Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

Y -- RECOVERY--Y--Maintenance Dredging Shrewsbury River New Jersey Federal Navigation

Notice Date
6/10/2009
 
Notice Type
Presolicitation
 
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-09-B-0016
 
Response Due
7/28/2009
 
Archive Date
9/26/2009
 
Point of Contact
renee.george, 212-264-0154<br />
 
E-Mail Address
US Army Engineer District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RECOVERY--THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W912DS-09-B-0016. The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) Firm-Fixed Priced (FFP) contract to perform maintenance dredging of portions of the Shrewsbury River Channel, New Jersey, Federal Navigation. This project consist with subsequent placement of the dredged material, as beach nourishment, on an oceanside beach. The proposed maintenance dredging would remove up to 110,000 CY of sediment (approximately 60,000 CY as basic work and the remaining 50,000 CY as options) to a depth of up to 9 feet below MLW with 2 feet allowable overdepth. The North & South Branch of the channel is located in the Monmouth County, NJ. Performance of all work must be in strict accordance with the specifications and drawings. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed, to prosecute said work diligently and to complete the work ready for use not later than fifty (50) to sixty (65) calendar days after the receipt by him of the notice to proceed, depending on the award of options. The contractor is required to maintain a daily production rate of at least 2,000 CY per day. It is anticipated that dredging/disposal would take place within the approximate time period of September 2009 to December 2009. The work is estimated to cost between $1,500,000 and $2,500,000. Liquidated Damages - $1,537 per calendar day of delay until all work under the contract is accepted. This project is being solicited as small business set-aside procurement. Plans/Specs for the subject project would be available on/about 24 June 2009 with bid opening on/about 28 July 2009. Bid opening will be held at 26 Federal Plaza, New York, New York 10278 in room 1841. The North American Industry Classification System NAICS code is 237990, Dredging. The business size standard $20.0 million. The SIC Code is 1629, which is Other Heavy and Civil Engineering Construction. 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 Disadvantaged Business 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, and Veteran-Owned Small Business 3.0%, Service Disabled Veteran Owned Small Business 0.9%. 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 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 copies 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 www.fedbizopps.gov. All vendors who want to access solicitations will be required to register with the Central Contractor Registration (CCR) at www.ccr.gov and www.fedbizopps.gov. Business opportunities can be located on 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 www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors 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 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 FedBizOps. 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 USACE, 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 a bidder 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. ACASS Requirements: CPARS - The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. ACASS is a web-enabled application that supports the completion, distribution, and retrieval of Architect-Engineer (A-E) contract performance evaluations (DD Form 2631). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted by Government Assessment Reporting System (CPARS) website at http://cpars.navy.mil/. To access reference material, training information, and a practice session, click on ACASS underneath Web Applications on the weblink listed above. Point of Contact is Renee George, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8177. Fax: (212) 264-3013 or via email renee.george@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-09-B-0016/listing.html)
 
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
SN01841421-W 20090612/090610235627-f8c2c2dd97e26c87c54453e8ddaefe2b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.