Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2018 FBO #6047
MODIFICATION

Y -- South Atlantic Division Regional Harbor Dredging

Notice Date
6/12/2018
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Wilmington, CESAW-CT, 69 Darlington Ave, Wilmington, North Carolina, 28403-1343, United States
 
ZIP Code
28403-1343
 
Solicitation Number
W912PM18B0006
 
Point of Contact
Rosalind Shoemaker, Phone: 9102514436, Charlenne Figgins, Phone: 9102514473
 
E-Mail Address
rosalind.m.shoemaker@usace.army.mil, Charlenne.L.Figgins@usace.army.mil
(rosalind.m.shoemaker@usace.army.mil, Charlenne.L.Figgins@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, Wilmington District requires a contract to provide maintenance dredging for (4) dredging projects. The areas of consideration for these dredging services are: Brunswick Harbor, Georgia; Savannah Harbor, Georgia; Wilmington Harbor, North Carolina; and Morehead City Harbor, North Carolina. Brunswick Harbor, Georgia Estimated Quantity: 1,500,000 CY Environmental Window: December 1 - April 15 The work for Brunswick Harbor for maintenance dredging will require a hopper dredge(s). The dredge(s) must have the capability to dredge fine sands and silts to a depth of -40 MLLW and to transport the dredged sediment up to 15 miles to the dump location. Dredged material shall be placed in the Brunswick Ocean Dredged Material Disposal Site (ODMDS). Disposal shall be within a specific area within the Brunswick ODMDS identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective. The bin restrictions for the Brunswick ODMDS are as follows: Reach Bin Restriction -19+000 to -23+000 11,500 CY -23+000 to -28+000 8,860 CY -28+000 to -33+500 9,300 CY -33+500 to -56+500 7,000 CY Savannah Harbor, Georgia Estimated Quantity: 1,240,000 CY Environmental Window: December 1 - April 15 The work for Savannah Harbor for maintenance dredging will require a hopper dredge(s). The dredge(s) must have the capability to dredge fine sands and silts to a depth of -51 MLLW and to transport the dredged sediment up to 15 miles to the dump location. Dredged material shall be placed in the offshore disposal areas. Disposal shall be within a specific area within the Ocean Dredged Material Disposal Site (ODMDS) identified by USACE in conjunction with EPA, Region 4 in order for disposal monitoring to be effective. The bin restriction for the Savannah ODMDS is 13,500 cubic yards. Wilmington Harbor, North Carolina Estimated Quantity: 920,000 CY Environmental Window: December 1 - April 15 The work for Wilmington Harbor Outer Ocean Bar shall consist of maintenance dredging of Wilmington Harbor Baldhead Shoal Channel Reach 3, Southport Channel and Battery Island Channel. The maintenance dredging will require removal and disposal of shoaled material that has accumulated in the channels since they were last dredged. The dredging shall be performed by hopper dredge. Dredging depth is 44' plus 2' of allowable over depth. The Government furnished disposal area is the Wilmington Harbor Ocean Dredged Material Disposal Site. Morehead City Harbor, North Carolina Estimated Quantity: 1,000,000 CY Environmental Window: December 1 - April 15 The work for Morehead City Harbor shall consist of maintenance dredging of the Morehead City Harbor Range A. The maintenance dredging will require removal and disposal of shoaled material that has accumulated in the channel since it was last dredged. The dredging shall be performed by hopper dredge. Dredging depth is 43 feet plus 2 feet of allowable overdepth. Disposal of dredged material will be in the Nearshore East Placement Area. ****SPECIAL NOTICE**** The draft bid schedule, plans and specifications are attached to this notice. All questions and comments shall be submitted via Projnet no later than 22 June 2018. ProjNet Information Identifier: W912PM18B0006 Inquiry Key: D2WG8R-Z2BJZP This solicitation is unrestricted. The contract issued will be Firm Fixed Price. The Magnitude of Construction of this project is between $25,000,000 and $40,000,000.00. This solicitation will be issued in electronic format only and will be available on or about July 27, 2018. The bid opening date will be specified in the solicitation when it is issued. No additional media (CD-ROM, floppy disks, facsimiles, etc) will be provided. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. The North American Industry Classification System (NAICS) code is 237990 - Other Heavy and Civil Engineering Construction and the size standard is $27,500,000.00. Bidders must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from any Government solicitation. Call 1-866-606-8220 for more information or visit the SAM website at http://www.sam.gov. THE GOVERNMENT'S SAM WEBSITE DOES NOT CHARGE A FEE FOR REGISTRATION. IF YOU ARE REQUESTED TO PAY A FEE, YOU ARE NOT ACCESSING THE CORRECT WEBSITE, AND SHOULD LEAVE IT AND GO TO HTTP://WWW.SAM.GOV. After completing SAM registration, in order to download documents, contractors and their subcontractors must register at www.fbo.gov. In order to locate the solicitation, Contractors can go to the FedBizOpps website at www.fbo.gov and search for the solicitation number. Contractors can register to be put on a plan holders list that others can access through the FedBizOpps site. It is the Bidder's responsibility to check the Internet address provided as necessary for any posted changes to this solicitation and all amendments. For additional information or assistance, please contact Ms. Ros M. Shoemaker, Contract Specialist, phone 910-251-4436, or email rosalind.m.shoemaker@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac846d8c53b9b91dc06c2e45572f1a36)
 
Record
SN04952649-W 20180614/180612230812-ac846d8c53b9b91dc06c2e45572f1a36 (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.