Maintenance Dredging - New Jersey Intracoastal Waterway & Adjacent New Jersey Waterways
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Aug 29, 2023 03:49 pm EDT
- Original Published Date: Aug 17, 2023 05:31 pm EDT
- Updated Date Offers Due: Sep 18, 2023 11:00 am EDT
- Original Date Offers Due: Sep 18, 2023 11:00 am EDT
- Inactive Policy: Manual
- Updated Inactive Date: Dec 31, 2023
- Original Inactive Date: Oct 03, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
- NAICS Code:
- 237990 - Other Heavy and Civil Engineering Construction
- Place of Performance: NJUSA
Description
Aug 29, 2023: Amendment 0001 to Solicitation W912BU23B0006 has been issued to reflect required changes before submission of bids. Amendment 0001 is attached.
Subject: Maintenance Dredging - New Jersey Intracoastal Waterway & Adjacent New Jersey Waterways
Solicitation No.: W912BU23B0006
Set-Aside Code: Small Business
Place of Performance: New Jersey Intracoastal Waterway, Cape May and Ocean Counties, NJ
This is the Solicitation Notice. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed priced construction contract to perform Maintenance Dredging of New Jersey Intracoastal Waterway (NJIWW) & Adjacent New Jersey Waterways.
Contract work consists of maintenance dredging of the NJIWW and Adjacent New Jersey Waterways to include dredging of federal channels to clear shoals, dike building/containment to safely contain the quantity of dredged material where appropriate, and placement involving beneficial use and marsh restoration alternatives. Dredge(s) used under this contract shall have a dredge pump with at least a 12-inch, but not larger than a 14-inch, inside diameter discharge flange. Disposal facilities will be provided by the Government and are upland confined disposal facilities (CDF) or beneficial use alternatives in coastal and marsh environments.
Maintenance dredging to be accomplished under the base work areas include:
1) Dredging of approximately 18,000 cubic yards of fine sand and silts from the NJIWW Cape May Ferry channel with placement into the USACE-owned Cape May Ferry CDF between 1 October and 30 April;
2) Dredging of approximately 21,000 cubic yds of fine sand and silts from the Cape May Harbor channel with placement in the USACE-owned Cape May Railroad CDF between 1 July and 28 February;
3) Dredging of approximately 2,500 cu yds of sand from the NJIWW channel between Markers 419 to 421 with placement to restore eroding marsh edge between 15 Sept and 1 March;
4) Dredging of approximately 19,000 cu yards of fine sand and silts from the NJIWW channel between Markers 424 to 427 with beneficial use placement to restore marsh managed by the State of NJ between 15 Sept and 1 March. Placement includes installation of coir logs on the marsh to help stabilize the placed sediment.
This solicitation contains options. Option 1 includes maintenance dredging of approximately 22,000 cu yards of predominantly fine sands from the Oyster Creek channel with island creation in Barnegat Bay. Dredging can only occur in the environmental window between 1 Jul and 31 December. If this option is awarded, the period of performance will not be extended. Additional options (Options 2 through 5) include a dozer with operating personnel, crawler mounted dragline with operating personnel, compact track loader with operating personnel, and hay bale installation. Options 2 through 5 will be used in placement areas as needed measures for dike building and/or containment of dredged sediments. No time extension to the base period of performance will be given if any of Options 2 through 5 are awarded.
The contract period of performance is 390 calendar days after Notice to Proceed. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction (Dredging and Surface Cleanup Activities subset). The Magnitude of Construction for the project is between $1,000,000.00 and $5,000,000.00.
Bonding will be required at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. The award will be made as a whole to one bidder in accordance with FAR Part 14 Sealed Bidding Procedures.
Solicitation documents, plans, and specifications will only be available electronically via the System for Award Management (SAM) homepage located at https://www.sam.gov. No written or fax requested for the solicitation will be accepted. Information within this Solicitation notice is subject to change. It is the responsibility of interested bidders to monitor www.sam.gov for any solicitation amendments. The solicitation contains FAR provision 52.204-7; therefore a bidder must be registered in the SAM database. Construction Wage Rates application to this contract.
Questions about this notice should be sent to Frederick Conway, at frederick.conway@usace.army.mil. Please review the solicitation instructions for the Request for Information (RFI) question submission process and deadline. The current RFI question deadline is August 30, 2023.
Attachments/Links
Contact Information
Contracting Office Address
- 1650 ARCH STREET 7TH FLOOR
- PHILADELPHIA , PA 19103-0000
- USA
Primary Point of Contact
- Frederick Conway
- frederick.conway@usace.army.mil
- Phone Number 2156566833
Secondary Point of Contact
- Brooke Patterson
- brooke.l.patterson@usace.army.mil
History
- Dec 31, 2023 11:55 pm ESTSolicitation (Updated)
- Oct 14, 2023 11:55 pm EDTAward Notice (Original)
- Oct 05, 2023 11:55 pm EDTSpecial Notice (Original)
- Aug 17, 2023 05:31 pm EDTSolicitation (Original)
- Jul 31, 2023 11:55 pm EDTPresolicitation (Original)