Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 12, 2005 FBO #1143
SOLICITATION NOTICE

Y -- C--US Army Corps of Engineers, New York District intends to issue a Request for Proposal(RFP) to award a firm-fixed price contract for the Design and Construction for the Temporary Repair of Bulkhead at Glen Cove Creek.

Notice Date
1/10/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-05-R-0007
 
Response Due
2/28/2005
 
Archive Date
4/29/2005
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, New York District intends to issue a Request for Proposals (RFP) to award a firm-fixed price contract for the Design and Construction for the Temporary Repair (shoring) of the collapsed/damaged sections of bulkhead and sinkholes at Glen Cove Creek, New York. The project consists of the temporary repair shall be designed with a useful life of 5-7 years. Approximately 150 linear feet of bulkhead, at three separate locations, needs to be repaired, and four sinkholes (approximately 60 linear feet total length) need to be stabilized to prevent further damage to the shoreline and further migration of soil into the waterway. No dredging/excavation is required under the subject temporary repair. The contractor shall furnish, at his own expense, all design, construction, material, stakes, platforms, equipment, range markers, and labor as may be required in carrying out any part of the work. The contractor will be held responsible for the execution of the work as per the method of repair. The performance period for this work (including mobilization and demobilization) is 30 calendar days from receipt of the Notice to Proceed (NTP). The time of repair is currently estimated to be in June and July 2005, but may ch ange at the discretion of the Contracting Officer. Site History - There is the potential of radiological contamination on site from the following source: The Li Tungsten Superfund Site is adjacent to Glen Cove Creek. The Li Tungsten facility processed tu ngsten and other metals from 1942 until 1985. Certain tungsten feed materials contained elevated levels of naturally occurring radioactive materials including isotopes of uranium, thorium, and radium. These radionuclides were concentrated in the processing residues or slag and may be present in the creek sediment. Specific contaminants of concern at the Li Tungsten site are Th-232 and Ra-226. The southeast boundary of Li Tungsten Parcel A, is approximately 1,000 feet long, and contiguous with the Glen Cove Creek. Monitoring Requirement - To ensure the workers job site safety and safety from radiological contamination, the contractor is required to have a qualified Site Safety and Health Officer (SSHO) on site to enforce safety codes for the project. In addition, the contractor is required to develop a contingency plan in the event of a radiation level above the ACTION LEVEL any time during the contract duration. Information with respect to possible site contamination is available for review (for informational purposes only), upon request, from the following reports: a.Radiological Scoping Survey and Sediment Sampling, Glen Cove Creek by Cabrera Services, Inc., dated March 1, 2002. b. Investigation of Glen Cove Creek Dredge Spoils Dosimetry and Risk Assessment Report at the Li Tungsten Superfund Site, Glen Cove, New York for Bullard-Lindsay Contracting Company by Alan Fellman, Ph.D., C.H.P., Radiation Safety Academy, dated September 2003. The procurement method for this award shall be Contracting by Negotiations, in accordance with FAR Part 15.101-2 - Lowest Price Technically Acceptable Source Selection Process. This solicitation is not a competitive open bid and there will not be a formal public bid opening. A price evaluation preference for HUBZone small business concerns in accordance with FAR Clause 52.219-4 shall be applied. Proposals received in response to the RFP will be evaluated for Best Value considering the following evaluation criteria: (i) Method of Repair-Design and construction (ii) Past Relevant Experience of Offeror (iii) Past Performance of Offeror (iv) Performance Schedule (v) Team Resources, Management and Personnel. All factors are of EQUAL IMPORTANCE. Separate and distinct different teams evaluate the price proposals and subcontracting plans. The contracting officer/Source Selection Authority (SSA) will evaluate proposals on a GO/NO GO BASIS. The contractor must get a GO rating in all evaluated factors to be considered for award. This is UNRESTRICTED PROCUREMENT and is open to both large and small business firms. All firms including small business firms are encouraged to JOINT VENTURE if desired. This pro curement will be issued pursuant to FAR Subpart 19.10 -- the Small Business Competitiveness Demonstration program. The North American Industry Classification System (NAICS) code is 236220 with a small business size standard of $28.5million. For purposes of this procurement, a concern is considered a small business if its annual average gross revenue, taken for the last 3 fiscal years, does not exceed $28.5M. The subcontracting goals for the NY District are as follows and will be considered during the awa rd evaluation process for purposes of award: (1) at least 51% of a contractors intended subcontract amount to be placed with Small Businesses (SB); (2) at least 9% of a contractors intended subcontract amount be placed with Small Disadvantaged Business es (SDB); (3) 3% to a HUBzone (4) 7.5% to a women-owned; (5) 1.0% to Service Disabled Veteran-Owned Small Business. This solicitation is not a competitive open bid and there will not be a formal public bid opening. The magnitude of the construction pr oject is between $50,000.00 and $150,000,00. Specifications will be available on or about 28 Jan 05 and proposals due on/about 28 Feb 2005. Plans and Specifications may be examined at 26 Federal Plaza, Room 1831, New York, N.Y. Point of contact is Rene e George for contracting questions or issues, and Soon Lew at 212-264-0199 for technical issues. Upon issuance of the solicitation there may be no verbal contact regarding technical issues or questions. Any questions must be submitted in writing and may be either via fax at 212-264-3013, ATTN: Renee George via e-mail (preferred method). The media selected for the issuance of the solicitations and amendments shall be solely at the discretion of the Government; accordingly, the solicitation will be issued as an Electronic Bid Set (EBS) on the NY District Web page/Internet and CD-ROM. Paper copies of this solicitation and amendments, if any, will not be available or issued. I nterested parties may download and print the solicitation, specification files and drawings at no charge at http://www.nan.usace.army.mil (Contracting). Minimum System Requirements are 486-based personal computer, Microsoft Windows 95 or greater, 64MB application RAM. A registration page is attached to the website and prospective bidders are required to register and to receive notice of any amendments and/or addenda that may be issued to this solicitation. Utilization of the intern et is the preferred method, however, CD's 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), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to USAED, New York. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. To be eligible for award prospe ctive 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://www.ccr.gov.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN00732488-W 20050112/050110212007 (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.