SOLICITATION NOTICE
Z -- #3287 MAINTENANCE DREDGING DELAWARE RIVER, FORT MIFFLIN DOCKS & USS NEW JERSEY
- Notice Date
- 6/27/2024 11:37:11 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
- ZIP Code
- 19103-0000
- Solicitation Number
- W912BU24B0018
- Response Due
- 7/12/2024 10:00:00 AM
- Archive Date
- 07/27/2024
- Point of Contact
- Molly Gallagher, Esther Edinborough, Phone: 2156566764
- E-Mail Address
-
molly.gallagher@usace.army.mil, esther.a.edinborough@usace.army.mil
(molly.gallagher@usace.army.mil, esther.a.edinborough@usace.army.mil)
- Description
- The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm�fixed contract that consists of Maintenance dredging under this contract. The maintenance dredging will consist of a base bid for Fort Mifflin docks, and an option for Delaware River in the vicinity of Camden, NJ and the USS New Jersey.� The base bid maintenance dredging will require removing approximately 81,000cy of material from Fort Mifflin dock facility to various depths ranging from 16ft to 25ft + 1ft MLLW.� An Option for USS New Jersey Camden waterfront maintenance dredging will require removing approximately 23,000cy to depths of 37ft + 1ft MLLW.� All material removed shall be hydraulically placed into Fort Mifflin�s dredged material placement facility (DMPF). The contractor shall supply all required floating mechanical plant, operating personal and necessary miscellaneous equipment to remove approximately 80,000cy to 100,000cy of dredged material into the Fort Mifflin upland placement facility within an approximate elevation of 45ft NAVD.� The contractor must be able to successfully dredge depths of up to 45 feet at high tide and a minimum production rate of 2,500cy/day.� The floating plant must be capable of holding position in ship wake, current and conditions of the Delaware River. All dredging will be performed to the specified required depth plus 1' allowable overdepth. All maintenance dredging operations shall be performed as contour dredging with a 5ft buffer distance from the edge of piers and the USS New Jersey. Solicitation No. W912BU24B0018 will be issued on or about 22 July 2024, as an Unrestricted Invitation for Bids. Bid opening will be conducted on or about 21 August 2024 at 11:00 a.m. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. The award will be made as a whole to one bidder in accordance FAR Part 14 Procedures. The contract period of performance is 60 calendar days. Estimated cost of this project is approximately $10,000,000.00. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation.� The NAICS Code for this requirement will be 237990 - Other Heavy and Civil Engineering Construction, Subset Dredging and Surface Cleanup Activities with a small business size standard of $37.5M. Note: To be considered small for purposes of Government procurement for 237990 � Subset Dredge and Surface Cleanup Activities, a firm or its similarly situated subcontractors must perform at least 40 percent of the volume dredged with their own equipment or equipment owned by another small dredging concern. Solicitation documents, plans and specifications will only be available via the SAM.gov homepage located at https://www.sam.gov/. Registration for plans and specifications should be made via SAM.gov Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor�s responsibility to monitor SAM.gov for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans� Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans� Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100- customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to this project. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. Questions regarding this notice should be directed to Molly Gallagher at molly.gallagher@usace.army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fb9e11486364787ac12b148b66de038/view)
- Place of Performance
- Address: Philadelphia, PA 19153, USA
- Zip Code: 19153
- Country: USA
- Zip Code: 19153
- Record
- SN07110557-F 20240629/240627230119 (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 |