Construction Services for Maintenance Dredging of the Wells Harbor, Maine Federal Navigation Project.

expired opportunity(Expired)
From: Federal Government(Federal)
W812WJ23X0019

Basic Details

started - 14 Feb, 2023 (14 months ago)

Start Date

14 Feb, 2023 (14 months ago)
due - 20 Feb, 2023 (14 months ago)

Due Date

20 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
W812WJ23X0019

Identifier

W812WJ23X0019
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE ARMY (132650)USACE (37955)NAD (5817)W2SD ENDIST NEW ENGLAND (1509)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for maintenance dredging of the Wells Harbor Federal Navigation Project (FNP) located at Wells, Maine, and the placement of the dredged material on two adjacent beaches. 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 $32.5M. The contract solicitation is planned to be issued on or about April/May 2023. The construction will occur during the 2023-2024 dredge window, that is, early fall 2023 to late winter 2024. The work is expected to take approximately five to six months to complete. The estimated construction cost is between $5,000,000 and $10,000,000.The Wells Harbor FNP project consists of hydraulically dredging the Federal Navigation Project (FNP), which includes an 8-foot-deep Mean Lower Low Water (MLLW)
entrance channel, 100 feet wide extending 2,500 feet from deep water through a jettied inlet; a 6-foot deep by 100 to 135-foot-wide inner harbor channel; a 6-foot deep by 5.2-acre anchorage area; and two settling basins on either side of the 6-foot-deep inner channel, plus an authorized 1-foot of overdepth for all features. Approximately 80,000 cubic yards (CY) of required dredging, with another approximately 25,000 CY of 1-ft allowable overdepth dredging would bring these areas back to their authorized dimensions. Sandy shoal material dredged from the FNP will be placed along adjacent beaches with a hydraulic pipeline, to include areas of Wells Beach and Drakes Island Beach. The work in this area will require significant coordination around the tide cycles. Derelict moorings may be encountered during dredging operations and will require the appropriate mechanical equipment for removal and offsite disposal for purposes of completing the maintenance dredging. Construction activities involving hydraulic dredging with beach placement will be performed during a five-month period between September 15 and March 15 to meet environmental time of year (TOY) restrictions. In order to accomplish all dredging requirements within the specified dredging window for the inner harbor and entrance channel, the Contractor will need to meet a production rate of 27,000 CY per 30 calendar days for the hydraulic dredging portion of the project. 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 hydraulic means in coastal waters with depths of 10 feet or less, demonstrating a minimum production rate of 27,000 cubic yards in one consecutive 30-day period. • Experience in placement of dredged material on a beach, during the months of October through February.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. Bid bond will need to be provided with the bid.Firms may use subcontractor experience to demonstrate experience with the requirements. Bid bond will need to be provided with the bid when the solicitation is issued. Responses are limited to twenty pages and due by February 20, 2023. Electronic responses should be addressed to kyle.k.hall@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.milGovernment Agency URL Description: New England District, Corps of Engineers

Concord ,
 MA  01742  USALocation

Place Of Performance : N/A

Country : United StatesState : MassachusettsCity : Concord

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 237990Other Heavy and Civil Engineering Construction
pscCode Y1QACONSTRUCTION OF RESTORATION OF REAL PROPERTY (PUBLIC OR PRIVATE)