Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

Y -- Synopsis of the proposed maintenance Dredging and Beach nourishment - maintenance Dredging and Beach Nourishment for the Fire Island Inlet and Shore Westerly to Jones Inlet, New York Beach Erosion Control and Navigation Project.

Notice Date
9/6/2006
 
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-06-B-0022
 
Response Due
3/20/2007
 
Archive Date
5/19/2007
 
Small Business Set-Aside
N/A
 
Description
The New York District Army Corps of Engineers proposes to perform maintenance dredging and beach nourishment for the Fire Island Inlet and Shore Westerly to Jones Inlet, New York Beach Erosion Control and Navigation project. The project consists of p erforming maintenance dredging of the Federal Navigation channel and deposition basin at Fire Island Inlet with subsequent placement of the dredged material as nourishment along the designated feeder beach (Gilgo) and possibly along Robert Moses State Park (RMSP). The project is scheduled to be dredged to a depth of 14 feet plus 2 feet allowable overdepth. The proposed maintenance dredging and beach nourishment would involve a Basic Schedule that requires dredging and placement of 500,000 cubic yards of ma terial at Gilgo Beach. The proposed maintenance would also include the following options: Option 1: Placement of an additional 103,000 cubic yards of dredged material at Gilgo Beach. Option 2: Placement of an additional 114,000 cubic yards of dredged material at Gilgo Beach. Option 3: Placement of 175,000 cubic yards of dredged material at RMSP. There are three (3) options to the contract. The time for contract completion of options 1 and 2 will be determined by allowing a rate of three (3) calendar days for each 500 foot section of beach placement. Performance period for Options 1 and 2 will be n ine (9) calendar days each and Option 3 will be twenty five (25) calendar days, if exercised. It is anticipated that dredging and disposal would take place within the approximately time period of October 2006 to January 2007. Plans/Specs for the subject pr oject would be available on/about Sept 20, 2006. This is an unrestricted Procurement. The selected contractor will be required to commence work within five (5) calendar days after date of receipt of the Notice to Proceed (NTP), to prosecute said work diligently and to complete the entire work ready for use no later 80-calendar days after th e receipt of the NTP. This project is being solicited as an UNRESTRICTED procurement. Selected contractor must be registered with the Small Business Administration in New York, New Jersey, Pennsylvania or Connecticut. The applicable NAICS Code is 237990 with a Small Business Size standard of $18,500,000. The estimated price range for this project is between $1,000,000 and $5,000,000. The media selected for the issuance of solicitations and amendments shall solely be at the discretion 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 solicitation at no charge from http:/ /www2.fbo.gov/spg/USA/COE/DACA51/postdatePrevDays_1.html and http://www.fedteds.gov. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (FedTeDS) (www.fedteds.gov). Prospective contractors must be registered in the Departmen t 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 Intern et. The new system called Federal Technical Data System (FedTeDS) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities (F edBizOpps) (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no automated email notification of amendments. To keep informed of changes, please check FedBizOpp s frequently. Some contractor tools are the following: 1) Register to receive Notification & Register as an Interested Vendor in FedBizOpps. 2) Utilize the Vendor Notification Service in ASFI. A hyperlink posted in FedBizOps will direct vendors to FedTeDS to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed. 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 ), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USACE, NY and send to U.S. Army Corps of Engineers, New York District, ATTN: Contracting Division Room 1843, New York, NY 10278-0900. Solicitation documents for this effort will be available on or about 20 September 2006. The Bid opening date will be on or about 24 October 2006at 2:00 P.M. The Contract Specialist for this procurement is Albert Rumph. He may be reached at albert.c.rump h@usace.army.mil, phone number (917) 790-8078 Fax number (212) 264-3013. The technical manager is William Vanterpool and he can be reached at William.E.Vanterpool@nan02.usace.army.mil or at phone number (917) 790-8535.
 
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
SN01135335-W 20060908/060906230141 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.