Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 02, 2002 FBO #0335
SOLICITATION NOTICE

Z -- Maintenance Dredging and Advance Maintenance Dredging, 33-Foot Project, Palm Beach Harbor, Florida

Notice Date
11/1/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACW17-03-B-0002
 
Archive Date
2/14/2003
 
Point of Contact
Willie Mays, 904-232-3535
 
E-Mail Address
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Ann.Mays@saj02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Description of Work and Equipment: The 2003 Palm Beach Garden dredging project, including all optional work, will consist of dredging material from the Entrance Channel, existing Settling Basins, Cut-1, Cut-2, Expanded Settling Basin and the North and Sou th Turning Basins. The Base Bid for maintenance dredging will consist of removing approximately 74,000 cubic yards of material from the Entrance Channel, Settling basin, Extended Settling Basin, Cut-1 and Cut-2. Option Bid Item A is for maintenance dredgi ng an additional 45,000 cubic yards of unanticipated shoaling within the entrance channel area, which may occur between now, and commencement of dredging. Option Bid Item B is for rental of a dredge and labor for dredging scattered shoals that may exist i n the North and South Turning Basins. Option Bid Item C is for the removal of approximately 297,000 cubic yards of advanced maintenance material that has never been dredged. All material dredged from the Base Bid and Option Bid Item B will be disposed in the Palm Beach Harbor beach disposal area located immediately south of the south jetty and extending approximately 3,130 linear feet to the south. All dredged material from Option Bid Items A and C will be placed at the Midtown Beach Disposal area locate d approximately 25,000 feet south of the south jetty. Method of dredging is restricted to hopper or cutter suction dredges. Base Bid and option bid work will also include turbidity monitoring and endangered species/observer monitoring. The contractor is advised that work under this contract will be conducted during the winter season (December through March) and wave conditions of three feet or higher may be expected. The Contractor shall furnish plant and equipment that can accomplish work within the ti me specified under the expected wave conditions. The project work depths and allowable overdepths are as follows: Entrance Channel, Sta. 25+00 to 30+00 a depth of 35 feet and an allowable overdepth of 2 feet, Entrance Channel Settling Basin, a depth of 3 5 feet and an allowable overdepth of 2 feet, Entrance Channel Extended settling Basin, a depth of 35 feet and an allowable overdepth of 2 feet, Entrance Channel, Sta 30+00 to 56+00, a depth of 37 feet and an allowable overdepth of 2 feet, Cut-1 and Cut-2, a depth of 33 feet and allowable overdepth of 2 feet, North Turning Basin, a depth of 24 feet and an allowable overdepth of 1 foot, South Turning Basin, a depth of 33 feet and an allowable overdepth of 2 feet, Expanded Settling Basin, a depth of 35 feet an d allowable overdepth of 2 feet. All dredge material is anticipated to be beach quality. Material placed in the Palm Beach Disposal Area should begin approximately 250 feet south of the existing sand transfer plant outfall location and proceed south. Ma terial placed in the midtown Beach Disposal Area shall use the ship to shore pipeline corridor required to protect hard bottom habitat. Equipment: Construction equipment expected to be used for this project could include, but not be limited to, the follo wing: hydraulic dredge with barge and crane assembly and attendant floating plant or hopper dredge, bulldozer(s), front end loader(s), grader(s), survey boat(s) and other miscellaneous heavy construction equipment. Estimated construction time is 113 Cale ndar days after receipt of Notice to Proceed (NTP) if the base and options A, B, and C are awarded. Base performance period is 50 calendar days (includes 30 days Mob/Demob), Option A is 14 calendar days, Option B is 1(one) calendar day and Option C is 48 calendar days. All work must be completed by the close of the March 31, 2003 environmental window. Magnitude of construction is between $5,000,000 and $10,000,000. The solicitation will be issued on or about 15 November 2002 with bids due on or about 16 December 2002. This solicitation will be posted on our web site. All interested bidders must register electronically. If you are not registered, the governme nt is not responsible for providing you with notifications of any changes to this solicitation. The registration form is located at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp.This is an unrestricted procurement. All responsible sourc es may submit a bid which will be considered. There will be a price evaluation preference for certified Hubzone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. Note: Contracting information for t he Jacksonville District is now available at our web site: https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Cal l 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. NAICS Code is 237990, size standard $17 million.
 
Place of Performance
Address: U.S. Army Engineer District, Jacksonville - Civil Works P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00196798-W 20021102/021101073532 (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.