FY24 Atlantic Intracoastal Waterway Maintenance Dredging - Daufuskie 60% Design Request for Information

Agency: DEPT OF DEFENSE
State: South Carolina
Level of Government: Federal
Category:
  • C - Architect and Engineering Services - Construction
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159569502521933
Posted Date: Apr 9, 2024
Due Date: Apr 30, 2024
Source: Members Only
Follow
FY24 Atlantic Intracoastal Waterway Maintenance Dredging - Daufuskie 60% Design Request for Information
Active
Contract Opportunity
Notice ID
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
SAD
Office
W074 ENDIST SAVANNAH
General Information
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 09, 2024 02:53 pm EDT
  • Original Published Date: Apr 09, 2024 02:53 pm EDT
  • Updated Response Date: Apr 30, 2024 11:00 am EDT
  • Original Response Date: Apr 30, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: May 15, 2024
  • Original Inactive Date: May 15, 2024
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Hilton Head Island , SC
    USA
Description

Purpose of Industry Feedback: The intent of the market research is to ensure that the project is constructable within industry standards for the specific areas shown on Contract drawings and specifications.



Project Description:



The FY24 Atlantic Intracoastal Waterway (AIWW) Maintenance Dredging – Daufuskie includes a Base bid dredging area at Ramshorn Cut and an Option for dredging at Walls Cut. Three boring samples were taken and show the material to be dredged is anticipated to be approximately 80% sand, 15% silt and 5% clay (shown in appendix B of the specifications). All dredged material will be placed on the south end of Daufuskie Island and Bloody Point. The placement will serve as a beneficial use site for shoreline restoration. Two placement sites are indicated on the drawings. The shoreline restoration placement area (SR-PA) Base Area requires placement to an elevation of 7 ft MLLW with a -1 ft tolerance. The maximum slope on the berm for the Base area is 10 H:1V. The SR-PA Base Area is located next to an existing aluminum Sea Wall and rock T-Groin. The specifications direct the Contractor to fill the Base Area prior to moving onto Area 1. The SRPA Area 1 has a max elevation of 7 ft MLLW and no maximum berm slopes. The placement in Area 1 is known to be in a heavily influenced tidal channel.



Information submitted may or may not be included in the upcoming solicitation. The following documents are included with this Industry RFI:



60% Design Construction Plans (1 pdf)



60% Design Construction Technical Specifications (1 pdf)



Bathymetric survey of the placement area (4 xyz files)



Please fill out the attached "Request for Information Questionnaire" in its entirety. Please submit your responses no later than 11:00 a.m. Eastern on 30 April 2024 to Amy L. Collins at Amy.L.Collins@usace.army.mil. Please CC Glenda A. Canty at Glenda.A.Canty@usace.army.mil.




Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 100 W OGLETHORPE AVE
  • SAVANNAH , GA 31401-3604
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >