Maintenance Dredging Salem River New Jersey 2023
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.
***7/11/2023: Solicitation Amendment 0001 / PIEE Amendment 0002 has been posted to PIEE. Acknowledgement of the Solicitation Amendment is required with proposal submission.
***6/27/2023: PIEE Amendment 0001 is a systems amendment to reflect an update to the PIEE Set-Aside field to align with SAM.gov and reflect this procurement is a total small business set-aside. No other changes were made. No acknowledgement is required.
The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm fixed price contract that consist of maintenance dredging under this contract.
Contract work will consist of Maintenance Dredging of the Salem River, NJ federal navigation channel to the authorized depth of 16 ft MLLW plus 1 ft over depth, non-contour dredging, to clear approximately 200,000 cubic yards of predominantly fine-grained sediment from the channel. Beneficial use placement of the dredged channel sediments will be accomplished at designated locations within the US Fish and Wildlife Service’s Supawna Meadows National Wildlife Refuge, Goose Pond area. The contractor is required to have specialized experience since work requires the beneficial use placement of dredged sediments in sensitive marsh environments of a National Wildlife Refuge. Contractor must be able to demonstrate prior experience on dredging projects involving beneficial use placement techniques within environmentally sensitive coastal marshes and wetlands and knowledge of the dynamic conditions that exist for these placements. Final environmental consultations will dictate when dredging and placement may occur but dredging and placements restrictions are anticipated between 1 March and 30 June.
The contract duration for construction is anticipated at approximately 210 calendar days. In accordance with FAR 36.204 and DFARS 236.204, the Magnitude of Construction for this project is between $5,000,000 and $10,000,000. The NAICS Code for this project is 237990 and the small business size standard is $37 million.
The Government intends to award a firm fixed price contract to the responsible offeror whose proposal conforms to the terms of the RFP notice, is determined fair and reasonable, and offers the best overall value to the Government as determined through the Best Value Trade-off process (FAR 15.101-1).
The clauses at FAR 52.236-2, Differing Site Conditions and 52.236-3, Site Investigations and Conditions Affecting the Work are included in the solicitation and contract award. Accordingly, offerors are urged to inspect the site where the work will be performed. Bonding will be required at the time of proposal submission, by Bid Guarantee; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 Liquidated Damages - Construction, and the amount is stated within the solicitation.
Vendors must be registered with the System for Award Management (SAM) database to receive a government contract award. Vendors may register for SAM online at www.sam.gov or by calling 1-836-606-8220. The solicitation is being issued and provided in an electronic format, free of charge, in Procurement Integrated Enterprise Environment (PIEE) Solicitation System.
To familiarize vendors with the system, please go to: https://pieetraining.eb.mil/wbt/xhtml/wbt/sol/index.xhtml.
The vendor PIEE registration guide is available at: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml.
Point of Contact is Zaquette Everett at zaquette.everett@usace.army.mil.