Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2002 FBO #0104
SOLICITATION NOTICE

B -- Indefinite Delivery Contracts (Biology) for Dredging Activity Support, New York District

Notice Date
3/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, New York - Civil Works, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
DACW51-02-T-0015
 
Response Due
4/29/2002
 
Archive Date
5/29/2002
 
Point of Contact
Ina Ohrwashel, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Civil Works
(Ina.J.Ohrwashel@nan02.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The U. S. Army Corps of Engineers, New York intents to issue an Invitation for Bid (IFB) to award two commercial Indefinite Delivery Contracts (IDC)s for the effort consisting of sampling and testing of dredged material following procedures described in th e 1992 ACENYD/EPA REGION II REGIONAL IMPLEMENTATION MANUAL on Dredged Material Proposed for Ocean Disposal (See Section J), the 1991 GREEN BOOK, and subsequent updates to these two documents and, where applicable, the most recent (at time of testing) New E ngland Division Corps of Engineers (NED) publication entitled Guidance on the Collection of Sediment Samples for Dredged Material Testing. Work orders would include all or some of the following: sediment and water collection (on contractor‑ supplied ship); sample handling, processing and shipping; physical and biological analyses; QA/QC procedures and necessary corrective actions. Reports containing the sampling logs, all testing results and QA/QC information in a format required by the New York Distr ict Corps of Engineers (NYD) would have to be provided by the contractor for each work order. A Work/QA Plan prepared by the contractor and approved by NYD would be required prior to any sampling or testing. All sampling would be performed within the Port of New York & New Jersey, the length of the Hudson River, in the Atlantic Ocean at the Mud Dump Reference Site, and in Long Island Sound at the Western and/or Central Reference Sites. The duration of the contracts shall be one year plus four optional years . Detailed information for this effort is provided in its entirety on the USACE Website http://nan.usace.army.mil/ upon issuance of the complete solicitation. This is a 100% set-aside for small business. The applicable NAICS Code is 541380 with a small bus iness size standard of $5 million.One Small Business Set-Aside to a contractor with an USEPA, Region 2 approved Quality Assurance Project Plan (QAPP) at the time of award. The contract will be $750,000 for the base year and $600,000 for each of the four o ption years. One Small Business Set-Aside to a contractor without an USEPA, Region 2 approved Quality Assurance Project Plan at the time of award. The contract will be $100,000 for the base year and $600,000 for each of the four option years. The media selected for the issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet .Utilization of the Internet is the preferred method, Interes ted parties may download and print the solicitation, at no charge at http://nan.usace.army.mil (contracting opportunities). Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using Adobe Acro bat Reader. Minimum system requirements are 486 Based personal computers, Microsoft Windows 3.1 or greater, 8MB application RAM. A registration page is attached to the website and prospective bidders and subcontractors are required to register and to recei ve notice of any amendments and /or addenda that may be issued to this solicitation. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firm's physical address, telephone, a valid fax nu mber and a point of contact Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR Database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://ccr2000.com.
 
Place of Performance
Address: US Army Engineer District, New York - Civil Works CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00042760-W 20020316/020314213422 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.