Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2014 FBO #4435
MODIFICATION

Z -- Maintenance Dredging of Newark Bay, NJ, Federal Navigation Project

Notice Date
1/13/2014
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-14-S-0004
 
Response Due
1/17/2014
 
Archive Date
3/11/2014
 
Point of Contact
Jason L Parker, Phone: 9177908080
 
E-Mail Address
jason.l.parker@usace.army.mil
(jason.l.parker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed projects are for Maintenance Dredging of Newark Bay, NJ, Federal Navigation Project. THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 237990. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) Small Business firms serviced by SBA districts located within New York, New Jersey, and Pennsylvania, certified HUB Zone Small Business firms, and Service-Disabled Veteran-Owned Small Business firms (SDVOSB. No awards will be made from the responses to this Market Survey. Background Information The New York District of the U.S. Army Corps of Engineers (Corps) proposes to perform maintenance dredging of portions of the Newark Bay, New Jersey, Federal Navigation Project. The proposed maintenance dredging would involve the removal of approximately 366,500 cubic yards (approximately 201,000 cubic yards as basic work, and the remaining as options) of selected critical shoals from Port Newark and Port Newark Pierhead Channels to a depth of -40 feet Mean Low Water (MLW) plus one (1) foot allowable overdepth, subject to the availability of funds. The dredged material, consisting primarily of silt and clay, must subsequently be placed at a suitable contractor-furnished, state-permitted upland placement site(s). It is anticipated that prior to final placement, it will be required to first process the maintenance material at a dredged material processing facility. The apparent low bidder shall, within 35 calendar days from the date the apparent low bidder is notified of being such, provide copies of all required permits and approvals for transfer, transportation, dewatering and / or other processing, and final disposal of dredged material, and shall submit evidence of such permits and approvals to the Government. Once the contract is awarded, the contractor will be required to maintain an integrated production rate of at least 2,250 cubic yards per calendar day for the dredging, transfer, transportation, dewatering and / or other processing, and final disposal of the material. The presence of dredging equipment in the channel will impact ship traffic, and it is necessary to maintain this production rate while minimizing the duration of this impact. Due to restrictions expected to be found in the water quality certificate, it is likely that the proposed work must / can only be performed by a mechanical dredge with a closed environmental clamshell bucket. Additionally, multiple barges and tug boats will be needed to perform the work during the dredging, dewatering and unloading operations. The dredged material will be required to meet all federal, state and local criteria required by the government agencies having jurisdiction where the placement site is located. All necessary permits required for the dredged material placement will be provided to the Government. The proposed work is anticipated to take place between April and July 2014. SURVEY OF THE DREDGING INDUSTRY The following is a confidential survey questionnaire designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Newark Bay maintenance dredging project. General 1) Have you ever worked on dredging jobs similar in nature to this project? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number, if possible. 2) What percentage of work (volume of material dredged, transported, dewatered processed, and ultimately placed) can you perform with your own equipment or equipment owned by another small dredging concern? 3) Have you performed dredging within the waters of the Port of New York and New Jersey? 4) Would you be willing to bid on the project previously described? If the answer is No, please explain why not? 5) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 6) Is there a dollar limit on the size contract that you would bid? 7) What is the largest dredging contract, in dollars, on which you were the prime contractor? 8) What is your bonding capacity per contract? What is your total bonding capacity? Equipment 9) What type of dredge equipment do you own and / or operate that is suitable for the work described? Do you own a closed environmental clamshell bucket? Please list each piece of equipment capable of performing each type of work described, i.e. dredging, transfer, transportation, dewatering and/or other processing, and final disposal of the material. For each dredge that you list, please specify its bucket size(s), and any other salient characteristics. 10) Identify which dredge(s), including support equipment (tug, scows, etc), you would employ on this project. Also, for each dredge, identify the digging depth. 11) How many material scows do you have available for use? Please list the name of the scow, its type, and the capacity. 12) Do you have experience with the placement of dredged material at upland placement sites? 13) Please list any history with the dredging of non-HARS material. Also list the processing and placement sites used to place the material. Please send all responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843 ATTN: Jason Parker, Contract Specialist New York, NY, 10278-0090 Responses are due no later than 2:00 PM Eastern Standard Time (EST) 17 January 2014. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. Contracting Office Address: USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090 Point of Contact(s): Jason L. Parker 917-790-8080
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-S-0004/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03266787-W 20140115/140114000622-2cd636eb88211c7c9419d1ef29580a8c (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.