Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2005 FBO #1153
SOLICITATION NOTICE

Z -- DREDGING FOR THE CONSTRUCITON OF CHALAND HEADLAND RESTORATION PROJECT, GULF OF MEXICO, LOUISIANA

Notice Date
1/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-05-RB-1021
 
Response Due
4/10/2005
 
Archive Date
4/25/2005
 
Description
Z?DREDGING FOR THE CONSTRUCTION OF CHALAND HEADLAND RESTORATION PROJECT, GULF OF MEXICO, LOUISIANA The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) Habitat Conservation Division, intends to procure a contractor for Dredging for the Construction of the Chaland Headland Restoration Project. The Chaland Headland Restoration (BA38-2) CWPPRA Project located in the Gulf of Mexico, Louisiana Coastline and is an environmental restoration project which consists of the dredging and placement of approximately 1,000,000 cubic yards of marsh fill and 1,600,000 cubic yards of beach and dune fill to be borrowed from a designated site in the Gulf of Mexico. Project features also include the construction of about 16,000 feet of containment dikeage, and closure of a tidal breach along this 2.5-mile barrier shoreline. Project specifications require the construction of about 219 acres of marsh platform on the bay side of the island at an elevation of +2.5 feet NAVD. Project specifications also require the construction of about 14,000 linear feet of dune to an elevation of +6 feet NAVD with a crest width of approximately 280 feet and placement of beach fill on the gulf side of the island. The slope of the beach and dune fill template is one (1) foot vertical to forty-five (45) feet horizontal along both the bay and gulf sides of the dune. The government intends to award a firm-fixed price contract to the lowest responsive, responsible bid. Bid bonds in the amount of 20% of the bids will be required. This procurement is unrestricted. Plans and specifications will be issued by web-based and will be available on or about 25 February 2005. Contractors will be responsible to print the required copies of the plans and specifications. A Pre-Bid conference will be held on or about 3 March 2005. Details regarding the pre-bid conference will be available in the specifications. All amendments to this IFB will be posted to the Internet web page at http://www.rdc.noaa.gov/%7ecasc/acquisitions/Conversion/New%20Solicitation%20Annoouncements.htm Bidders will be notified by email message when amendments are posted. If any of the contractor information changes during the advertisement period, contractors are responsible to send the change to jeanie.m.Jennings@noaa.gov. Failure to provide email address changes may cause for delay in receiving notification of the amendments. Contractors are responsible for printing copies of the amendments. The estimated construction cost of this project is over $10 million. Bids are scheduled to be opened on or about 10 April 2005 at 1:00 PM CDST. The NAICS Code is 237990 with a size standard of $17 million. All contractors must be registered with the Central Contractor Registry (CCR) and Online Representations and Certifications Application (ORCA). Information on getting registered may be obtained at http://www.ccr.gov/ and http://www.bpn.gov, respectively. In order to register with the CCR and OCRA to be eligible to receive an award, all bidders must have a Dun and Bradstreet (D&B) number. A D&B number may be acquired free of charge by contacting D&B on-line at https://eupdate.dnb.com/requestoptions.html?cmid=EOE100537 or by phone at (800) 333-0505. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the internet site http://vets100.cudenver.edu. A Small Business Subcontracting Plan will be required of all firms submitting a bid, which are other than small businesses. Specific subcontracting goals must be achieved during the performance of the contract or liquidated damages will be imposed. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified in the specifications for failure to complete project on schedule.
 
Place of Performance
Address: GULF OF MEXICO, LOUISIANA
Country: USA
 
Record
SN00737400-W 20050122/050120211721 (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.