Maintenance Dredging, Delaware River, Philadelphia to Sea and Wilmington Harbor, Christina River
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
*****PLEASE MAKE NOTE OF THE FOLLOWING: AMENDMENT #0001 ISSUED 08.18.2023. THIS AMENDMENT DOES NOT EXTEND THE BID OPENING DATE.*****
The U.S. Army Corps of Engineers, Philadelphia District, intends to award a Firm Fixed Price Contract for Maintenance Dredging of the Delaware River, Philadelphia to Sea and Christina River, Wilmington Harbor.
Contract work consists of maintenance dredging of approximately 2.7 million cubic yards of sediment within the Delaware River, Philadelphia to Sea main navigation channel between Stations 0+000 and 215+000 and approximately 475,000 cubic yards within Wilmington Harbor, Christina River. Work includes hydraulic dredging with placement of the dredged material into the Pedricktown and/or Reedy Point disposal areas. All dredging will be performed to the required depths indicated with 1-foot allowable overdepth. All dredging shall be performed as contour dredging. Before and after dredging surveys for measurement will be performed by the government.
The NAICS Code for this project is 237990 and the small business size standard is $37 million. The estimated cost range of the project is between $25,000,000 and $100,000,000.
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 with FAR Part 14 Procedures. The contract period of performance is 120 calendar days after receipt of Award/Notice to Proceed.
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 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 for any amendments.
The solicitation contains 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 contains 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 are applicable to this construction contract. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract.