SOURCES SOUGHT
99 -- Maintenance Dredging of the Stony Creek Harbor Federal Navigation Project, Branford, Connecticut
- Notice Date
- 11/18/2024 6:06:42 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
- W912WJ25X0004
- Response Due
- 12/10/2024 10:00:00 AM
- Archive Date
- 12/25/2024
- Point of Contact
- BRIAN MANNION, Phone: 9783188478
- E-Mail Address
-
brian.t.mannion@usace.army.mil
(brian.t.mannion@usace.army.mil)
- Description
- Action Code: Sources Sought Notice Subject: SOURCES SOUGHT ANNOUNCEMENT: Construction Services for Maintenance Dredging of the Stony Creek Harbor Federal Navigation Project, Branford, Connecticut. Solicitation Number: W912WJ-25-B-0004 Response date: December 10, 2024 Place of Performance: US Army Engineer District, New England 696 Virginia Road Concord, MA 01742-2751 US Description: The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for an upcoming maintenance dredging of Stony Creek Harbor Federal Navigation Project (FNP) located in Branford, Connecticut. 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. Work is expected to take approximately one to three months to complete. The estimated construction cost is between $1,000,000 and $5,000,000. The Stony Creek Harbor FNP consists of an entrance channel 6 feet deep, 100 feet wide from deep water in Long Island Sound to a point 800 feet north of public wharf at Stony Creek, and a maneuvering basin 6 feet deep totaling 3.2 acres adjacent to channel north of wharf. The proposed work consists of dredging up to appropriately 54,000 cubic yards (CY) of shoaled material over a 9.3-acre area. The material is fine-grained/silt and will be transported by scow and placed at Central Long Island Disposal Site (CLDS), approximately 11 miles away. The anticipated allowable dredging window is between October 1 and January 1 to avoid impacts to spawning shellfish/benthic resources, and interactions with endangered species of fish. 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 21,000 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 6 feet or more, demonstrating a minimum production rate of 21,000 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 January. 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 10, 2024. Electronic responses should be addressed to Brian Mannion at Brian.T.Mannion@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. 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/705749e5b1e64c3fa06bda7343bdc447/view)
- Place of Performance
- Address: Branford, CT 06405, USA
- Zip Code: 06405
- Country: USA
- Zip Code: 06405
- Record
- SN07268277-F 20241120/241118230108 (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 |