Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
DOCUMENT

Y -- Long Branch Beach Renourishment Project - Amendment 3

Notice Date
8/22/2008
 
Notice Type
Amendment 3
 
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-0012
 
Response Due
8/11/2008
 
Archive Date
10/10/2008
 
Point of Contact
Ivan V. Damaso, Phone: 9177908708
 
E-Mail Address
ivan.v.damaso@usace.army.mil
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) to award a contract for the Long Branch Beach renourishment project. This project will include the dredging of sand from the designated Sea Bright Borrow Area, located off Sandy Hook, NJ. The Sea Bright Borrow Area is located approximately five miles off shore at a mean water depth of 75 feet. The material (beach fill) will be placed north of Lake Takanassee. There will be 500,000 CY to 1,000,000 CY taken from the Sea Bright Borrow Area for Long Branch Beach renourishment project. The Contractor will be required to prepare and submit a site-specific unexplored ordnance (UXO) operational work plan to the government for approval prior to dredging operations. The Contractors proposed methodology of performing a magnetometer search and ordnance removal will be required as part of the work plan. The Contractor will also be required to conduct Sea Turtle and Whale monitoring during the period of June 15th through November 15th. The Contractor cannot place beach fill material during the period of March 15th through September 15th due to Piper Plovers nesting on the beach. There are additional restrictions to beach fill placement during the period of May 1st to November 1st. These restrictions are to avoid disturbance to bird nesting from Sea Beach Amaranth and Terns. This procurement is being solicited as UNRESTRICTED, full and open competition to all business concerns. The applicable NAICS CODE is 237990. The small business size is $18,500,000. The SIC Code is 1629, Heavy Construction, not elsewhere classified. The estimated construction cost is $5,000,000 to $10,000,000. 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 6.5%, HUBzone Small Business 9.8%, Women-Owned Small Business 7.5%, Veteran-Owned Small Business 4.0%, Service-Disabled Veteran Owned Small Business 2.0%. 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, the 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, Small Disadvantaged Business, 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 no later than 730 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. 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 the Government to submit their portion of the CPARS report via the internet for Construction contracts in excess of $100,000.00. 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 https://www.nwp.usace.army.mil/ct/I/home.asp by following the links to the Training. Plans/Specs for the subject project would be available on/about 11 July 2008 with bid opening on/about 26 August 2008. Bids are to be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. The media selected for issuance of 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. 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 from the Federal Business Opportunities (FedBizOpps) website, 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 FedBizOpps (http://www.fbo.gov). The system called Federal Business Opportunity (www.fbo.gov) has been upgraded as a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities 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 Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). A hyperlink posted in FedBizOpps 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 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 the Federal Opportunities website. 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 numbers (including area codes). Make checks or money orders 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. Ivan V. Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8708. Fax: 212-264-3013. E-mail: ivan.v.damaso@usace.army.mil. Or, Shaukat Syed, 917-790-8176, or via e-mail to: shaukat.m.syed@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c122283e19b71e1733bc7a8e70601b5d&tab=core&_cview=1)
 
Document(s)
Amendment 3
 
File Name: Amendment 0003 W912DS-08-B-0012 (Amendment 0003 08-B-0012.pdf)
Link: https://www.fbo.gov//utils/view?id=ade9f680a835dc370d3d8cf1346b1de5
Bytes: 98.56 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<br />
Zip Code: 10278-0090<br />
 
Record
SN01648705-W 20080824/080822222612-c122283e19b71e1733bc7a8e70601b5d (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.