Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOURCES SOUGHT

Z -- Maintenance and Repairs of the North Jetty, Scituate Harbor

Notice Date
10/11/2017
 
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
W912WJ18B0003
 
Archive Date
11/16/2017
 
Point of Contact
Elizabeth K. Glasgow, Phone: 9783188671
 
E-Mail Address
elizabeth.k.glasgow@usace.army.mil
(elizabeth.k.glasgow@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New England District is conducting a market survey for maintenance and repairs to the North Jetty feature of the Federal Navigation Project in Scituate Harbor, Scituate, Massachusetts. This announcement is to determine the interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned and Small Business concerns in this project as described below. The NAICS code for this procurement is 237990. The project is planned to be issued on or about December 2017. The construction period for the project is anticipated to be early spring 2018. The estimated construction cost is between $1,000,000.00 and $5,000,000.00 The work of this project consists of repairing several sections of the North Jetty at Scituate Harbor. The nose of the north jetty (i.e. seaward end) along with other smaller areas along the structure were damaged during Winter Storm Juno in 2015 and subsequent storms. Approximately 2,000 tons of new armor stone will be required to make repairs to the nose section of the jetty. The new armor stones will vary in size from 6-8 tons. The work includes dismantling, removing, stockpiling, reworking and reinstalling existing armor stone as well as acquiring and installing new armor in the jetty repair areas. The repaired areas must be properly interlocked and be within specified design tolerances. The new armor stones will be required to be delivered via waterborne plant and placed upon the shore behind the State spur jetty for further placement into the structure. No over the road transport of stones will be allowed. Due to significant eelgrass beds adjacent to the structure in the interior of the harbor, stone placement work will be required to be performed from the top of the structure. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.) and what type of equipment the firm is proposing to use. Firms must submit documented information that demonstrates experience with a minimum of two examples of construction projects, similar in scope and magnitude to this project that the firm has successfully performed in the last six years. The examples must clearly demonstrate breakwater or jetty repair projects (or other stone work in a marine environment) beyond typical earthwork construction and demonstrate experience with acquiring and placing large armor stones (up to 10 tons) with both land and marine equipment; the ability and capability of simultaneously performing this work by land and barge and demonstrate experience in working in a dynamic and restricted marine environment (ocean waves, tides, time of year, etc.); Responses should include experience of Foreman and Crane Operators working on stone structures. Please indicate your team subcontractors that will be used to support your effort and include their prior experience and qualifications. Proof of bonding capability is required. Responses are due November 1, 2017. Responses should be sent electronically to Elizabeth Glasgow, Contract Specialist at elizabeth.k.glasgow@usace.army.mil. Responses are limited to twenty pages. 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/W912WJ18B0003/listing.html)
 
Place of Performance
Address: Scituate Harbor, Scituate, Massachusetts, 02066, United States
Zip Code: 02066
 
Record
SN04711130-W 20171013/171011231257-227394ab0670a1a4ba010dede33e8587 (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.