Search Contract Opportunities

Wilmington Harbor Anchorage Basin/Mid-River Dredging   6

ID: W912PM23B0010 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOURCES SOUGHT NOTICE FOR

MAINTENANCE DREDGING

WILMINGTON HARBOR ANCHORAGE BASIN AND MID-RIVER CHANNELS (WH AB MID-RIVER)

This is a Sources Sought/Request for Information only. This is NOT a Solicitation Announcement, nor is it a Request for Proposal. This request does not obligate the Government in any contract award.

The U.S. Army Corps of Engineers, Wilmington District, is conducting research to determine the market capabilities of potential contractors to perform maintenance dredging. The area of consideration for this dredging service is Wilmington Harbor Anchorage Basin and Mid-River Channels.

Wilmington Harbor Anchorage Basin

Maintenance Dredging, Wilmington Harbor Anchorage Basin and 42-Ft Project, New Hanover and Brunswick Counties, North Carolina

Estimated Quantity: 1.5 to 2M CY

Environmental Window: 1 August 2023 through 31 January 2024

The work includes maintenance dredging of upper Wilmington Harbor federal navigation channel reaches including the Anchorage Basin and Turning Basin Extension. The work will consist of removal and disposal of shoaled material that has accumulated in the channels and berth areas since the various areas were last dredged. The work will require a mechanical dredge and barges to transport material to the disposal site. Dredging depths are 42' plus 2' of allowable overdepth for the Anchorage Basin. Dredging depths are 39+ plus 1' of allowable overdepth for the Turning Basin Extension. The estimated quantity of material to be dredged is 1.5 to 2 Million Cubic Yards. The Government furnished disposal area is the Ocean Dredged Material Disposal Site (ODMDS). The environmental window for dredging the Wilmington Harbor federal navigation channel reaches is 1 August through 31 January. An ocean certified barge will be required.

The magnitude of construction for this project will be between $10M to $25M

Mid-River Channels

Maintenance Dredging, Cape Fear River, New Hanover and Brunswick Counties, North Carolina

Estimated Quantity: 400K to 800K

Environmental Window: None

The work includes maintenance dredging of middle Wilmington Harbor federal navigation channels from Upper Brunswick to Battery Island. The work will consist of removal and disposal of shoaled material that has accumulated in the channels since the various areas were last dredged. The work will require a mechanical dredge and ocean certified barges to transport material to the disposal site. Dredging depths are 42' plus 2' of allowable overdepth for all reaches except Battery Island, which has a dredging depth of 44' plus 2' of allowable overdepth. The estimated quantity of material to be dredged is 400K to 800K Cubic Yards. The Government furnished disposal area is the Ocean Dredged Material Disposal Site (ODMDS). There is no environmental window for dredging the Wilmington Harbor federal navigation channel reaches using a mechanical dredge. An ocean certified barge will be required.

The magnitude of construction for this project will be between $1M to $5M.

All interested firms with 237990 as an approved NAICs code have until 15 February 2023 at 1600 EST to submit the following information:

Name & Address of your Firm

Point of Contact (Name/Phone/E-mail)

Current SAM

Documentation of use of a hydraulic pipeline dredge

Business Size, to include designation as HUBZone, 8(a), Service-Disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-Owned Business, and Large Business. Any supporting documentation that confirms your socio-economic status should be provided, i.e., letter of certification from VA confirming SDVOSB status. The Government must be able to verify SBA certification of HubZone and 8(a) via SAM.

Bonding capability - both single and aggregate capacity contracts, as evidenced by submission of Surety Company Letter stating bonding capacity.

Evidence of capabilities to perform comparable work (dredging projects). The contractor must provide evidence of comparable work on two (2) recent projects greater than $1,000,000.00 in value (not more than five (5) years old.) Include the project name and description of the key/salient features of the project (completion date, total contract construction value, and your company's level of involvement in the project, i.e., subcontractor (type), prime, GC, etc. and your specific role. Additionally, if you were teaming with another firm, clearly identify your role on the project(s) submitted. Please provide at least one point of contact (with e-mail address and phone number) for project validation. The Government will not give credit to projects if the lack of information hinders the ability to determine relevancy and/or level or experience.

Firm's capability to perform, to include geographic span and project size.

Information on Teaming Arrangement (if applicable). Although we are not looking for formal signed agreements at this time, if you intend to "team" with another firm, formally or informally, you must submit information, not more, than one (1) page, about your team's involvement. More specifically, you must submit sufficient information for the Government to determine the roles each team member will play and what your socio-economic status is or will be considering the proposed arrangement. Therefore, included in your one (1) page if you are a Small Business and you intend to mentor/prot g and/or JV with a large business both team members must sign agreeing that 40% of the labor will be performed by the 8(a) firm. Additionally, if the team is a mentor/prot g arrangement, identify the areas that will be mentored. Any supporting documentation that confirms your socio-economic status as a team should be provided.

The Government may not give credit to your socio-economic class if there is not sufficient documentation to support it or if the Government cannot verify through other means that your business is as such.

The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the size standard is $37M. [NOTE: Dredging - To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.]

Responses to this Sources Sought Announcement will be used by the government to make appropriate acquisition decisions. All interested businesses, regardless of size should submit a narrative demonstrating their Specialized Experience in similar type contracts, Past Performance, Key Personnel. Capability statements should include size/classification of your firm, bonding capacity, bonding availability, details of similar projects, and the completion dates, references and contract amount for the similar projects listed.

SURVEY OF THE DREDGING INDUSTRY

The following confidential survey questionnaire is designed to apprise the Corps of prospective dredging contractors' project execution capabilities. Please provide your response to the following questions. All questions are in regard to the Maintenance Dredging, Wilmington Harbor Anchorage Basin, and Mid-River Channels, North Carolina.

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, as a reference of relevant experience.

2) What percentage of work (volume of material dredged, transported and ultimately placed) can you perform with your own equipment or equipment owned by another contractor?

3) Have you performed dredging within the waters of adjacent to Wilmington Harbor Anchorage Basin and Mid River, North Carolina?

4) Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?

5) Is there a dollar limit on the size of contract that you would bid? If so, what is that limit?

6) What is the largest dredging contract, in dollars, on which you were the prime contractor?

7) What is your bonding capacity per contract? What is your total bonding capacity?

Equipment:

8) What type of dredge equipment do you own and / or operate that is suitable for the work described? Please list each piece of equipment capable of performing each type of work described.

9) Identify which dredge(s), including support equipment (tugs, crew boats etc.), you would employ on this project. Also, for each dredge, identify the maximum digging depth.

Narratives shall be no longer than 30 pages. The requested information shall be submitted electronically to:

U.S. Army Corps of Engineers

Attn: Rosalind M. Shoemaker and Diana D. Curl

E-mail: rosalind.m.shoemaker@usace.army.mil and diana.d.curl@usace.army.mil

The email should be titled: Maintenance Dredging, WH AB MID-RIVER, North Carolina.

THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH.

Do not send hard copies of advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up by this office or the procuring contracting officer. If you have responded to any previous e-mail messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this e-mail and the questions contained therein. Any responses involving teaming agreements should delineate between the work that will be accomplished by the Prime Contractor and work accomplished by the teaming partner

All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responding to this request for information. All information provided becomes property of the Government. There is no guarantee, expressed or implied, that the market research for this acquisition will result in any guarantee of award or acquisition strategy.

Overview

Response Deadline
Feb. 15, 2023, 4:00 p.m. EST Past Due
Posted
Feb. 7, 2023, 10:46 a.m. EST
Set Aside
None
Place of Performance
NC USA
Source
SAM

Current SBA Size Standard
$45 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
61%
Signs of Shaping
The solicitation is open for 8 days, below average for the USACE Wilmington District.
On 2/7/23 USACE Wilmington District issued Sources Sought W912PM23B0010 for Wilmington Harbor Anchorage Basin/Mid-River Dredging due 2/15/23. The opportunity was issued full & open with NAICS 237990 and PSC Z1KF.
Primary Contact
Name
Diana Curl   Profile
Phone
(910) 251-4915

Secondary Contact

Name
Rosalind M. Shoemaker   Profile
Phone
(910) 251-4436

Documents

Posted documents for Sources Sought W912PM23B0010

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought W912PM23B0010

Award Notifications

Agency published notification of awards for Sources Sought W912PM23B0010

Contract Awards

Prime contracts awarded through Sources Sought W912PM23B0010

Incumbent or Similar Awards

Contracts Similar to Sources Sought W912PM23B0010

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W912PM23B0010

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W912PM23B0010

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > SAD > US ARMY ENGINEER DISTRICT WILMINGTO
FPDS Organization Code
2100-W912PM
Source Organization Code
500039400
Last Updated
March 2, 2023
Last Updated By
diana.d.curl@usace.army.mil
Archive Date
Jan. 30, 2024