Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOURCES SOUGHT

99 -- Maintenance Dredging of the Wareham Harbor Federal Navigation Project, Wareham, Massachusetts

Notice Date
11/14/2024 9:06:29 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
W912WJ25X0003
 
Response Due
12/13/2024 10:00:00 AM
 
Archive Date
12/28/2024
 
Point of Contact
Heather Skorik, Phone: 9783188040
 
E-Mail Address
heather.skorik@usace.army.mil
(heather.skorik@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for an upcoming maintenance dredging of Wareham Harbor Federal Navigation Project (FNP) located in Wareham, Massachusetts. The purpose of this announcement is to determine the interest, availability, and capability of Small Business and Large Business concerns as described below. The NAICS code for this procurement is 237990 with a size standard of $37M. The contract solicitation is planned to be issued on or about April 2025. The construction will occur in the late fall/winter of 2025/2026. The dredging and disposal work is expected to take approximately one to two months to complete. The estimated construction cost is between $1,000,000 and $5,000,000. The Wareham Harbor FNP consists of a 2.4 mile long, 9-foot deep Mean Lower Low Water (MLLW) channel. The channel is comprised of several reaches of varying widths (100-ft to 250-ft widths) to include the entrance channel through Cromeset Neck Reach, Quahaug Bar Reach, Parkwood Beach Reach, and the Inner Harbor Reach. The proposed work consists of mechanically dredging up to appropriately 58,000 cubic yards (CY) of shoaled material over a 10.2-acre area. A majority of the material is fine-grained/silt and will be transported by scow and placed at Cape Cod Bay Disposal Site (CCBDS), approximately 35 miles away. Transit from Wareham to CCBDS will occur through the Cape Cod Canal. A smaller portion of the material is sand (approx. 600 CY) and will be placed beneficially at a nearshore site off of Church's Beach in Cuttyhunk, Massachusetts (approximately 28 miles away). The anticipated allowable dredging window is between October 1 and December 15 to avoid impacts to spawning shellfish/benthic resources, and interactions with endangered species of fish and marine mammals. In order to accomplish all dredging requirements within the specified dredging window the Contractor will need to meet a production rate of up to about 35,000 CY per 30 calendar days. Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District. Interested firms should demonstrate their project experience by providing two (2) projects within the last ten years which meet the following requirements: Dredging by mechanical means in tidal waters with depth of 9 feet or more, demonstrating a minimum production rate of 35,000 CY in one consecutive 30-day period Experience with transportation and placement of dredged material at an offshore ocean disposal site during the months of October through December. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), type of equipment the firm is proposing to use on the project, and two (2) example projects performed by the firm in the last ten (10) years (including Points of Contact) for projects showing experience with the proposed equipment at the production rates listed above. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the bidder�s effort. Firms may use subcontractor experience to demonstrate experience with the requirement, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member�s experience shall be the same as the role for that team member for this project. Bid bond will need to be provided with the bid when the solicitation is issued. Responses are limited to twenty pages and are due by December 13, 2024. Electronic responses should be addressed to Heather Skorik at heather.m.skorik@usace.army.mil. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b9658c9056e4b4c8d182fa81965669b/view)
 
Record
SN07265945-F 20241116/241114230118 (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.