Skip to main content

An official website of the United States government

You have 2 new alerts

W912BU22B - Maintenance Dredging NJIWW & Maurice River

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: Sources Sought (Original)
  • Original Published Date: May 13, 2022 11:55 am EDT
  • Original Response Date: May 30, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: M1KF - OPERATION OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Cape May , NJ 08204
    USA

Description

Description of Work: This is a Sources Sought Notice and is for information purposes only

                     THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS, OR BIDS.

The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract to perform Maintenance Dredging of New Jersey Intra-coastal Waterway, Maurice River & Adjacent New Jersey Waterways

Contract work will consist of Maintenance Dredging of the New Jersey Intracoastal Waterway, Maurice River and Adjacent Waterways to include dredging 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 will be utilized where permitted and appropriate. Contractor must have capability to operate 2 dredges concurrently – one 10-12 in and one 12-14 in hydraulic pipeline dredge. Disposal facilities will be provided by the Government and may be upland disposal facilities or marsh/shoreline restoration.

Options are included for containment of work and additional work along the waterways should more funding and need become available. Due to environmental restrictions, dredging must occur within a window from 1 June through 31 December for any locations north of Absecon Inlet. Additional environmental windows may be dictated based on the location of beneficial use placement alternatives. Due to the specialized nature of the work, contractor must be able to demonstrate prior experience on navigation dredging projects involving beneficial use placement techniques on environmentally sensitive coastal marshes and wetlands.

The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $39.5 Million. Estimated cost range of the project is $5 - $10 Million dollars.

Responses to this Sources Sought Announcement will be used by the Government to make appropriate acquisition decisions. Narratives 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 first page of 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 Frederick Conway, at frederick.conway@usace.army.mil on or before May 30, 2022 at 3:00 PM EST.
 

Contact Information

Contracting Office Address

  • 1650 ARCH STREET 7TH FLOOR
  • PHILADELPHIA , PA 19103-0000
  • USA

Primary Point of Contact

Secondary Point of Contact

History