Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2003 FBO #0616
SOLICITATION NOTICE

Y -- IDIQ RENTAL OF CUTTERHEAD PIPELINE DREDGE W/ATTENDANT PLANT W/OPERATORS FOR THE GULF INTRACOASTAL WATERWAY IN AL, MS, FL, W/POSSIBLE ASSIGNMENTS TO APALICHICOLA, CHATTACHOOCHEE, & FLINT RIVER SYSTEMS AS WELL

Notice Date
8/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Mobile - Civil, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
 
ZIP Code
36628-0001
 
Solicitation Number
DACW01-03-B-0010
 
Response Due
9/16/2003
 
Archive Date
11/15/2003
 
Point of Contact
Judy F. McMichael, 251-441-6510
 
E-Mail Address
Email your questions to US Army Engineer District, Mobile - Civil
(judy.f.mcmichael@sam.usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA THE POC LISTED IN THIS ANNOUNCEMENT IS RESPONSIBLE ONLY FOR SUBMISSION OF THE ANNOUNCEMENT. SPECIFIC QUESTIONS RELATED TO THIS PROJECT MAY BE ANSWERED BY MR. ROGER GERTH AT FAX: (251) 694-3708. REFER QUESTIONS ON DISTRIBUTIONS OF PLANS/SPECIFICATIONS TO THE PLANS ROOM, AT PHONE (251) 690-2535/2536, OR FAX: (251) 694-4343. ) This is a multi-year indefinite delivery, indefinite quantity (IDIQ) maintenance-dredging contract. Individual task orders will be issued. The contract duration will be for one Base year (NTE $6,000,000.00) and four (4), one year options (NTE $6,000,000.00/year). In general, the work consists of furnishing a cutterhead pipeline dredge and/or booster pumps with pump discharge of not less than 20 inch diameter nor more than 24 inc h diameter complete with all necessary materials, supplies, labor and transportation, including fuel, power and water for maintenance dredging operations in the navigable channels, including easements of the Gulf Intracoastal Waterway, from Mississippi, th rough Alabama and to the St. Marks River in Florida and the Gulf County Canal in Port St. Joe, Florida; the Apalachicola River in Florida; the Chattahoochee River in Florida, Georgia, and Alabama; and the Flint River in Georgia. The principal area of wo rk will be in the Florida Panhandle. The dredge may receive assignments in the coastal Federal navigation channels that intersect or are near the Gulf Intracoastal Waterway, such as Carrabelle Harbor, St. George Island Channel, East Pass, U.S. Coast Guard Station Channel, Old Pass Lagoon, Destin, FL, Grand Lagoon, Panama City, Fl., Lagrange Bayou, Freeport, Fl., Bayou Chico and Escambia River, Pensacola, Fl., East Point Channel, East Point, Fl., Two Mile Channel, Apalachicola Fl. All ancillary equipment, m aterial and services not expressly called for in these specifications that may be necessary for complete and good faith execution of the contract work shall be furnished, performed, and installed by the Contractor at no increase in cost to the Government. The Government shall furnish, at its own expense, all GPS reference stations for dredging locations and dredging gauges. The contractor may elect not to use the government furnished reference station. All cost associated with establishing a different ref erence station by the contractor shall be borne by the contractor. The contractor shall furnish all survey notes to the government for verification of position. Note: At East Pass Channel, Destin, Fl., dredging outside the jetties in the Gulf of Mexico w ill be required to be performed only during the month of December. The North American Industry Classification System (NAICS) code for this project is 237990. Solicitation documents should be available on or about 15 Aug 2003. Mr. Leo J. Hickman is the Con tracting Officer for this project. Note 1: Any prospective bidder interested in bidding on this solicitation must register for plans and specifications in order to download a copy of the solicitation and be placed on the plan holder's list. If you are no t registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Bidders, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet in orde r to be able to download the electronic files. The solicitation will be available only as a direct download. This solicitation will not be issued on CD-ROM. IN ORDER TO DOWNLOAD A COPY OF THE SOLICITATION, GO TO VIEW/DOWNLOAD SOLICITATION FILES as indi cated on the Internet at http://www.sam.usace.army.mil/. Registration instructions are available at the CLICK HERE TO REGISTER prompt located right above this synopsis on the Internet at http://www.sam.usace.army.mil/. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firm's p hysical address, telephone, a valid fax number and a point of contact to facilitate faxed amendments. Registration should be completed one week prior to the issue date. All notifications of changes to this solicitation will be made through the Internet onl y. It is therefore the Contractors responsibility to check this home page daily for the solicitation to be posted, and for any posted changes to this solicitation. If you are not registered, the United States government is not responsible for providing you with notifications of any changes to this solicitation. Actual solicitation amendments will be issued either by fax, posting for download to the aforementioned web page, or CD-ROM. Plans and specifications will not be provided in a printed-paper format; however, the Government reserves the right to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.mil/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allowed. Note No. 3: CRITICAL PATH METHOD (NETWORK ANALYSIS SYSTEM) IS NOT REQUIRED. Note No. 4: FOR THIS JOB, A SMALL BUSINESS IS DEFINED AS HAVING AVERAGE ANNUAL RECEIPTS OF LESS THAN $28,500,000 FOR THE PAST THREE YEARS. Note No. 5: THIS SOLICITATION INCLUDES BID OPTIONS WHICH MAY NOT BE AWARDED. Note No. 6: EFFECTIVE IMMEDIATELY: The Mobile District will no longer issue presolicitation notices for Projects in the Continental United States and Puerto Rico. Advertisement of Mobile District projects will be through the FedBizOpps and/or the Mobile District Contracting Homepage. DETA ILED INFORMATION ON THIS AND OTHER MOBILE DISTRICT PROJECTS (Ordering Solicitations, Points of Contact, Synopsis of Work, Plan Holders, Bid Results, etc.) ARE AVAILABLE ON THE INTERNET AT: http://www.sam.usace.army.mil/
 
Place of Performance
Address: US Army Engineer District, Mobile - Civil P. O. Box 2288, 109 Saint Joseph Street (zip 36602) Mobile AL
Zip Code: 36628-0001
Country: US
 
Record
SN00392682-W 20030807/030805213856 (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.