SOURCES SOUGHT
99 -- MAINTENANCE DREDGING-L&R CANAL REHOBOTH BEACH
- Notice Date
- 6/7/2022 11:50:57 AM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU22LRCANALREHOBOTHBEACH
- Response Due
- 6/23/2022 2:00:00 PM
- Archive Date
- 12/31/2022
- Point of Contact
- Zaquette Everett, Gregory C. Keaton
- E-Mail Address
-
zaquette.everett@usace.army.mil, gregory.c.keaton@usace.army.mil
(zaquette.everett@usace.army.mil, gregory.c.keaton@usace.army.mil)
- Description
- Description of Work:� This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. NO SOLICITATION IS CURRENTLY AVAILABLE. A Market Survey is being conducted to gain knowledge of potential qualified Small Business firms, HUBZone, 8(a), Women-Owned, or Service-Disabled Veteran Owned Business contractors or for any information pertinent to this industry as part of our ongoing Market Research for the following proposed contract: Contract work consists of maintenance dredging�within the L&R Canal channel from station -0+500 to station 8+700 and the adjacent basin will be required to a depth of -10� MLLW plus 1� allowable overdepth, limited by a vertical plane through the -10� contour.� Dredging within the 6� project channel from station 0+000 to station 2+200 will be required to a depth of -6� MLLW plus 1� allowable overdepth.� All required dredging will be within the channel limits (box cut) and no side slopes will be included. Before and after dredging quantities will be computed on the same basis. To note the stationing for the 10� and 6� projects are different/independent. The following environmental window restriction is applicable for this contract:� all dredging in the L&R Canal must be conducted between 1 November and 1 March. Coordination between the specification writer and Environmental Resources Branch in Planning Division will need to coordinate WCQ/CZM Consistency with DNREC for the dredging activity and disposal area effluent. Period of performance (PoP) will be 150 days.�Dredging under this advertisement will be restricted to hydraulic cutterhead dredging. Disposal Area:� There are two small disposal areas available for this project in Lewes, DE.� Dike raising and sluice structure improvements will be required similar to that which was completed for the project highlighted in Paragraph 9 and consistent with work accomplished in recent NJIWW contracts.� A lump sum bid item will be required for this work. **Order of Work. The contractor will be required to begin work with AS1 and complete sections in order. **Estimated Quantities. The total estimated quantity of material necessary to be removed under this contract, including allowable overdepth, is as follows: BASE CONTRACT STATION � STATION�� ACCEPTANCE������ REQUIRED�������������� ALLOWABLE � � � � � � � � � � � � � � � � � � � � � SECTION������������ DREDGING�������������� OVERDEPTH � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �TO 10� (CY)�������������� 10 � TO 11� (CY) _____________________________________________________________________ -0+500 to 0+500���������������� ��� ����������� 1� � � � � � � � �1,000�������������� ����������� 500 5+500 to 7+514������������� ������� ����������� 2� � � � � � � � �6,500�������������� ����������� 2,400 7+514 to 8+700��������������������� ����������� 3� � � � � � � � �17,600������������������������ 6,200 � � STATION � STATION�� ACCEPTANCE������ REQUIRED�������������� ALLOWABLE � � � � � � � � � � � � � � � � � � � � � � �SECTION������������ DREDGING�������������� OVERDEPTH � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �TO 6� (CY)�������������� 6 � TO 7� (CY) ______________________________________________________________________ 0+100 to 1+100������������������ �� ����������� 4������������������ �� 2,100�������������� ����������� 1,250 BASE CONTRACT TOTAL� � � � � � � � � � � � � � � � � � �27,200������������ ����������� 10,350 OPTION 1 STATION � STATION�� ACCEPTANCE������ REQUIRED� �������������ALLOWABLE � � � � � � � � � � � � � � � � � � � � SECTION������������ DREDGING�������������� OVERDEPTH � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �TO 6� (CY)�������������� 6 � TO 7� (CY) _____________________________________________________________________ 1+700 to 2+200��������������������� 5� � � � � � � � � � � � � � � 1,150�� ����������� ����������� 650�� � � � � � � � OPTION TOTAL� � � � � � � � � � � � � � � � � � � � � � � � � � �1,700 Demobilization shall include general preparation for transfer of plant to its home or standby base, removal of pipelines; cleanup of disposal area including the removal and disposal of all tires and trash/debris resulting from the dredging operation. Also, all damages to disposal area access roads must be repaired before contract end. All costs in connection with the maintenance of the disposal area shall be included in the contract lump sum price for Item No.1 as listed in the Bidding Schedule. The NAICS code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $30.0 Million. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1.������ Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2.������ Business size/classification to include any designations as Small Business, HUBZone, Service-Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on the first page of the submission. 3.������ Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4.������ Description of capability to perform similar or same projects listed above, manage subcontractors, prepare, and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5.������ Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to Contract Specialist, Zaquette Everett at� zaquette.everett@usace.army.mil� �on or before 23 June 2022, 5:00PM EST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c85d2257a6464f69971ec31770a9860c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06350686-F 20220609/220607230105 (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 |