Similar Projects
Reported | 07/09/2022 12:00 AM |
Project Title | Dustpan Hydraulic Pipeline Dredge for New Orleans District Us Army Corps of Engineers |
Physical Address | View project details and contacts |
City, State (County) | New Orleans, LA (Jefferson County) |
Category(s) | Professional Services |
Sub-Category(s) | Engineering |
Contracting Method | Competitive Bids. |
Project Status | Accepting Qualifications, Construction Start Expected January 2023 |
Bids Due | View project details and contacts |
Estimated Value | $25,000,000 to $100,000,000 |
Plans Available from | Federal Agency |
Owner | View project details and contacts |
Architect | View project details and contacts |
Description | The work will consist of furnishing and delivering, one fully operational dredge and attendant plant for the removal and satisfactory disposal of shoal material on the Mississippi River. The primary dredging region will be any point on the Mississippi River between Mile 320 AHP and Mile 103 AHP (New Orleans, LA). The secondary dredging regions will be any point on the Mississippi River between Mile 953.8 AHP (Cairo, IL) and Mile 320 as well as other waterways within the New Orleans District. Segments of the Mississippi River contain shallow areas, called "crossings", that require annual maintenance dredging to remove shoaled sediment from the river bottom for vessels to safely navigate the river. This requirement has an anticipated start date of 1 February 2023. The dredge shall have at least a 38 inch inside diameter discharge size, which will be considered to be the minimum inside diameter of either the pump discharge or discharge pipeline, whichever is the lesser. The dredge shall have a minimum of a 35-foot-wide flared dredging head ("dustpan") along which is fitted with high velocity water jets. The dredge shall have a minimum of 2850 pump brake horsepower applied to the pump impeller, capable of continuous operation, and have a manufacture's horsepower rating for continuous operation. The dredge shall be adequately powered and geared and properly equipped for the pump size and horsepower used. The dredge shall have a minimum of 1,000 linear feet of floating discharge available to use. The dredge shall be capable of advancing into the dredge cut by use of two anchored hauling wires. Each hauling wire shall be a minimum of 4000 feet in order to achieve a minimum of 3000-foot length dredge cut. The dredge shall operate by making a series of parallel cuts through the shoal areas until the required widths and depths are achieved. The dredge's draft shall not exceed 9 feet. The dredge shall be capable in working in as little as 10 feet of water depth and in currents up to 15 feet per second. The dredge shall be required to perform dredging within the general range of 12 feet to 75 feet in depth. The dredge shall be required to maintain a minimum production rate of 3200 cubic yards per pumping hour, as measured with the dredging head at a depth of 35 to 75 feet, cutting a 6-foot face, discharging through 800 feet of floating pontoon pipeline while pumping medium grained sand. The discharge pipeline shall have a baffle plate operator control house positioned near the effluent point of the pipeline, with a baffle plate for controlling pipeline movements. The dredge shall be equipped with minimum of two screws (propeller propulsion systems), which allow the dredge to move out of the way of traffic within 5 minutes and assist the dredge in advancing and aligning during dredging operations. Interested firms should submit a capabilities package that includes the following minimum information:(a) business classification (i.e. LB, SB, WOSB, HUBZone, etc.), (b) proof of bonding capability, (c) the type and specifications for the equipment that would be utilized for this project, (d) a statement confirming that if a Project Labor Agreement (PLA) was required for this procurement that it would not deter your submission of a proposal, and (e) experience in performing work requirements of a similar size and magnitude as stated above. This experience must have been performed within the last five years. Responses are due by 8 July 2022. Responses should be sent via email to Katherine.B.Younts@usace.army.mil. Responses are limited to ten (10) pages. Interested firms shall provide the above documentation in one original form. 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. |
Details | |
Bidder's List | View project details and contacts |
Prospective Bidders | View project details and contacts |
Project Documents |
![]() Engineered Spec Sheet ![]() Architectural Plans ![]() Other Documents |