Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2023 SAM #7709
SOURCES SOUGHT

99 -- Cape Cod Canal, West Boat Basin, Remove and Replace Dock and Dolphin Moorings, Buzzards Bay, MA

Notice Date
1/3/2023 10:15:18 AM
 
Notice Type
Sources Sought
 
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
W912WJ23X0016
 
Response Due
2/3/2023 2:00:00 PM
 
Point of Contact
AHMED ISMAEL, Phone: 9783188814, Ben Hoell, Phone: 9783188084
 
E-Mail Address
AHMED.ISMAEL@USACE.ARMY.MIL, Benjamin.g.hoell@usace.army.mil
(AHMED.ISMAEL@USACE.ARMY.MIL, Benjamin.g.hoell@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Marine Construction Services for the Cape Cod Canal, West Boat Basin, Remove and Replace Dock and Boat Moorings, in Buzzards Bay, Massachusetts.� This announcement is to determine interest, availability and capability of 8(a), HUBZone, Service-Disabled Veteran-Owned, Women-Owned and Small Business concerns for this project.� The NAICS code for this procurement is 237990.� The project is planned to be issued in the Spring of 2023 with construction to take place in the Fall of 2023.� The estimated construction cost is between $1,000,000.00 and $5,000,000.00. The work of this project consists primarily of repair and replacement to docks and mooring dolphins within the West Boat Basin along the Cape Cod Canal.� There are four dock structures within the West Boat Basin. One of the wooden docks, approximately 5.5� wide, shall be demolished, except for the existing piers, which will remain in place and shall be reused for the construction of a new dock.� The new dock structure shall include new lumber, new fiberglass reinforced grate walking surfaces, new connectors, and other new items as necessary.� This dock will also require the removal and replacement of the existing power pedestal, light pole, and tide gauge. ��In addition to providing a new dock, a new adjacent floating dock with connecting gangway shall be installed. On the landside, the existing concrete sidewalk that abuts the dock shall be removed and replaced.� Similarly, the electrical handhole and 75-feet of electrical conduit attached to the underside of the new dock shall also be replaced. The other docks will require repair work to the adjacent concrete sidewalks, and replacement of the existing stairs, handrails, electrical power pedestals, and light fixtures. There are 16 steel pile dolphins within the West Boat Basin. Five of them will be removed in their entirety or cut below the mudline. The number of piles within each dolphin range from 3 up to 21, and the approximate length is 80-feet.� Three additional steel dolphin piles will be removed and replaced adjacent to the existing steel pile dolphins. It is anticipated that the piles within these three dolphins will be cut below the mudline and remain in place.� The number of piles within each dolphin range from 3 up to 21, and the approximate length is 80-feet. The design intent of these replacement dolphins will be to minimize the number of piles required to withstand the expected load. � It is anticipated that the in-water work will have a time of year restriction due to fish migration and spawning. At this time the USACE is anticipating there will be no work allowed in the water during the summer months, but this is still under coordination. Interested firms should submit a capabilities package to include the following:� business classification (i.e. HUBZone, small business, etc.), as well as qualifications and experience in performing the work components stated above.� Please include at least two specific examples of the firm�s experience performing the work requirements stated above.� The projects must have been performed within the last seven years.� Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror�s effort and their experience must also have been performed within the last seven years.� Proof of bonding capability is required.�� Responses are limited to twenty pages.� Responses are due by February 3, 2023.� Responses should be emailed to: ahmed.ismael@usace.army.mil Phone Contact: (978) 318-8814 Interested firms shall provide the above documentation in one original form and one copy.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.� Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4859badc78ae4601ac33499813f24461/view)
 
Place of Performance
Address: Buzzards Bay, MA 02532, USA
Zip Code: 02532
Country: USA
 
Record
SN06555444-F 20230105/230103230107 (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.