Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2002 FBO #0297
SOLICITATION NOTICE

Y -- MAINTENANCE DREDGING IN THE ARTHUR KILL REACH OF THE NEW YORK AND NEW JERSEY FEDERAL NAVIGATION PROJECT

Notice Date
2/4/2002
 
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-0002
 
Response Due
5/2/2002
 
Point of Contact
Edward Lew, 212-264-0154
 
E-Mail Address
US Army Engineer District, New York - Civil Works
(edward.t.lew@nan02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a amnended re-advertisement of the synopsis for this effort, previously advertised in the Commmerce Business Daily: Posted in CBDNet on December 19, 2001] [Printed Issue Date: December 21, 2001] From the Commerce Business Daily Online via GPO Access The US Army Corps of Engineers, New York intends to use the Two-Step Sealed Bidding method to award a contract for performance of maintenance dredging in the Arthur Kill Reach portion of the New York and New Jersey Channels, Federal Navigation Project, w ith the disposal of the dredged material at a suitable upland placement site (s), that will include, in addition to the line items pertaining to the Base effort, 21 Optional line items shall be identified for this effort in the Step-Two Phase. Step One wil l consist of a Request For Technical Capability of the offeror. All offers will be evaluated in accordance with criteria listed in the solicitation. Those offers found to be Technically Acceptable will be afforded the opportunity of submitting a bid to th e Step Two Phase, Invitation for Bids, which will be issued at a later date. This is an UNRESTRICTED Procurement. The applicable NAICS Code is 234990 with a small business size standard of $27.5million. The Estimated Cost for this project is $5,000,000 to $10,000,000. The proposed maintenance dredging of the Arthur Kill Reach will require the removal and placement of approximately of 150,000 CY of material and possibly up to 200,000 CY of material. All material is to be dredged from the 35 ft. deep (MLW) section of the channel with a 1 ft. vertically applied overdepth. The successful offeror will furnish all plant, labor, materials and equipment, sampling/testing and performing all dredging, transportation, processing, preparation of any specified upland d isposal sites, and placement of the dredged material at an approved/permitted upland disposal site. The duration of the project is approximately 60 calendar days. The media selected for the issuance of solicitations and amendments shall solely be at the di scretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this Solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitatio n, at no charge, at http://nan.usace.army.mil.(Contracting Opportunities) . Project specification files and drawings are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486 based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued to the solicitation. Utilization of the Internet is the preferred method, however, CDs will be available upon written request stating the Solicitation Number, or Project Name, complete company name and street address (we will NOT deliver to P.O. boxes), telephon e and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to FAO, USAED, NY. Solicitation documents for Step One will be available on or about 09 February 2002. Successful offerors from the Step-One Phase of the solicitation shall receive CDs for the Step-Two Phase at no addition charge by the Government. A Small Business Subcontracting Plan is required for all large firms. The subcontracting plan must be in onformance with all aspects of FAR Subpart 19.7. T his includes evaluation of an offeror's past performance with respect to its allotment of work to Small, Small Disadvantaged, Service Disabled Veteran-Owned Small Business, Veteran's Owned Small Business, Hubzone Small Business, Woman Owned Small Business, Small Business HUBZONE , and Women-Owned Small Business Concerns. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from the SBA) that an offeror's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged, Service Disabled Veteran-Owned SmallBusiness, Veteran's Owned, HUBZONE Small Business,and Women-Owned Small Busines s Concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan, the Contracting Officer will evaluate all relevant factors inclusive of the evaluation of the offeror's past performance in awarding su bcontracts for the same or similar products or services to Small, Small Disadvantaged, Service Disabled Veteran-Owned Small Business, Veteran's Owned, HUBZONE Small Business, and Women-Owned Small Business Concerns. The Corps of Engineers is responsible fo r effectively implementing the small business programs within its activities including achieving program goals and to ensure contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, Service Disabled Veteran-Owned Small Business , Veteran's Owned Small Business, HUBZONE Small Business, and Women-Owned Small Business program requirements. In line with the emphasis on this program, the Corps of Engineers, New York District is particularly desirous of increasing subcontracting oppo rtunities for Small, Small Disadvantaged, Service Disabled Veteran-Owned Small Business, Veteran's Owned, HUBZONE Small Business, and Women-Owned Small Business Concerns. An offeror, as a prime contractor, is required to participate in this program by sol iciting subcontractor bids from such firms. This office urges an offeror to take action to locate competent Small, Small Disadvantaged, Service Disabled Small Business, Veteran's Owned , HUBZONE Small Business, and Women-Owned Small Business Concerns for s ubcontracting opportunities in preparing a bid. Submission of an unfavorable plan may result in denial of award. An offeror can facilitate the identification of such firms through the Small Business Administration's (SBA) PRO-Net website address http://p ro-net.sba.gov. PRO-Net is a virtual one-stop procurement shop, which is free of charge. In addition, an offeror can contact the local SBA 8(a) Business Development offices in New York and New Jersey at (212) 264-4313 and (973)645-2530, respectively, for r eferrals to SBA's 8(a) certified Small Disadvantaged Business Concerns. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (04-FEB-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 23-SEP-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Army Single Face to Industry
(http://www.eps.gov/spg/USA/COE/DACA51/DACW51-02-B-0002/listing.html)
 
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
SN00174251-F 20020925/020924072818 (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.