Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

Y -- Maintenance Dredging Fire Island Inlet and Shore Westerly to Jones Inlet, New York, Beach Erosion Control and Navigation Project.

Notice Date
7/11/2007
 
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-07-B-0012
 
Response Due
7/25/2007
 
Archive Date
9/23/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers New York District intends to issue an Invitation For Bid (IFB) for the award of a firm fixed contract for the 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 work consists of furnishing all plant, labor materials and equipment, and performing all work in strict accordance with the specifications and drawings for the dredging of material from the Fire Isla nd Inlet Federal Navigation Channel and deposition basin with placement of dredged material as nourishment along the designated feeder beach (Gilgo) and possibly Robert Moses State Park. A combined total of 705,000 cubic yards of material is expected to b e dredged, with Gilgo Beach receiving 530,000 cubic yards and the remaining 175,000 cubic yards is expected to be placed at Robert Moses State Park. The estimated cost range for this project is $5,000,000.00 to $10,000,000.00. The selected contractor mus t complete the work no later than fifty-two (52) calendar days after receipt of Notice to Proceed. This project is being solicited as an UNRESTRICTED procurement. The applicable NAICS code is 237990 with a size standard of 18.5 million. Plans and specifi cations for solicitation W912DS-07-B-0011 will be available on or about 25 July 2007. Bid opening date is on or about 24 August 2007 at 2:00 P.M. Bid opening will be held at 26 Federal Plaza, New York, New York 10278 in room 1841. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conrorming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 51.71%, Small Disadvantaged Business 8.8 9%, HUBzone Small Business 7.37%, Women-Owned Small Business 3.13%, Veteran-Owned Small Business 3%, Service-Disabled Veteran Owned Small Business 2.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracti ng plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy Small Business advocate or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Hubzone Small Business and Small Disadvantaged and Women-Owned Small Business program concerns to participate in contract performance. The media selected for the issuance of this solicitation 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 copie s of this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge at http://www.fedteds.gov. All vendors who want to access solicitations will be required to register with the Central Contractor Registration (CCR) at www.ccr.gov and Federal Data Technical Solutions (FedTeds) at www.fedteds.gov. The new system is a web-based dissemination tool designed to safeguard acquisition related information for all Federal Agenc ies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be automated email notification of amendments. To keep informed of changes check www.fedbizopps.gov frequently. Contractors are encouraged to use the following tools: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Busines s Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps wi ll 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 using Internet Explorer 6.0 the recommended B rowser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with FedTeds. 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 number and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USA CE, NY. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an o fferor ineligible to download the solicitation and 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. NOTICE! The Federal Acquisition Regulation requires that Past Performance Information (PPI) be collected on DoD contracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effectiv e 1 Apr 2007, the system, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) requires both the contractor and government t o submit their portion of the CPARS report via the internet for service contracts in excess of $1,000,000. More definitive gu idance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the system, the CPARS website has a computer based training module and a practice session for your use at http://cpars.navy.mi l by following the links to Training. POC: Anne Spiegelberg, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1841, New York, New York 10278-0090, telephone 917-790-8083, Fax Number 212-264-3013 or via email anne. spiegelberg@usace.army.mil. The Technical Manager is William Vanterpool, telephone 917-790-8299, via email william.e.vanterpool@usace.army.mil.
 
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
SN01339597-W 20070713/070711224412 (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  © 1994-2020, Loren Data Corp.