Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOURCES SOUGHT

Y -- Federal Maintenance Dredging of the Mianus River, Greenwich, Ct Federal Navigation Project

Notice Date
3/30/2016
 
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, New England, 696 Virginia Road, Concord, Massachusetts, 01742-2751, United States
 
ZIP Code
01742-2751
 
Solicitation Number
W912WJ-16-X-0019
 
Archive Date
5/3/2016
 
Point of Contact
Alysha MacDonald, Phone: 9783188715
 
E-Mail Address
Alysha.MacDonald@usace.army.mil
(Alysha.MacDonald@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is issuing this Sources Sought Announcement for Federal Maintenance Dredging of the Mianus River Federal Navigation Project in Greenwich, CT. This announcement is to determine interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns for this project. The project is planned to be issued on or about June 2016. The dredging window, due to environmental constraints, is estimated to be October 1, 2016 to January 31, 2017. The project is expected to take several months. The estimated construction cost is between $1,000,000 and $5,000,000. This project consists of the mechanical dredging of approximately 55,000 cubic yards (cy) of fine grain clay and silt from the authorized 6-foot-deep and 100-foot-wide Federal channel, with open water placement at the Western Long Island Sound Disposal Site (WLDS), approximately 8 miles from the project site. The last channel maintenance was performed in 1985 when approximately 52,000 cy of sediment was removed. The anticipated dredge window will be October 1, 2016 to January 31, 2017. Dredging operations will be permitted 24 hours per day and 7 days per week. All scows will need to have equipment with tracking information systems to allow confirmation of the scows path to the placement site and where the placement occurs. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, small business, etc.), a proof of bonding as well as what type of equipment would be utilized for this project. Please indicate your subcontractor team that will be used to support your effort and include their prior experience and qualifications. The Government anticipates including a definitive responsibility criterion in the solicitation and contract resulting from this market research. After bid opening, but prior to award, the apparent low bidder will be required to furnish documentation that demonstrates that the prime contractor or subcontractor responsible for dredging has dredged by mechanical means, within the last five years, a minimum of 25,000 cubic yards in a consecutive 30-day period in a cold-weather month (October through January) with disposal/placement at an ocean placement site. To assist in our understanding of whether the market can meet this proposed definitive responsibility criterion, please demonstrate in your submittal in response to this Notice that your firm has dredged by mechanical means, within the last five years, a minimum of 25,000 cubic yards in a consecutive 30-day period in a cold-weather month (October through January) with disposal/placement at an ocean placement site. We welcome your comments on the appropriateness and ability of the dredging community to meet this proposed definitive responsibility criterion. Responses are limited to twenty pages. Responses are due by April 18, 2016. Responses should be addressed to the U.S. Army Corps of Engineers, New England District, 696 Virginia Road, Concord, MA 01742-2751, ATTN: Ms. Alysha MacDonald, or via email to Alysha.Macdonald@usace.army.mil. Interested firms shall provide the above documentation in one original form and one copy. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA33/W912WJ-16-X-0019/listing.html)
 
Place of Performance
Address: Mianus River, Greenwich, Connecticut, United States
 
Record
SN04067333-W 20160401/160330234707-67cb42698e2a14e6dab18d3f99bcb90f (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.