Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2024 SAM #8146
SOURCES SOUGHT

Y -- Construction Services for Maintenance Dredging of the Westport Harbor, Massachusetts, Federal Navigation Project

Notice Date
3/15/2024 10:59:29 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
W912WJ24X0032
 
Response Due
4/15/2024 11:00:00 AM
 
Archive Date
04/30/2024
 
Point of Contact
Natalie Allen, Phone: 9783188269, Erin E. Bradley, Phone: 9783188195
 
E-Mail Address
natalie.m.allen@usace.army.mil, Erin.E.Bradley@usace.army.mil
(natalie.m.allen@usace.army.mil, Erin.E.Bradley@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for the maintenance dredging of the Westport Harbor, Federal Navigation Project (FNP) located in Westport, Massachusetts. This announcement is to determine the interest, availability, and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns as described below. The NAICS code for this procurement is 237990 with a size standard of $37M. The project is planned to be issued on or about May 2024. The construction will occur in the fall/winter of 2024 - 2025 and is expected to take approximately 3 months to complete. The estimated construction cost is between $1,000,000 and $5,000,000. Westport Harbor is a mixed-use harbor located on the south shore of Massachusetts in the town of Westport in Bristol County. The authorized FNP provides for a channel that is 9 feet deep at Mean Lower Low Water (MLLW) and 150 to 200 feet wide, extending approximately 9,700 feet upstream from deep water in Rhode Island Sound. The proposed work involves maintenance dredging of approximately 65,000 to 75,000 cubic yards (cy) of sandy material from several areas of the seaward portion of the FNP entrance channel and placement of the sandy material at the Westport Harbor Nearshore Placement Site (WHNPS) off Horseneck Beach. The proposed work consists of maintenance dredging of approximately 65,000 to 75,000 cy of fine- grained sand from several areas of the FNP. These areas will be dredged to the authorized project depth (i.e., -9�MLLW), plus one foot of allowable over-depth (-10� MLLW). A mechanical dredge will remove material from the shoaled portions of the Westport Harbor FNP and transport the material in scows to the WHNPS off of Horseneck Beach (approximately 1.2 miles away).� The available dredging window is between September 15, 2024, and January 15, 2025. All material will be required to be dredged and placed not later than January 15, 2025. In order to accomplish all dredging requirements within the specified dredging and placement window, the Contractor will need to meet a production rate of up to about 26,000 CY per 30 calendar days.� Environmental coordination and permitting is being completed by the U.S. Army Corps of Engineers, New England District. Interested firms should demonstrate their project experience, by providing two (2) projects performed within the last ten years, which meet the following requirements: � Dredging by mechanical means in tidal waters with depths of 10 feet or more, demonstrating a minimum production rate of 26,000 cubic yards in one consecutive 30-day period. � Experience with transportation and placement of dredged material at an offshore ocean disposal site during the months of September through January. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.); the type of equipment to be utilized for this project; as well as qualifications and specific examples of past experience in performing the work requirements stated above. The project examples must have been performed within the last ten years. The package must show project examples of all of the experience/expertise listed above. However, the experience does not have to be demonstrated on one single project. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications, which will be used to support the offeror's effort. Please include a Point of Contact and phone number for each project example who may be contacted for further information on contractor's effort and performance. Proof of bonding capability must be submitted with the package. Firms interested shall provide the above documentation via email and are due by 2:00 PM Eastern, 15 April 2024. Responses should be emailed to: natalie.m.allen@usace.army.mil ��Responses are limited to twenty pages. 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 in effect for a period of one year from the date of this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fc2a3f6477ff4f068551b5bc6878753c/view)
 
Place of Performance
Address: Westport, MA 02790, USA
Zip Code: 02790
Country: USA
 
Record
SN06999176-F 20240317/240315230049 (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.