Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SOLICITATION NOTICE

Y -- Duluth Maintenance Dredging

Notice Date
4/1/2025 7:46:07 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
 
ZIP Code
48226-5000
 
Solicitation Number
W911XK-25-B-A013
 
Response Due
4/1/2025 11:00:00 AM
 
Archive Date
04/16/2025
 
Point of Contact
Frederick Coffey, Michelle Barr
 
E-Mail Address
frederick.coffey@usace.army.mil, Michelle.Barr@usace.army.mil
(frederick.coffey@usace.army.mil, Michelle.Barr@usace.army.mil)
 
Description
THIS IS A PRE-SOLCITATION NOTICE. THIS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. The US Army Corps of Engineers (USACE) Detroit District is seeking contractors with the capability to provide construction services for Duluth Maintenance Dredging NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS are available for this Notice. The Government intends to solicit this opportunity as an Invitation for Bid (IFB). The IFB is intended to be issued as Full and Open Competition, and the Government intends to award to the lowest priced bid that is determined to be responsible. General Information: The Government intends to issue a Firm-Fixed Price (FFP) Construction Contract. Anticipated Solicitation Posting Date: April/May 2025 Anticipated Bid Due Date: May/June 2025 The estimated date for completion of work is mid November 2025 The estimated magnitude of construction is between $5,000,000 and $10,000,000 The North American Industrial Classification System (NAICS) code is Other Heavy and Civil Engineering Construction. Product Service Code is Y1KF � Construction of Dredging Facilities. This project involves maintenance dredging in the Duluth-Superior Federal navigation channel located along the border of Wisconsin and Minnesota. The Contractor will be required to mobilize a dredge to the Duluth-Superior channel and perform mechanical dredging within the channel. Dredging will be required within the following areas: � Dredge Area 1: The mouth of the Duluth Entry � Dredge Area 3: The Duluth Harbor Basin Northern Section near Rices Point � Dredge Area 4: The Duluth Harbor Basin Southern Section near Rices Point � Dredge Area 5: The northern reach of the Duluth Anchorage Area The Dredging may also include options to perform additional dredging within the areas: � Dredge Area 6: The East Gate Basin near Hearding Island � Dredge Area 8: The southern reach of the East Gate Basin near Connors Point � Dredge Area 11: The Superior Front Channel near Barkers Island � Dredge Area 23: The South Channel Eastern Section near the C. Reiss Coal Dock � Dredge Area 26: The South Channel Western Section near Hallet Dock No. 8 Dredged material from Dredge Areas 1, 3, & 6 will be placed along Wisconsin Point adjacent to a closed former landfill between the Ordinary High Water Mark (OHWM) and the most landward 12 foot (ft) depth contour. The Contractor must have the equipment and ability to perform in-water mechanical dredging to the required depths, to transport and place material at the required placement area. Placement at Wisconsin Point will require the implementation of various Best Management Practices (BMPs) to ensure turbidity is kept within state-approved limits at the placement site. BMPs will also be implemented to limit debris being placed along Wisconsin Point. Placement at Wisconsin Point is unrestricted for hydraulic or mechanical placement. An allowable transfer box location will be provided to allow for hydraulic placement operations and will be located adjacent to the southernmost limits of the Federal navigation channel (near Allouez Bay). An allowable pipeline path (for hydraulic placement) and staging area will be provided near a closed former landfill on Wisconsin Point, adjacent to the placement site. If the pipeline access route is utilized, the Contractor will be responsible for ensuring Wisconsin Point Road and Allouez Bay (pedestrian, vehicular and watercraft traffic) remains accessible to the public through the life of the project. A couple land-based staging area will be provided to accommodate the potential use of booster pumps, if the contractor elects to hydraulically place material at Wisconsin Point. Dredged material from Dredge Areas 4, 8, 11, 23, & 26 will be placed within the Erie Pier CDF. Placement will be restricted to mechanical means and the contractor will be required to wash the material being placed in the CDF with water from the existing settling ponds in order to separate and stockpile sand from the rest of the dredged material. The solicitation package materials, documents, drawings, specifications, and attachments to the anticipated solicitation will be available only electronically via SAM.gov and/or the PIEE solicitation module during the time of solicitation only. In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) prior to submission of bid. Contractors can access SAM for free at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ed1ed5f376c4f6391c63b2c7592edfb/view)
 
Place of Performance
Address: MN, USA
Country: USA
 
Record
SN07393282-F 20250403/250401230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.