United States - Savannah Harbor Expansion Inner Harbor Dredging Reaches A & B Stations 70+000 to 103+000
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 11 June 2019
- Opportunity publication date
- 26 April 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: Apr 25, 2019 5:07 pm
Synopsis
Savannah Harbor Expansion
Inner Harbor Dredging Reaches A & B
Stations 70+000 to 103+000
NAICS: 237990
Size Standard: $27.5M
This synopsis is for Savannah Harbor Expansion Inner Harbor Dredging Reaches A & B Stations 70+000 to 103+000. This acquisition is being offered as an unrestricted full and open competitive solicitation and will result in a Firm Fixed Price Contract Award. The construction magnitude for this project is between $100,000,000.00 and $250,000,000.00.
Project Location: Savannah Harbor is located at Savannah, Chatham County on the northern coast of Georgia and the southern coast of South Carolina Jasper County. The Savannah River North Toe, down river of the confluence of the Sediment Basin is the boundary line separating Georgia from South Carolina. The existing Savannah Harbor inner harbor channel extends from Station 0+000 at the landward end of the navigation jetties inland to Station 112+500 in Port Wentworth, Georgia. The deepening project does not extend the entire length of the channel. The deepening for this project begins at Station 70+000 and ends at Station 103+000.
Background: This project is part of the Savannah Harbor Expansion Project (SHEP). This solicitation is an Invitation For Bid (IFB). The U.S. Army Corps of Engineers, Savannah District will award a contract on the basis of this notice.
The existing navigation channel has an authorized depth of -42 feet, epoch 1983-2001 Mean Lower Low Water (MLLW) for the entire length of the inner harbor channel. The deepening of the channel will include dredging an additional -5.0 feet of unclassified material below the existing project depth, advance maintenance of the channel (ranging from 0.0 feet to -6.0 feet in the federal channel and -8.0 feet in the Kings Island Turning Basin) and an allowable pay overdepth of -2.0 feet.
Project Description: The project includes removal of all material, including any material within the existing maintenance prism, to required project depths and overdepths. Dredging of maintenance and unclassified material between Stations 70+000 to 103+000 and Kings Island Turning Basin, debris removal, and diving shall be included in the contract. All dredged material will be disposed of in existing confined upland disposal areas. Hopper dredging is not allowed for this work. Work will not be allowed above Station 63+360 in the harbor from approximately April 1 to May 15 to avoid impacts to striped bass fishery resources.
The material to be removed includes new work materials and overlying maintenance materials. O&M material quantities are subject to change with O&M cycles, but approximately 1,200,000 cubic yards of maintenance material will be removed along with new work material. Materials may vary substantially both vertically and horizontally. Two feet of paid overdepth will be allowed. The contractor shall not disturb -3.0 feet beyond the maximum pay depth.
Disposal of all materials from the inner harbor will be in the existing confined upland Dredge Material Containment Areas (DMCA) designated as 13A (and 12A, if available after dike raising). The maximum pumping distance to these areas is approximately 43,000 feet. The contractor will be responsible for proper operation and maintenance of the disposal areas during dredging operations. Approximately 4,000,000 cubic yards of unclassified material with be placed along with the maintenance material.
Special Consideration: Kings Island Turning Basin
The Kings Island Turning Basin dimensions will be widened to accommodate a 1600 ft diameter turning basin. The length of the turning basin (parallel to the river) will not be extended. A 1.5H:1V cut slope will extend from the new edge of turning basin up to an elevation of -41 feet MLLW. From there, a 3H:1V cut slope will extend to the high tide line along the river's edge. Because excavations to widen the basin will bring the river bank approximately 100 feet closer to the toe of the existing dredge material containment dike (DMCA 2A), a hardened river bank revetment consisting of rip rap and armor stone will be constructed along the new shoreline of the turning basin. The upstream and downstream sides of the turning basin will remain essentially unchanged. An area just upstream from the turning basin will also be widened and protected with a rip rap and armor stone revetment.
International Paper Pipeline
International Paper has provided detailed information regarding the location of the pipelines and they are not expected to be impacted by the dredging template to include the overdepth. However, the plans and specifications stipulate that there will be no anchors or spuds allowed within this reach.
Additional Detail:
During previous dredging operations in this area, unexploded ordinance (UXO) has been encountered. In the event that UXO are encountered, follow the procedure as outlined within the plans and specifications.
The contractor will not be entitled to equitable adjustment or reimbursement for work stoppage of 24 hours or less from the time the Contracting Officer directs the contractor to stop for the reasons listed within the plans and specifications.
The estimated construction duration for inner harbor dredging Reaches A & B is 630 days.
Evaluation Criteria: The contract will be solicited and procured using FAR 14 Sealed Bidding Procedures.
Note: This solicitation will be issued in electronic format only and is anticipated to be available on or about May 10, 2019. Please note that the bid opening date will be specified in the solicitation when issued. No additional media (CD-ROM, floppy disks, faxes, etc.) will be provided. Any prospective Offeror must register in the System for Award Management (SAM) at https://www.sam.gov. After completing SAM registration, interested Contractors and their subcontractors must then register at https://www.fbo.gov in order to obtain solicitation documents, plans and specifications for this solicitation. Contractors that have an existing account should be able to use their existing logins to search for the solicitation number once it is released at https://www.fbo.gov. It is the Offeror's responsibility to check the Internet address provided as necessary for any amendments that may be posted to this solicitation. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. Contractual Questions should be forwarded to Contract Specialist, Lennie Mattis at lennie.k.mattis@usace.army.mil or to the attention of Contracting Officer, Bruce Helms at bruce.a.helms@usace.army.mil. The contracting office address is 100 West Oglethorpe Avenue, Savannah Georgia, 31401.
- Opportunity closing date
- 11 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army USACE District, Savannah United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.