SOLICITATION NOTICE
Y -- Maintenance Dredging, Hudson River, NY Federal Navigation Project; Castleton, Stockport, and Hudson Dredge Areas
- Notice Date
- 4/18/2018
- 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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-18-B-0009
- Archive Date
- 7/27/2018
- Point of Contact
- Ivan V. Damaso, Phone: 9177908176
- E-Mail Address
-
ivan.v.damaso2@usace.army.mil
(ivan.v.damaso2@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of the Hudson River, New York City to Waterford, New York Federal Navigation Project. The dredged material shall be transported to and placed into a government furnished upland dredge material placement site (DMPS) at Houghtaling Island. The proposed maintenance dredging will require removal of approximately 200,000 cubic yards of critical shoals from five discontinuous reaches of the federal navigation channel at Castleton, Stockport, and Hudson, NY. The five reaches are located at the following approximate distances from the Houghtaling Island DMPS: Castleton Reach 14/15 (5 miles); Stockport Reaches 30, 31, and 32 (9, 10, and 11 miles respectively); and Hudson Reach 36/37 (14 miles). Dredging would be required to a depth of -32 feet COE Mean Low Water (COE-MLW) project datum plus 1 foot of allowable overdepth. The dredged material is expected to consist primarily of fine sand, silt, and clay. Dredging work may be performed by either a hopper dredge and/or a mechanical dredge with a closed clamshell environmental bucket. The contractor may also require the use of hopper barges, tug boat(s), and attendant plant to perform dredging, transport, and unloading/placement operations. The contract requires preparation of the existing Houghtaling Island upland dredge material placement site prior to the start of dredge material placement operations, including raising the top elevation of approximately 1,800 LF of earthen dike by an average of 4 feet. All necessary permits required for the dredging and dredged material placement will be provided by the government. The contractor will be required to meet all conditions pertaining to the dredging and dredge material placement as specified in these permits. Water Quality Certification restrictions prohibit performing any in-water dredging work earlier than September 1st or later than December 31st. The contractor will be required to commence work within five (5) calendar days after receipt of the Notice to Proceed, and shall prosecute work diligently to substantially complete all work within the time periods provided. The work is estimated to cost between $5,000,000 and $10,000,000. Plans and Specifications for the subject project would be available around 12 June 2018 or earlier, with bid opening at 2:00pm in New York on or about 12 July 2018 or earlier. It is the intent of the government to award by 01 August 2018 and issue the NTP on or about 15 August 2018. The NAICS code is 237990. The Plans and Specifications will be posted electronically via the Federal Business Opportunities website at www.fbo.gov. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractor's responsibility to monitor the FedBizOpps website for the Plans and Specs, and any amendments. Bidders are required to be registered in the System for Award Management (SAM) www.sam.gov. Award will be made to the lowest responsible bidder. The bid opening will be held at 26 Federal Plaza, New York, NY; the exact location will be included in the solicitation. All questions must be submitted in writing via email, fax, or mail to the POC indicated herein. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or fax requests for the solicitation will not be accepted or honored. Paper copies of this solicitation and amendments, if any, will not be available or issued. Plans and specifications will NOT be provided in hard paper copy or CD-ROM format. The solicitation and all amendments for this acquisition will be posted on a secure Government website known as FedBizOpps (www.fbo.gov) once the solicitation is issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All vendors who want access to the solicitation must be registered System for Award Management (SAM) located at www.sam.gov, and FedBizOpps. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF). Prospective contractors must be registered in www.sam.gov prior to award. Lack of registration in SAM will make an offeror ineligible to download the solicitation for award. Direct all contracting questions to the Contract Specialist, Ivan V. Damaso, by e-mail at ivan.v.damaso2@usace.army.mil. Contracting Office Address: U.S. Army Corps of Engineers, New York District, Room 1843, 26 Federal Plaza, New York, NY 10278-0090
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-18-B-0009/listing.html)
- Record
- SN04894105-W 20180420/180418231034-54a01b4d9930f8ff7587eb33ffc7e6d4 (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 |