Skip to main content

An official website of the United States government

You have 2 new alerts

Chesapeake and Delaware Canal Maintenance Dredging

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: Presolicitation (Original)
  • Original Published Date: Jun 16, 2024 09:53 pm EDT
  • Original Response Date: Jul 01, 2024 11:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: Z1KB - MAINTENANCE OF CANALS
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Chesapeake City , MD
    USA

Description

The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm fixed-price contract for the maintenance dredging of the Inland Waterway Chesapeake and Delaware Canal and Upper Chesapeake Bay. All work under the contract must be completed within 120 days.

Maintenance dredging will be performed at various locations along the Inland Waterway Chesapeake and Delaware Canal and Upper Chesapeake Bay portion. Work shall include dredging of the canal from Station 00+000 to Station 250+440.  From Station 99+000 to Station 250+440 dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. Dredging will be required to a depth of 36’ MLLW (Datum) plus 1’ allowable over depth within the contract work limits shown on the drawings from station 00+000 to station 5+000 and 36’ MLLW (Datum) plus 1’ allowable over depth within the contract work limits shown on the drawings from station 125+000 to station 215+000, with no side slopes delineated and/or paid for, (drawings will be provided with the formal solicitation). This is a contour dredging project.

The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation.

Solicitation No. W912BU24B0016 will be issued on or about 12 July 2024, as an Unrestricted Invitation for Bids. Bid opening will be conducted 12 August 2023 at 11:00 a.m. 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 to FAR Part 14 Procedures. The contract period of performance is 120 calendar days. Estimated cost range of this project is between $10,000,000.00 to $25,000,000 and the NAICS code for this project is 237990 (SIC 1629) with a size standard of $30.0 million.

Solicitation documents, plans and specifications will only be available via the SAM.gov homepage located at https://www.sam.gov/. Registration for plans and specifications should be made via SAM.gov Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor’s responsibility to monitor SAM.gov for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans’ Reporting Requirements, therefore contractors who have received a Federal Contract of

$100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans’ Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100- customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to this project. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract.

Questions regarding this notice should be directed to Molly Gallagher at molly.gallagher@usace.army.mil

Contact Information

Contracting Office Address

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

Primary Point of Contact

Secondary Point of Contact

History