Construction Services for Maintenance Dredging of the Josias River at Perkins Cove, Ogunquit, Maine Federal Navigation Project and Narraguagus River Federal Navigation Project in Milbridge, Maine.

Agency:
State: Maine
Level of Government: Federal
Category:
  • Y - Construction of Structures and Facilities
Opps ID: NBD00159009353822608
Posted Date: Dec 27, 2023
Due Date: Jan 17, 2024
Source: Members Only
Follow
Construction Services for Maintenance Dredging of the Josias River at Perkins Cove, Ogunquit, Maine Federal Navigation Project and Narraguagus River Federal Navigation Project in Milbridge, Maine.
Active
Contract Opportunity
Notice ID
W912WJ24X0025
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW ENGLAND
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 27, 2023 09:52 am EST
  • Original Response Date: Jan 17, 2024 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 01, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Ogunquit , ME
    USA
Description

The U.S. Army Corps of Engineers, New England District is issuing a Consolidation Sources Sought Announcement for two (2) upcoming maintenance dredging projects in Maine, the Josias River Federal Navigation Project (FNP) located in Ogunquit, Maine and Narraguagus River FNP located in Milbridge, Maine. There are two purposes of this announcement, the first is to determine the interest, availability, and capability of Small Business and Large Business concerns as described below for maintenance dredging of Josias River FNP and Narraguagus River FNP. The second purpose is to determine the potential impacts of consolidation, as described below. The NAICS code for this procurement is 237990 with a size standard of $37M. The contract solicitation is planned to be issued on or about April 2024. The construction will occur in the late fall/winter of 2024/2025. Work is expected to take approximately one to four months to complete. The estimated construction cost for Josias River FNP is between $1,000,000 and $5,000,000. The estimated construction cost for Narraguagus River FNP is also between $1,000,000 and $5,000,000.





Josias River FNP: The Josias River FNP consists of a 7-foot deep Mean Lower Low Water (MLLW), 40-foot-wide channel, and 5- and 7- foot anchorages of varying width. The proposed work consists of dredging up to appropriately 15,000 cubic yards (CY) of shoaled material over a 6.6-acre area, including the FNP channel and anchorage areas. Material to be dredged is a mix of sand, silt and gravel. Shoaled areas of the FNP would be dredged to authorized project depths of -5, and -7- feet at MLLW, plus one foot of allowable overdepth. A mechanical dredge will remove material from the shoaled portions of the Josias River FNP and transport the material in scows to the Isles of Shoals North Disposal Site (approximately 16 miles away).





The anticipated allowable dredging window is between November 1 and April 15 to avoid impacts to spawning shellfish/benthic resources, and interactions with endangered species of fish.





In order to accomplish all dredging requirements within the specified dredging window, the Contractor will need to meet a production rate of up to about 4,550 CY per 30 calendar days. Environmental coordination and permitting is being completed by the U.S. Army Corps of Engineers, New England District.



Interested firms should demonstrate their project experience by providing two (2) projects within the last ten years which meet the following requirements:




  • Dredging by mechanical means in tidal waters with depth of 5 feet or more, demonstrating a minimum production rate of 4,550 CY in one consecutive 30-day period.

  • Experience with transportation and placement of dredged material at an offshore ocean disposal site during the months of November through April.



Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), type of equipment the firm is proposing to use on the project, and two (2) example projects performed by the firm in the last ten (10) years (including Points of Contact) for projects showing experience with the proposed equipment at the production rates listed above. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the bidder’s effort. Firms may use subcontractor experience to demonstrate experience with the requirement, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member’s experience shall be the same as the role for that team member for this project. Bid bond will need to be provided with the bid when the solicitation is issued.





Narraguagus River FNP: The Narraguagus River FNP consists of a 11-foot deep Mean Lower Low Water (MLLW), 150-foot-wide entrance channel, a 9-foot-deep MLLW, 100-foot-wide channel, a 6-foot-deep MLLW, 100-foot-wide channel, three 6-foot-deep anchorages, two 9-foot-deep anchorages, an 11-foot-deep anchorage, and a 6-foot-deep turning basin.





The proposed work consists of dredging approximately 150,000 cubic yards (CY) of material from shoaled material over a 29-acre area, including the FNP channel and anchorage areas. Material to be dredged is predominately fined grained material. All areas of the FNP, aside from northeastern 6-ft anchorage, will be dredged to the authorized project depth, plus one foot of allowable overdepth. A mechanical dredge will remove material from the shoaled portions of the Narraguagus River FNP and transport the material via scows to the Douglas Island Disposal Site (DIDS) (approximately 3 miles away from the entrance channel).





The anticipated allowable dredging window is between November 1 and April 15 to avoid impacts to spawning shellfish/benthic resources, and interactions with endangered species of fish.





In order to accomplish all dredging requirements within the specified dredging window the Contractor will need to meet a production rate of up to about 74,600 CY per 30 calendar days. Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District.



Interested firms should demonstrate their project experience by providing two (2) projects within the last ten years which meet the following requirements:




  • Dredging by mechanical means in tidal waters with depth of 6 feet or more, demonstrating a minimum production rate of 74,600 CY in one consecutive 30-day period

  • Experience with transportation and placement of dredged material at an offshore ocean disposal site during the months of November through April.



Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), type of equipment the firm is proposing to use on the project, and two (2) example projects performed by the firm in the last ten (10) years (including Points of Contact) for projects showing experience with the proposed equipment at the production rates listed above. Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the bidder’s effort. Firms may use subcontractor experience to demonstrate experience with the requirement, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member’s experience shall be the same as the role for that team member for this project. Bid bond will need to be provided with the bid when the solicitation is issued.





Additional Information: The Government is considering consolidating all described work above into one procurement package. The results of this market research will be taken into consideration during the Government's decision to consolidate this work. Please provide responses to the sources sought and also describe how consolidating this work into one pool of qualified contractors will affect the offeror's ability to do the work, either positively or negatively. Interested firms should submit a response to this notice to include a discussion of the potential consolidation.



Responses are limited to twenty pages for each project and due by January 17, 2024. Electronic responses should be addressed to Heather Skorik at heather.m.skorik@usace.army.mil. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The results of this survey will be considered to be in effect for a period of one year from the date of this notice.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 696 VIRGINIA ROAD
  • CONCORD , MA 01742-2751
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 27, 2023 09:52 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >