Inactive
Notice ID:W912BU-19-B-0011
1. Description of Work: Contract work consists of maintenance dredging of approximately 100,000 cubic yards of sediment within the federal channel portion of the Fairless Turning Basin, adjacent to th...
1. Description of Work: Contract work consists of maintenance dredging of approximately 100,000 cubic yards of sediment within the federal channel portion of the Fairless Turning Basin, adjacent to the Delaware River. Work includes hydraulic dredging with placement of the dredged material into cell A-East of the Money Island Disposal Area in Falls Township, Pennsylvania. Dredging will be required to a depth of 41' MLLW (Datum) plus 1' allowable overdepth from station -0+245 to station 0+800. The contractor will also be required to construct an approximately 900 foot long, twelve foot high baffle dike within the Money Island Disposal Area. Sufficient borrow material for the baffle dike construction is available within the overall limits of the borrow area. Solicitation Number W912BU-19-B-0011 will be issued on or about 4 June 2019 with bid opening date occurring at least 30 days after the Solicitation. The period of performance is 60 calendar days. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. 2. Sources Sought: This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS. A Market Survey is being conducted to determine if there are adequate HUBZone, 8(a), Service Disabled Veteran Owned, and Small Business contractors for the following proposed work. The Army Corps of Engineers, Philadelphia District, is interested in awarding one (1) Firm Fixed Price Contract for Maintenance Dredging, Fairless Turning Basin, Delaware River, Philadelphia to Trenton. 3. Contract duration is projected at 60 calendar days from the Notice to Proceed (NTP). Contractor must be prepared to commence actual dredging operations within ten (10) days of the Notice to Proceed (NTP). The estimated price order of magnitude is $1M - $5M. Any contract issued will be issued as a Firm Fixed Price. Performance and Payment bonds will be required for 100% of contract award. NAICS for this project is 237990 and the size standard is $27.5 million. 4. Responses are requested with the following information, which shall not exceed a total of eight (8) pages. 1. Offeror's name, address, points of contact with telephone numbers and e-mail addresses. 2. Business size/classification to include any designations as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a), Women-Owned small businesses shall be indicated on the first page of the submission. 3. Provide construction bonding level per single contract/task order. Provide the aggregate sum total construction bonding level. Provide both capabilities which must be expressed in U.S. dollars; along with current available bonding capacity. 4. Description of capability to perform similar or same projects listed above, manage subcontractors, prepare and comply with various environmental and construction permits, and capacity to execute this project with other ongoing construction contracts. 5. Past performance/experience on projects of similar scope and magnitude, describing no more than five (5) projects that are at least 50% construction complete within the past five years. The past performance information should include project title, location, general description of the construction to demonstrate relevance to the proposed projects, the Offeror's role, dollar value of contract, and name of the company, agency or government entity for which the work was performed with contact information (reference name, phone number and e-mail address). Responses should be sent to Emily Pyatigorsky at emily.pyatigorsky@usace.army.mil on or before 17 May 2019 at 3:00 PM EST.