Skip to main content

An official website of the United States government

You have 2 new alerts

Maintenance Dredging, 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: Apr 11, 2023 10:58 am EDT
  • Original Response Date: Apr 26, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Bridgeton , NJ 08302
    USA

Description

Contracts Branch (fc)

Beta SAM

Action Code: Sources Sought

Class Code: Z

Subject: Market Research – Maintenance Dredging, Maurice River, Cumberland County, New Jersey

Solicitation No.: W912BU23B – Maintenance Dredging, Maurice River, Cumberland County, New Jersey

Set-Aside Code: N/A

Response Date: 26 April 2023

Place of Performance: Maurice River, Cumberland County, NJ

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 provide Maintenance Dredging of the Maurice River, located in Cumberland County, New Jersey. Contract work will consist of Maintenance Dredging of the Maurice River, NJ federal navigation channel to the authorized depth of 7 ft MLLW plus 1 ft overdepth, non-contour dredging, to clear approximately 65,000 cubic yards of predominantly fine-grained sediment from the channel. Beneficial use placement involving beneficial use and marsh restoration alternatives will be utilized on two 9-acre plots in the Heislerville State Wildlife Management Area.

The contractor is required to have specialized experience since work requires the beneficial use placement of dredged sediments in sensitive marsh environments on State Wildlife Management Area land. Contractor must be able to demonstrate prior experience on dredging projects involving beneficial use placement techniques within environmentally sensitive coastal marshes and wetlands and knowledge of the dynamic conditions that exist for these placements. Due to environmental restrictions, dredging and placement can only occur from 15 September 2023 to 28 February 2024.

Estimated cost range of the project is $1,000,000.00 to $5,000,000 for the base contract work. The period of performance is 270 calendar days for the Base work.

The NAICS Code for this project is 237990 Dredging and Surface Cleanup Activities and the small business size standard is $37.0 Million.

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. Description of capability to perform similar or same projects listed above and manage subcontractors if applicable.

4. Past performance/experience on projects of similar scope and magnitude, describing no more than three (3) projects completed 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 April 26, 2023, at 2:00 PM EST.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History