraulic Pipeline Dredge, fully operated with attendant plant for dredging material from the Mississippi River and placing the material in two sites along and landward of the top bank of the Mississippi River, at President's Island Dredge Fill, TN Mile 732L AHP, Shelby County, TN. The work shall consist of removing material from the Mississippi River borrow location as shown on attached plans and satisfactorily placing of the dredged material in the overbank site at the location denoted on plans. The Contractor shall use normal caution in pipeline operations when discharging in the dredge fill area to prevent washing and failure of existing stone structures, and shall maintain a watch on the spillway/stone notch and keep the spillway/stone notch free of debris. Furthermore, the contractor shall monitor flow over the stone notch to minimize scour and/or degradation of existing structure. If scour and/or degradation does occur during operations, the contractor shall re-grade to original condition and may be required to bring in additional stone if warranted from damage to the existing stone notch during dredging operations. The materials to be dredged may consist of gravel, sand, silt, mud, or clay. Debris and obstructions may also be encountered in the course of dredging operations and could include trash, roots, logs, stumps, rope, chain, various sized metal objects, cable and other miscellaneous items. The placement of the material will require one lift until the final elevation, as denoted on the plans, is obtained. The dredge shall be not less than 24 inch I.D. discharge. The dredge shall be adequately powered and geared and properly equipped for the pump size and horsepower. The dredge and booster pump or pumps shall be required to place a minimum of 16,000 cubic yards per 24 hour day in the specified placement site. The work will consist of Yardage in Place Dredging at President's Island. A Cutterhead Dredge will be used for removal and satisfactory placement of material from the Mississippi River, within the limits of work shown on the contract drawings and all operations incidental thereof and all operations incidental thereto. This project will be Unrestricted Procurement with Hubzone Price Evaluation Preference for small business concerns. For the purpose of this procurement to qualify as a small business concern, in addition to being independently owned and operated and not dominate in the field of operation in which it is bidding on Government contracts, the concern must have had average annual sales receipts for the preceding three fiscal years not exceeding $20.0 million. The supplies or services to be procured in this solicitation are classified under NAICS 237990. This estimated cost of the proposed work is between $5,000,000.00 to $10,000,000.00. Solicitation will issue on/about 1 April 2013 and bid opening date will be on/about 2 May 2013. A copy of this solicitation may be downloaded from the Army Single Face to Industry (ASFI) Acquisition Business Web Site at https://acquisition.army.mil/asfi/. Offerors must be registered with the System for Award Management (SAM), including the NAICS code they are bidding under, in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. For additional information regarding this solicitation please contact Judy Stallion at (901) 544-0776.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA66/W912EQ13B0004/listing.html)
 
Place of Performance
Address: USACE District, Memphis 167 North Main Street, Rm B202, Memphis TN
Zip Code: 38103-1894
 
Record
SN03008144-W 20130311/130309233206-159a858189d6f6c0940f5731eda7438b (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.