Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
SOLICITATION NOTICE

Z -- Wilmington Harbor Mid-River & Military Ocean Terminal at Sunny Point Dredging Maintenance

Notice Date
5/27/2016
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM-16-B-0008
 
Point of Contact
Vickie L. Grant, Phone: 9102514804
 
E-Mail Address
Vickie.L.Grant@usace.army.mil
(Vickie.L.Grant@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide maintenance dredging along the Wilmington Harbor Mid-River and Military Ocean Terminal, Sunny Point, in New Hanover and Brunswick Counties, North Carolina. The required work for the Wilmington Harbor Mid-River shall consist of maintenance dredging of the Harbor Federal Navigation channel reaches extending over 11 miles, to include Upper Midnight, Upper Big Island, Reaves Point, Lower Midnight, Keg Island, and Lower Big Island. The work will require the removal and disposal of shoaled material that has accumulated in the channels since they were last dredged. The dredging shall be performed by a US Coast Guard Ocean Certified hopper dredge, hydraulic cutter suction dredge, and/or mechanical dredge (clamshell, dragline, or dipper). The maximum dredging depth will be 42 feet Mean Lower Level Water (MLLW) plus 2 feet of allowable overdepth. The estimated quantity of material to be dredged, including allowable overdepth, is approximately 800,000 cubic yards. Disposal of dredged material shall be in the Ocean Dredged Material Disposal Site (ODMDS). Environmental dredging windows vary according to the type of dredge used and location. The environmental window for dredging by hydraulic cutter suction dredge is 1 August to 31 January. The environmental windows for hopper dredging is 1 December to 31 January from Reaves Point Channel to Upper Lilliput Channel and 1 August to 31 January from Upper Lilliput Channel to Wilmington. The required work for Military Ocean Terminal, Sunny Point (MOTSU) shall consist of maintenance dredging of the Harbor Federal Navigation basin and channel reaches. The work will require the removal and disposal of shoaled material that has accumulated in the channels since they were last dredged. The dredging shall be performed by a US Coast Guard Ocean Certified mechanical dredge (clamshell, dragline, or dipper). However, for the Security Boat Basin, a cutter suction dredge may be authorized. The maximum dredging depth will be 34 feet MLLW plus 2 feet of allowable overdepth in the basin areas and 38 feet MLLW plus 2-foot allowable overdepth limits in the channel reaches. Dredging depth is 12 feet MLLW plus 2 feet of allowable overdepth for the Security Boat Basin only. The estimated total quantity of material to be dredged, including allowable overdepth, is approximately 1,500,000 cubic yards. Disposal of dredged material shall be in the Ocean Dredged Material Disposal Site (ODMDS). An environmental dredging window, 1 October to 31 March exists only for the Security Boat Basin. There are no environmental windows for other dredging work. This solicitation is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 237990 - Other Heavy and Civil Engineering Construction and the size standard is $27,500,000.00. The contract issued will be Firm Fixed Price. The Magnitude of Construction of this project is between $5,000,000.00 and $10,000,000.00. Network analysis will not be required. This solicitation will be issued in electronic format only and will be available on or about June 13, 2016. The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Bidders must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Please call 1-866-606-8220 for more information, or visit the SAM website at http://www.sam.gov. THE GOVERNMENT'S SAM WEBSITE DOES NOT CHARGE A FEE FOR REGISTRATION. IF YOU ARE REQUESTED TO PAY A FEE, YOU ARE NOT ACCESSING THE CORRECT WEBSITE, AND SHOULD LEAVE IT AND GO TO HTTP://WWW.SAM.GOV. After completing SAM registration, in order to download documents, interested offerors must register at www.fbo.gov. In order to locate the solicitation, interested offerors must access the FedBizOpps website at www.fbo.gov, and search for the solicitation number. Offerors can also register to be put on a plan holders list that is accessible through the FedBizOpps site. It is the responsibility of the Bidder to check the Internet address provided, as necessary, for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Ms. Vickie Grant, Contract Specialist by phone 910-251-4804 or email Vickie.L.Grant@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b276756756d2a53c39d4feecfd5a186)
 
Place of Performance
Address: New Hanover & Brunswick Counties, North Carolina, United States
 
Record
SN04131665-W 20160529/160527233937-3b276756756d2a53c39d4feecfd5a186 (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.