SOURCES SOUGHT
Y -- Construction Services for Jetty and Wing Wall Repairs in Kennebunk and Kennebunkport, Maine
- Notice Date
- 8/14/2020 12:59:30 PM
- Notice Type
- Sources Sought
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST NEW ENGLAND CONCORD MA 01742-2751 USA
- ZIP Code
- 01742-2751
- Solicitation Number
- W912WJ20X0029
- Response Due
- 9/8/2020 1:00:00 PM
- Archive Date
- 10/08/2020
- Point of Contact
- Guesley Leger, Phone: 9783188269
- E-Mail Address
-
guesley.leger@usace.army.mil
(guesley.leger@usace.army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Army Corps of Engineers, New England District is issuing a Sources Sought Announcement for repairs to jetties and wing walls located at the Kennebunk River Federal Navigation Project (FNP) in Kennebunk and Kennebunkport, ME.� This announcement is to determine the interest, availability and capability of HUBZone, Service-Disabled Veteran-Owned, Woman-Owned and Small Business concerns as described below.� The NAICS code for this procurement is 237990 with a size standard of $39.5M.� The project is planned to be issued around March 2021.� The construction will occur between summer 2021 and spring 2022 and is expected to take approximately seven months to complete.� The estimated construction cost is between $1,000,000.00 and $5,000,000. The Kennebunk River FNP includes a 600-foot long stone jetty on the eastern side of the inlet with a 240-foot long stone wing wall connecting the jetty with the eastern shore in Kennebunkport adjacent to Colony Beach, and a 290-foot long stone jetty on the western side of the channel with a 270-foot long stone wing wall connecting the jetty with the western shore in Kennebunk adjacent to Gooch�s Beach.� The proposed work consists of repairing the east and west jetties and wing walls of the Kennebunk River FNP, which were damaged during recent storms.� For the east and west jetties, the work includes dismantling, removing, stockpiling, reworking and reinstalling existing armor stone as well as acquiring and installing approximately 3,400 tons of new 7-11 ton armor stone in the� jetty repair areas.� The seaward noses of each jetty will be rebuilt with both new armor stone and existing/d displaced stone located along the structures to repair damaged sections along the jetties including restoration of top elevation, width and slopes.� Additional stone will also be placed along the eastern face of the east jetty where it meets the beach to protect a 50-foot long area where the retreating beach has exposed the older inner core stone.� Repairs will require substantial moving and rehandling of existing stones to obtain the required interlocking placement and construction tolerances.� At the east and west stone wing walls, the fitted stone structures will be dismantled and existing stones stockpiled, reset, and grouting and pinning applied where needed.� Adjacent to the east wing wall, the parking lot side of the wall will then be backfilled, compacted and leveled.� A total of 3,400 Tons of new armor stone will be placed for the project and about 400 Tons to be reset and/or reused. The work in these areas will require significant coordination around the tide cycles.� The tide range between Mean High Water (MHHW) and mean low water (MLW) is about 9.6 feet Given the nature and characteristics of the east and west jetty structures, it is anticipated that all repair and improvement construction activities will have to be performed from marine based plant. For the east and west wing walls, it is anticipated that construction will be performed by land.� Environmental coordination and permitting is being completed by the U.S. Army of Engineers, New England District. Interested firms should submit a capabilities package to include the following: business classification (i.e. HUBZone, etc.), type of equipment the firm is proposing to use on the project, as well as demonstrating qualification and experience with at least two (2) projects performed by the firm in the last six (6) years (including Points of Contact for those projects) involving construction/repair of similar massive stone structures, such as seawalls, rubble mound breakwaters, and jetties, from marine plant, and working with the tides for land based work. Responses should include experience of Foreman and Crane Operators working on massive stone structures from marine plant.� Please indicate the team subcontractor(s) (if any), including their prior experience and qualifications meeting the same qualifications listed above, which will be used to support the offeror's effort. �Firms may use subcontractor experience to demonstrate experience with the requirements, but the role and work performed by each team member (prime and subcontractors) on projects demonstrating that team member's experience shall be the same as the role for that team member for this project.� Proof of bonding is required to be submitted.� �� Responses are limited to twenty pages and due electronically, by September 8, 2020, to Guesley.Leger@usace.army.mil.� The Government will not pay for any material provided in response to this market survey nor return the data provided.� This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation.� The results of this survey will be considered to be in effect for a period of one year from the date of this notice.� Government Agency URL: www.nae.usace.army.mil Government Agency URL Description: New England District, Corps of Engineers
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/92d9eb3165344202a84dabb226f21677/view)
- Place of Performance
- Address: Kennebunk, ME, USA
- Country: USA
- Country: USA
- Record
- SN05759789-F 20200816/200814230201 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |