The RFP Database
New business relationships start here

Maintenance Dredging of Honolulu Harbor, Oahu, Hawaii


Hawaii, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

PURPOSE

The purpose of this Request for Information (RFI) is to obtain information for market research to further refine the future requirement and contract efforts for maintenance dredging of the Honolulu Harbor, Oahu, HI. Specifically the (1) dredging method(s) and best management practices (BMP); (2) estimated time to complete dredging work; (3) footprint needed for dredging work area and dewatering area; and (4) dewatering method(s).

SUMMARY

The U.S. Army Corps of Engineers, Honolulu District is requesting information on potential methods and requirements for proposed maintenance dredging work within the federal limits of the Honolulu Harbor.

Accumulation of sediments within Honolulu Harbor has resulted in shoaling. Maintenance dredging is needed to remove an estimated total of 60,000 - 70,000 cubic yards (CY) of sediment, in order to achieve authorized depths within the federal limits and ensure continued safe vessel navigation. Reference the Honolulu Harbor Maintenance Dredging map for areas of sediment accumulation (areas U2, U3A-1, U3A-2, U3A-3, U3A-4, U5, U6, and U7) and the Hydrographic Survey Map, dated February 2019, for existing harbor depths.

The U7 area has an estimated volume of 20,000 CY of materials (84% coarse-grain sand, 16% fine-grain silt/clay) to be removed from within the federal limits of the easterly and westerly edges of the entrance channel to a depth of -45 feet mean lower low water (MLLW). Material will be disposed of offshore at the South Oahu Dredge Material Disposal Site. The area within the channel is physically confined underwater by dredged channel ledges and surrounding reef flat and is impacted by tidal currents and wave energy (variable with time of year). The work area within the channel is further limited by daily vessel callings of varying sizes. BMP measures will be necessary to abate the spread of dredge-generated turbidity plumes to marine resources (e.g. coral) in the surrounding reef flat and channel ledge.

The areas identified as U3A-2, U5 and U6 have an estimated volume of 20,000 CY of materials (67% - 83% fines (silt and clay)) to be removed from within the federal limits of the inner harbor to authorized depths of -40 feet MLLW (U3A-2) and -35 feet MLLW (U5 and U6). Materials in these areas have been determined to be "unsuitable" for ocean disposal and will require upland disposal.

Equipment staging work areas will not be limited to federal project limits and working hours will not be limited to daylight hours.

REQUEST FOR INFORMATION

Please provide the following information and any other information you think might be helpful in the refinement and acquisition of this requirement.

Entrance Channel (U7):

1. Dredging method(s) including during construction BMP measures given the physical conditions of the project area and concern for indirect impacts to adjacent corals;

2. Estimated time including any sequencing or phasing necessary to complete the dredging work; and

3. Dimensional footprint needed for in-water work area (total work area and operational sub-area, as applicable).

Unsuitable Material (U3A-2, U5 and U6):

4. Dimensional footprint needed for dredging work area and dewatering area; and

5. Dewatering method(s).

THIS IS A REQUEST FOR INFORMATION ONLY

This RFI is issued solely for information and planning purposes. It does not constitute a solicitation or a promise to issue a solicitation in the future. This RFI does not commit the government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable government regulations. Proprietary information or trade secrets should be clearly identified. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The U.S. Government will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to this RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued.

RESPONSES

Responses to this RFI should be submitted in PDF or Microsoft Word format via email to Colin Waki at colin.k.waki@usace.army.mil and Kent Tamai at kent.a.tamai@usace.army.mil by 2:00pm (HST), September 18, 2019. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. The U.S. Government will NOT be responsible for any proprietary information clearly marked. Please include the following in response to this RFI:

Company
DUNS or CAGE Code
Mailing Address
Point of Contact (POC), telephone number, email address

Colin Waki, Contract Specialist, Phone 808-835-4393, Email colin.k.waki@usace.army.mil - Kent Tamai, Contracting Officer, Phone 808-835-4377, Fax 808-835-4396, Email kent.a.tamai@usace.army.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP