Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2020 SAM #6797
SOLICITATION NOTICE

Y -- Boston Harbor Navigation Improvement Project-Phase 3 Rock Removal

Notice Date
7/7/2020 11:57:31 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ20B0003
 
Response Due
8/7/2020 2:00:00 PM
 
Archive Date
12/30/2020
 
Point of Contact
Elizabeth K. Glasgow, Phone: 9783188671, Jessica M. Kidd, Phone: 9783188699
 
E-Mail Address
elizabeth.k.glasgow@usace.army.mil, jessica.m.kidd@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil, jessica.m.kidd@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New England District will be issuing an Invitation for Bids for drilling, blasting and rock removal in Boston Harbor, Massachusetts. Draft plans and specifications are being made available through this pre-solicitation notification in order to provide potential bidders the opportunity to provide comments that the District may consider while finalizing the plans and specifications. Comments may be sent to Elizabeth Glasgow, Contract Specialist @ elizabeth.k.glasgow@usace.army.mil no later than 07 August 2020. The final solicitation requirements and contract documents to include instructions for submission and the response date will be available on or about September 14, 2020. This will be an unrestricted Invitation for Bid. The NAICS code for this procurement is 237990 with a size standard of $30M. The estimated construction cost is between $100,000,000 and $250,000,000. Any responsible source meeting the required standards may submit a bid to be considered by the New England District. The third phase of the improvement project, this contract, shall remove the remaining material in the Boston Harbor Federal Navigation Project (FNP) to achieve authorized project depth. The project features include: removal of material in the Main Ship Channel (MSC) to the Conley Terminal, including the turning basin or ""MSC Notch"", to -49 feet MLLW, removal of material in the Reserved Channel to -49 feet MLLW, and removal of material in the President Roads Anchorage to -49 feet MLLW. A CAD file with the -49 foot MLLW Contour Limits will be provided to the Contractor. The Contractor shall be required to remove all material within that limit to -49 feet MLLW. There is an allowable 2-foot overdepth within the -49 foot MLLW Contour Limit. One limited area within the Main Ship Channel shall be brought to a depth of -42 feet MLLW with an allowable 2-foot overdepth. The Government will pay for a 1ft.V:1ft.H side slope. The material to be removed under this contract is material consisting primarily of rock with limited amounts of ordinary and hard material (clays, silts, sands and gravel) remaining as overburden. The Port of Boston is the largest port in New England and one of the principal ports on the east coast of the United States. Each year more than 16 million tons of cargo (2018) pass through this regional economic anchor. Over 130 cruise ships visited the Port of Boston in 2019. Users of the FNP include commercial and private fishermen, law enforcement, lobstermen, commuters, sea planes, recreational boaters, swimmers, and many more. Vessel traffic may impact the work under these specifications and the Contractor shall consider this factor in their bids. The Contractor's effective coordination of blasting and dredging operations with the users of the harbor is essential to the success of this contract. Under this contract the successful offeror will be required to provide the equipment and materials required for the removal of rock from the aforementioned areas and place the rock at the MBDS offshore. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP).� Neither telephonic, mailed nor fax requests for hard copies will be accepted. The solicitation will only be available online; in order to download the solicitation, offerors must access the beta.sam.gov website (https://beta.sam.gov/). Amendments, if any, to the solicitation will be made available at the https://beta.sam.gov/ website. Registrants are responsible for the accuracy of the information on the beta.sam.gov/ Registration List. All responsible sources may submit a bid which shall be considered by the New England District. This notice does not commit the U.S. Government to contract for any supply or service.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1f890f4796f40719230884f718e3532/view)
 
Place of Performance
Address: Boston, MA 02128, USA
Zip Code: 02128
Country: USA
 
Record
SN05713376-F 20200709/200707230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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