Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
DOCUMENT

Y -- Y--Construction Contract, GREEN BROOK FLOOD DAMAGE REDUCTION PROJECT, SEGMENT R-2 LEVEE, FLOODWALL AND PUMP STATION, BOROUGH OF BOUND BROOK, NEW JERSEY - Amendment 8

Notice Date
7/29/2008
 
Notice Type
Amendment 8
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, 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-0005
 
Response Due
6/16/2008 2:00:00 PM
 
Archive Date
9/30/2008
 
Point of Contact
Elizabeth A Stanley, Phone: 917-790-8172, Shaukat M Syed, Phone: 917-790-8176
 
E-Mail Address
elizabeth.a.stanley@usace.army.mil, shaukat.m.syed@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Army Corps of Engineers New York District intends to issue an Invitation for Bid (IFB) to award a firm fixed price contract for Green Brook Flood Damage Reduction Project, Segment R-2 Levee, Floodwall and Pump Station, Borough of Bound Brook, Somerset County, New Jersey. This procurement is being solicited as UNRESTRICTED, full and open competition to all business concerns. The applicable NAICS CODE is 237990, Flood Control Project Construction. The small business size is $31,000,000.00. The SIC Code is 1629, Heavy Construction, not elsewhere classified. This project consists of approximately 3,836 linear feet of levee with a 2 to 1 side slope with a height that varies from approximately 3 feet above the existing ground surface elevation to approximately 20 feet above the existing ground surface elevation. The project has a floodwall that is approximately 712 linear feet with a height that varies from approximately 10 feet above the existing ground surface elevation to approximately 18 feet above the existing ground surface elevation. A drainage ditch will be constructed along with the levee/flood wall to convey interior drainage water to the pump station. A pump station building, generator building and diesel storage tank will be constructed. The levee/flood wall will contain drainage structures consisting of manholes, sluice gates and elastomeric check valves which vary in size (i.e. 18 inch diameter drainage pipe to 42 inch diameter drainage pipe). The work will be performed in Bound Brook, Somerset County, New Jersey. The estimated construction cost is $15,000,000.00 to $25,000,000.00. 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 70.0%, Small Disadvantaged Business 6.2%, HUBzone Small Business 9.8%, Women-Owned Small Business 7.0%, Veteran-Owned Small Business 3.0%, Service-Disabled Veteran Owned Small Business 0.90%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal can not 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 selected contractor will be required to commence work within 5 calendar days after the date the Contractor receives the Notice to proceed, prosecute the work diligently, and complete the work in the ready for use, not later than 730 calendar days for the work specified in the Base bid, 365 calendar days for the work specified in the Optional Bid item, and 900 calendar days for the entire project, after the date the Contractor receives the notice to proceed. The time stated for completion shall include final cleanup of the premises. Funds are not presently available, in accordance with FAR Part 52.232-18, Availability of Funds. The Government obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. Liquidated Damages - $1,492.00 per calendar day of delay until all work under the contract are accepted. NOTICE! The Federal Acquisition Regulation requires that Past Performance Information (PPI) be collected on Department of Defense (DoD) contracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 April 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 $1,000,000.00. More definitive guidance 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 the Training. Plans/Specs for the subject project would be available on/about 9 May 2008 with bid opening on 06 August 2008, 2 P.M. EST. It is the intention of the Government to award an issue Notice to Proceed (NTP) by the end of August 2008. Proposals are to be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, New York, 10278. The media selected for issuance of Synopsis/Solicitation and amendments shall sole be at the discretion of the Government; accordingly, the media utilized for this project shall be the Internet and CD-ROM. TELEPHONE, EMAIL OR FAX REQUESTS FOR THE SOLICITATION WILL NOT BE ACCEPTED OR HONORED. Paper copies of this solicitation and amendment if any will not be available or issued. Interested parties may download and print the solicitation at no charge at the Federal Business Opportunities website, (FedBizOps), http://www.fbo.gov. All vendors who want access to the solicitation will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and FedBizOps (http://www.fbo.gov). The system called Federal Business Opportunity (www.fbo.gov) has been upgrade as a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunitities can be located on Federal Business Opportunity (www.fbo.gov) or the Army Single Face to Industry (ASFI) Acquisition Business Website (https://acquisition.army.mil/asfi). To keep informed of changes: Check www.fbo.gov frequently. Some contractor tools are as follows: 1. Register to receive Notification and 2. Subscribe to the Mailing List for specific solicitation at Federal Business Opportunitities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to Federal Business Opportunities to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, printed using A5. Internet Explorer 6.0 is 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 Federal Opportunity Website. Utilization of the Internet is the preferred method; hwoever, 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 numbers (including area codes). Make checks 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. Prospective contractors must be registered in the DoD CCR Database prior to award. Lack of registration in the CCR will make an offeror ineligible to download the solicitation for award. Information on CCR registration and Internet at Http://www.ccr.gov. Elizabeth A. Stanley, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, New York, 10278-0090. Phone: 917-790-8172. Fax: 212-264-3013 or via email: Elizabeth.a.stanley@usace.army.mil. Or Shaukat Syed, 917-790-8176 or via email Shaukat.m.syed@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c7c3323bd507f8ce5b5d75807d53d19f&tab=core&_cview=1)
 
Document(s)
Amendment 8
 
File Name: Amendment 0009 (08-B-0005 Amendment 9.pdf)
Link: https://www.fbo.gov//utils/view?id=b4394ba8f9cc6c78dc851c13ea610027
Bytes: 12,620.08 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN01625840-W 20080731/080729225225-310c28997d7a4031897d9da9988ac8b6 (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.