Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2008 FBO #2267
SOLICITATION NOTICE

Y -- Kill Van Kull Channel Navigation Improvement 50 Foot Project Contract 5 SKVK1 New York and New Jersey

Notice Date
2/8/2008
 
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-0004
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Tshura Jones, 9177908081
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(tshura.d.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project consists of deepening of the existing elevation of 43 to 45 feet (MLW) Federal Navigation Channel System to a depth of 52 feet (MLW). The project area is located in Kill Van Kull Channel at New York, New Jersey Harbor between Bayonne and Staten Island. The Project consists of the dredging and placement of non-rock HARS and drilling, blasting, dredging and placement of rock. The scope of work also includes the provisions for sampling testing of subsurface materials if needed. The non- rock materials suitable for the HARS placement will be placed at the designated HARS site and the rock will be placed at a reef site. The estimated price range for this project is between $70,000,000.00 and $120,000,000.00. The selected contractor must c omplete the work no later than 400 calendar days (basic contract only) from 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. The SIC C ode is 1629. Plans and specifications for solicitation W912DS-08-B-0004 will be available on or about 22 Feb 2008. Bid opening date is on or about 26 Mar 2008 at 2:00 P.M. Bid opening will be held at 26 Federal Plaza, New York, New York 10278 in room 18 43. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 70%, Small Di sadvantaged Business 6.2%, HUBZone Small Business 9.8%, Woman-Owned Small Business 7.0%, Veteran-Owned Small Business 3%, Service-Disabled Veteran Owned Small Business .9%. Alaskan Native Corporations and Indian tribes are considered Small Business and Sma ll Disadvantaged Business for subcontracting. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the Dist rict, 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 Busi ness, 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 amendm ents 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 dow nload 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 (FedTed s) at www.fedteds.gov. The new system 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 (www.fedbizopps.gov) or the Ar my 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 Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisiti on.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to FedTeds to download Solicitations, Plans, Specifications and Amendments. Project spe cification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using 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 N etscape 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 d eliver 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 USACE, NY. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. P rospective 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 Governmen t 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 t o submit their portion of the CPARS report via the internet for service contracts in excess of $1,000,000. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the sy stem, 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. POC: Shaukat Syed, Contract Specialist, US Army Corps of Engineers, New York District, 26 Fede ral Plaza, Room 1841, New York, New York 10278-0090, telephone 917-790-8176, Fax Number 212-264-3013 or via email shaukat.m.syed@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
SN01504473-W 20080210/080208230217 (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.