Maintenance Dredging of Newark Bay – -50ft., -40ft. and -35ft. Reaches, New Jersey Federal Navigation Project
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: Mar 10, 2023 11:26 am EST
- Original Response Date: Mar 24, 2022 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:
Description
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to
perform maintenance dredging of portions of the Newark Bay, New Jersey, Federal
Navigation Project. The dredged material would be processed and subsequently
transported to and placed at a contractor furnished, State permitted upland placement
site(s). The proposed maintenance dredging would remove approximately 280,000
cubic yards (CY) of selected critical shoals from the Main and Port Newark Channels of
Newark Bay. Dredging in these channels would be required to depths of -50 feet, -40
feet, and -35 feet Mean Lower Low Water (MLLW) plus 1 foot allowable over-depth. The
dredged material is expected to consist primarily of silt and clay.
Due to anticipated restrictions found in the New Jersey Department of Environmental
Protection Water Quality Certificate, the proposed work can only be performed by
utilizing a mechanical dredge with a closed clamshell environmental bucket.
Additionally, multiple barges and tugboats will be needed to perform the work during the
dredging, dewatering and unloading operations. The dredged material would be
required to meet all federal, state, and approved local criteria required by the
government agencies having jurisdiction where the placement site is located. All
necessary permits required for the dredged material placement will be provided by the
contractor to the government.
The apparent low bidder shall, within 35 calendar days from the date the apparent low
bidder is notified of being such, provide copies of all required permits and approvals for
transportation, transfer, dewatering, processing, and final placement of dredged
material, and shall submit evidence of such permits and approvals to the government.
Once the contract is awarded, the contractor will be required to commence work within
five (5) calendar days after the date of receipt of the notice to proceed, and maintain an
integrated production rate of at least 2,500 cubic yards per calendar day for the
dredging, transportation, transfer, dewatering, processing, and final placement of the
material. The presence of dredging equipment in the channel will impact ship traffic,
and it is necessary to maintain this production rate while minimizing the duration of this
impact.
The proposed work is anticipated to take place between July 2023 and February 2024.
The work is estimated to cost between $25,000,000 and $100,000,000.
SURVEY OF THE DREDGING INDUSTRY
The following is a confidential survey questionnaire designed to apprise USACE of
prospective dredging contractors’ project execution capabilities. Please provide your
response to the following questions. All questions are regarding the Newark Bay, NJ
maintenance dredging project.
General
1) Have you ever worked on dredging jobs similar in nature to this project? If so,
please describe the project and for whom the work was performed. Identify a
point of contact and phone number.
2) What percentage of work (volume of material dredged, transported, dewatered,
processed, and ultimately placed) can you perform with your own equipment?
3) Do you have experience with the placement of dredged material at contractor furnished, state-permitted upland placement sites? Please list your experience
including the processing and placement sites used to place the material.
4) Have you performed dredging within the waters of the Port of New York and New
Jersey?
5) Would you be willing to bid on the project previously described? If the answer is
No, please explain why not?
6) Would you be bidding on this project as a sole contractor, prime contractor with
subcontractor(s) or as a joint venture?
7) Is there a dollar limit on the size contract that you would bid? If so, what is that
limit?
8) What is the largest dredging contract, in dollars, on which you were the prime
contractor?
9) What is your bonding capacity per contract? What is your total bonding capacity?
10)Do you have experience using the USACE Resident Management System (RMS)
3.0 for delivering Submittals, Daily Dredging reports and Pay Estimates?
11)Do you have experience applying the USACE EM 385-1-1 (Nov 2014) and all
requirements? Deficiencies observed on site will require immediate attention and
action to meet all applicable safety codes.
Equipment
1) What type of dredge equipment do you own and / or operate that is suitable for
the work described? Do you own a closed environmental clamshell bucket?
Please list each piece of equipment capable of performing each type of work
described, i.e. dredging, transfer, transportation, dewatering and/or other
processing, and final placement of the material. For each dredge that you list,
please specify its bucket size(s), and any other salient characteristics.
2) Identify which dredge(s), including support equipment (tug, scows, etc), you
would employ on this project. Also, for each dredge, identify the digging depth.
3) Do you own material scows? If so, how many do you have available for use?
Please list the name of the scow, its type (ocean-going, sealed hull, etc) and the
capacity.
4) Will you be able to meet a production rate of 2,500 cubic yards per calendar day,
with placement at a contractor furnished, state permitted upland placement
site(s)?
5) Do you have experience with the use of an automated Dredged Material
Monitoring System (Black Box/Silent Inspector) or employing a Dredged Material
Inspector (DMI)?
Attachments/Links
Contact Information
Primary Point of Contact
- Nicholas P. Emanuel
- Nicholas.P.Emanuel@usace.army.mil
- Phone Number 9177908069