Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOLICITATION NOTICE

B -- CHEMICAL TESTING SERVICES FOR SUPPORT OF NY HARBOR FEDERAL NAVIGATION CHANNEL DREDGING

Notice Date
5/6/2002
 
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-B-0010
 
Response Due
5/29/2002
 
Archive Date
6/28/2002
 
Point of Contact
Edward Lew, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York - Civil Works
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The US Army Corps of Engineers, New York intends to issue an Invitation for Bid (IFB) to award two commercial Indefinite Delivery Contracts (IDC)s for the sampling and testing of dredged material following procedures described in the 1992 ACENYD/EPA REGION II REGIONAL IMPLEMENRATION MANUAL on Dredged Material Proposed for Ocean Disposal (See Section J), the 1991 Green Book, and subsequent update to these two documents and, where applicable, the most recent (at time of testing) New England 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 contractors supplied ship); sample handling, proces sing and shipping; physical and chemical analyses; QA/AC procedures and necessary corrective actions. Reports containing the sampling logs, all testing results and OA/QC information in a format required by the New York District Corps of Engineers (NYD) wo uld 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, th e 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. A detailed description o f work required for these contracts will be provided in its entirety on the USACE Website upon issuance of the complete solicitation. This is unrestricted. The applicable NAICS Code is 541380 with a small business size standard of $5 millions. Two contr acts will be awarded for one base year and four option years. The breakdown is as follows: i. One contract will be issued on an unrestricted basis to a contractor with an USEPA, Region 2 approved Quality Assurance Project Plan (QAPP) at the time of awar d. The contract will be $1,500,000.00 for the base year and $1,000,000.00 for each of four option years. The minimum task order amount is $30,000.00 for the base year and $10,000.00 for each option year; the maximum task order is $1,500,000.00 for the b ase year and $1,000,000.00 for each option year. The contract total is $5,500,000.00 for all years. ii. One contract will be issued on an unrestricted basis to a contractor without an USEPA, Region 2 approved Quality Assurance Project Plan at the time o f award. The contract will be $250,000.00 for the base year and $1,000,000.00 for each of the four option years. The minimum task order amount is $5,000.00 for the base year and $10,000 for each option year; the maximum task order amount is $250,000.00 f or the base year and $1,000,000.00 for each option year. The contract is $4,250,000.00 for all years. The point of contact is Jacquelline Daly, Contract Specialist at 212-264-9069 and Beth Nask, Technical Management at 212-264-5622. The media selected f or the issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; request stating the solicitation number or project number, or project name, complete company name and street address (we will not deliver to P. O. Boxes Office), telephone and facsimile number (including area codes). The solicitations are available on May 3, 2002. The due date for the bid proposal are on or about May 29, 2002 at 11:00 AM. To obtain the solicitation and drawings, make a check or money order for amount of $10.00 for CD-Rom, payable to ?FAO USAED, NY? and mail it to US Army Corps of Engineers, 26 Federal Plaza, Room 1843, New York 10278-0090, Attn: Jacqueline Daly. Interested parties may download and print the solicitation, at no charge at Website http://nan.usace.army.mil (Contracting Opportunities). DFARS 252.204-7004 Required Central Contractor Registration (CCR) Database prior to a ward. Lack of registration in the CCR data base will make an offeror inelegible 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
SN00072247-W 20020508/020506213348 (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  © 1994-2020, Loren Data Corp.