Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
SOLICITATION NOTICE

Y -- Maintenance Dredging with Beach Nourishment for the Jones Inlet New York Federal Navigation Project.

Notice Date
10/26/2007
 
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-08-B-0002
 
Response Due
12/11/2007
 
Archive Date
2/9/2008
 
Point of Contact
Albert Rumph, 9177908078
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(albert.c.rumph@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis of the proposed maintenance dredging with beach nourishment - Maintenance Dredging and Beach Nourishment for the Jones Inlet New York Federal Navigation Project, The New York District Army Corps of Engineers proposes to perform maintenance dredging and beach nourishment for the Jones Inlet, New York Federal Navigation Project. The project consists of performing maintenance dredging of the Federal Navigation channel and deposition basins at Jones Inlet with subsequent placement of the dredged material as nourishment along the designated downdraft beach (Point Lookout) west of the inlet. The project is scheduled to be dredged to a depth of 14 feet plus 2 feet allowabl e over depth. The proposed maintenance dredging and beach nourishment would involve a Basic Schedule that requires dredging of 215,000 cubic yards of material from the channel with placement at Point Lookout Beach. The proposed maintenance would also inclu de the following options: Option Schedule 1: Dredging of the inlet with placement of an additional 365,000 cubic yards of dredged material at Point Lookout Beach. Option Schedule 2: Dredging of the inlet with placement of an additional 125,000 cubic yards of dredged material at Point Lookout Beach. The Contractor will be required to commence work within five (5) calendar days after the date of receipt of the notice to proceed, and to complete the basic work ready for use not later than thirty four (34) cale ndar days after the receipt of the notice to proceed. There are two (2) options to the contract. The time for contract completion of options 1 and 2 will be determined by allowing a rate of one (1) calendar days for each 12,000 cubic yards of material dred ge. It is anticipated that dredging and disposal would take place within the approximate time period of December 2007 to March 2008. However funds are not presently available, in accordance with FAR PART 52.232-18 Availability of Funds The government ob ligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. The Plans/Specs for the subject project will be available on/about November 5, 2007. Liquidated Damages - $1,645.00 per calendar day of delay until all work under the contract are accepted. This is an unrestricted Procurement. The North American Industry Classification System (NAICS) code is 237990, Dredging. The business size standard is $18,500,000. The SIC CODE i s 1629, which is Other Heavy and Civil Engineering Construction. Large business concerns must submit as part of their bid a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52-219-9. Failure to submit an acceptable subcontracting plan may make the Offeror ineligible for award of the contract. The small business subcontracting goals for this procurement are 51.2% of the total subcontracting dollar value. Of that 8.8%should be placed with Small Disadvantaged Businesse s, 7.3% with Women Owned Small Businesses, 3.1% with HUBZone Small Businesses, 3% with Veteran Owned Small Businesses and 2% with Service Disabled Veteran Owned Small Businesses. HUBzone Price Evaluation Preference will be applied IAW 52.219.4 entitled No tice of Price evaluation preference for HUBZone small business concerns. Bid opening will be on or about 5 December 2007, at 2:00PM Eastern Standard Time, in Room 1841 of 26 Federal Plaza, New York, New York 10278. The media selected for issuance of the synopsis/solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this solicitation and amendments if any will not be available or i ssued. 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 Central Contractor Registration (CCR) (www.c cr.gov) and Federal Data Technical Solutions (FedTeds) (www.fedteds.gov). The new system, called Federal Technical Data System Fedteds (http://www.fedteds.gov), is a web-based dissemination tool designed to safeguard acquisition-related information for al l Federal agencies. 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 no automated emai l notification of amendments. To keep informed of changes, check www.fedbizopps.gov frequently. Some contractor tools are the following: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Bu siness Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOpps will direct vendors to FedTeds to download solicitations, Plans, Specifications and amendmen ts. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the recommended Browser. 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 add ress (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. Checks should be sent to U.S. Army Corps of Engineers, 26 Federal Plaza, Room 1843, N ew York, New York 10278. Registration Requirements: 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 offeror 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. Effective 1 Apr 2007, the system, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) requires both the contractor and government to submit their portion of the CPARS report via the internet for service contracts in excess of $1,000,000. More definitive guid ance 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.mil by following the links to Training. The Point of Contact is Albert Rumph, Contract Specialist, U.S. Army Corps of Engineers, New District, 26 Federal Plaza, Room 1843 New York, New York 10278-0090 Phone: 917-790-8078; Fax: 212-264-3013.
 
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
SN01441819-W 20071028/071026223618 (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.