Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2012 FBO #3744
SOURCES SOUGHT

Z -- Ashtabula Navigation Dredging - Sources Sought Information Request Form

Notice Date
2/22/2012
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Buffalo, 1776 Niagara St., Buffalo, New York, 14207-3199, United States
 
ZIP Code
14207-3199
 
Solicitation Number
W912P4-12-S-0005
 
Archive Date
3/24/2012
 
Point of Contact
Brooke Hundley, Phone: 716-879-4322, Jeffrey G. Ernest, Phone: 7168794173
 
E-Mail Address
Brooke.M.Hundley@usace.army.mil, jeffrey.g.ernest@usace.army.mil
(Brooke.M.Hundley@usace.army.mil, jeffrey.g.ernest@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
USACE BUFFALO DISTRICT SOURCES SOUGHT INFORMATION REQUEST FORM Ashtabula Navigation Dredging THIS IS A SOURCES SOUGHT NOTICE ONLY FOR DREDGING, ASHTABULA, OH. OFFER OR PROPOSALS WILL NOT BE ACCEPTED FOR THIS NOTICE. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SOURCES SOUGHT. The U.S. Army Corps of Engineers - Buffalo District seeks information from industry, which will be used for preliminary planning purposes. The type of solicitation to be issued will depend upon the responses to this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. Description of Work The purpose of the Ashtabula Harbor Navigation Dredging project planned for 2012 is to dredge and upland-place approximately 100,000 cubic yards of material from targeted areas of the Ashtabula Harbor, resulting in the delisting of the Ashtabula River Area of Concern. This project will be funded by the Great Lake Restoration Initiative (GLRI). The project includes the dredging of the three areas within the Federal navigation channel. The total dredging quantity of 100,000 CY is comprised of about 65,000 CY from the outer harbor and lower river area. Approximately 35,000 CY of material will be dredged from the upper river area (the southern reach). As currently anticipated, sediment will most likely be dredged from the harbor using a clamshell bucket. The material will be placed in scows, treated or handled to achieve certain physical properties, then transported to an upland placement site provided by the Government. An offloading and material handling area will be provided to the contractor at Pinney Dock situated just east of the river mouth. The Davis Bacon Act will apply. Dredged Sediment Placement Site The final placement site for the dredged sediments will be located at the Elkem Metals Incorporated site, 2700 Lake Road East, Ashtabula. The main entrance to this facility is approximately 2.0 miles east from Pinney Dock. The material will be placed in lagoon 5C and will serve as structural fill within the lagoon in preparation for a future lagoon capping project that will be completed by others (independent of USACE involvement). The placed dredged sediments will be required to meet certain physical properties as predicated by both the needs of the closure plan for the final cover design, as well as the movement of construction equipment to place and spread the dredged material in the lagoon. Dredged Sediment Treatment/Handling Sediment will be required to meet certain minimum physical properties during placement at the Elkem site. 1. Unconfined compressive strength equal to 5.2 psi (or undrained shear strength of 2.6 psi ) 2. Density: Moist or saturated density of 85% of the optimum dry density (reduced proctor) An alternative considered to facilitate these properties in the dredged material, would be to treat the more fine grained dredged material with a commercial mixture of quicklime and cement, such as Calciment® by mixing. This method has been used in a number of similar projects. Pre-design testing has indicated that this may be a feasible alternative for treating the dredged material. The selected contractor may utilize other methods of material treatment to meet project requirements for the placed sediments. Water Management Retention of solids throughout the project is of paramount importance; as such direct discharge of water entrained during dredging to the harbor would be limited to a total suspended solids concentration of 100 mg/L. This TSS level has been correlated to a turbidity level of 150 NTU for field monitoring purposes. This level would have to be established prior to discharge, and would also apply to direct discharges of runoff associated with the dredged material. Excess water to be discharged back to the harbor may have to be retained for treatment of gross suspended solids prior to discharge. Among other work plans, the contractor would develop a water management plan describing the planned methods for managing water entrained during dredging as well as storm water run-on and runoff at the offloading and disposal site. It would describe the methods to be used in preventing and controlling storm water run-on and runoff, methods for collecting and managing water that accumulates at the disposal site, and address effluent monitoring and reporting. Again, direct discharges back to the harbor/Lake would be subject to the standards set forth by the Corps to ensure the discharge of dredged material meets Section 404 (b)(1) guidelines, including compliance with State water quality standards. General Information The magnitude of construction is between $5,000,000 and $10,000,000 Each contractor must meet full bonding capacity. NAICS Code: 237990 Small Business Size Standard: $33.5M All offerors are advised that they must be registered in CCR ( www.CCR.gov ) and ORCA ( http://orca.bpn.gov ) in order to receive an award. Joint ventures must also be registered as a joint venture. We advise offerors to begin this process when they prepare their proposal in order to ensure registration is in place should they be selected for award. Contractor shall comply with commercial and industry standards, and all applicable federal, state, and local laws, regulations, and procedures. In accordance with FAR 19.501(c) through market research and review of the acquisition a determination will be made if this acquisition will be set aside for a specific small business concern. Interested firms should fill out the attached "USACE BUFFALO DISTRICT Sources Sought Information Request Form" and return their response no later than 3:00pm EST on 9 March 2012. Email your response form to Brooke Hundley, at: brooke.m.hundley@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACW49/W912P4-12-S-0005/listing.html)
 
Place of Performance
Address: 2700 Lake Road East, Ashtabula, Ohio, 44041, United States
Zip Code: 44041
 
Record
SN02680378-W 20120224/120222234828-89905f71262f5a938d2e851467181cd9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.