Skip to main content

An official website of the United States government

You have 2 new alerts

FY23 Mobile District Dredging Requirements

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: Nov 01, 2022 04:51 pm CDT
  • Original Response Date: Nov 17, 2022 02:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Sep 30, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Y1KF - CONSTRUCTION OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    USA

Description

Market Research and Sources Sought Notice for information on capability and availability of potential contractors to perform maintenance dredging at various navigation projects throughout the geographical boundaries of the U.S. Army Corps of Engineers, Mobile District which includes portions of the states of Alabama, Mississippi, and Florida.

This is a SOURCES SOUGHT SYNOPSIS and is not a solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business firms who own dredges of the sizes specified below. Responses to this Sources Sought Synopsis will be used by the government in making appropriate acquisition decisions. The U.S. Army Corps of Engineers, Mobile District, anticipates several future procurements in fiscal year 2023 for the rental and/or unit price of dredging equipment to perform maintenance dredging of inland river systems as well as coastal harbors, rivers, and bays.  These future requirements for rental and/or unit price dredging equipment will be for different size categories of dredges and for different types of dredges as described below. 

Six requirements will be for hydraulic, cutterhead dredges. Required minimum pump discharge diameters will be between 24 and 30 inches measured as the inside diameter of the discharge side of the main dredge pump with minimum horsepower applied to the main pump of 2400/5000 respectively.

An additional two requirements will be for trailing suction hopper dredges with a minimum hopper capacity of 3600 cubic yards.

All the above requirements must be complete with crew, management staff and support equipment including pipelines, booster pumps, tugs, various other floating plants as would normally be expected to support a large dredging operation.

The solicitation(s) will be for the award of an Indefinite Delivery, Indefinite Quantity contract(s) with task orders issued for various dredging locations with the maximum contract value not to exceed $49 million.   The proposed construction duration will be 14 months after the Notice of award of the contract.  Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 237990 with a Small Business Size Standard of $32.5 Million.  

Responses are requested with the following information, which shall not exceed a total of eight pages.  1. Bidder’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, or 8(a) shall be indicated on first page of submission.  3.  Bonding capability: Please provide a letter from your bonding company to support current bonding capability of at least $10 million (aggregate amount for multiple active task orders).  4. Description of capability to perform the proposed dredging, manage subcontractors, prepare and comply with various environmental permits, and capacity to execute this project with other ongoing dredging contracts.  5. Past performance/experience on projects of similar scope, describing no more than five (5) projects that are at least 50% construction complete within the past five years of the issue date of this Notice.  The past performance information should include project title, location, general description of the dredging to demonstrate relevance to the proposed project, the bidder’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).   6.  Dredge name and various specifications on the equipment to include: Discharge diameter, suction diameter, year manufactured and/or major overhaul, ladder length, spud lengths, draft, horsepower of main engine and any booster pumps, max/min dredging depths, max/min width of channel the dredge can efficiently operate, hopper capacity (hopper dredge only).  

NO RESPONSES WILL BE ACCEPTED BY FAX OR MAIL. ALL RESPONSES MUST BE E-MAILED to Sara Logsdon at sara.g.logsdon@usace.army.mil and Chanda Strenth at chanda.d.strenth@usace.army.mil.  Submittals are due no later than 2:00 PM local Mobile, AL time on 17 November 2022. Submittals will not be returned. Telephonic responses will not be honored. This is not a Request for Proposal, only a Request for Information. No award will result from this Sources Sought. This notice does not constitute any commitment by the Government.

Contact Information

Contracting Office Address

  • KO CONTRACTING DIVISION 109 ST JOSEPH ST
  • MOBILE , AL 36628-0001
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Sep 30, 2023 10:55 pm CDTSources Sought (Original)