Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2009 FBO #2781
SOLICITATION NOTICE

Y -- RECOVERY--Y--UPPER NEWPORT BAY ECOSYSTEM RESTORATION PHASE 2, ORANGE COUNTY, CALIFORNIA

Notice Date
7/6/2009
 
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 Corps Of Engineers, Los Angeles, US Army Corps Of Engineers, Los Angeles, P.O. Box 532711, Los Angeles, CA 90053-2325
 
ZIP Code
90053-2325
 
Solicitation Number
W912PL-09-B-0008
 
Response Due
8/21/2009
 
Archive Date
10/20/2009
 
Point of Contact
Maricela Zamora, 213-452-3250<br />
 
E-Mail Address
US Army Corps Of Engineers, Los Angeles
(maricella.a.zamora@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--Classification Code: Y-Construction of Structures and Facilities FSC: Y-219, Other Conservation & Development Facilities NAICS Code: 237-Heavy and Civil Engineering Construction/237990-Other Heavy and Civil Engineering Construction RECOVERYThe project is to complete the construction of two sediment control basins and various restoration features in the Upper Newport Bay Ecosystem. The project is within a ecologically sensitive area and construction will have environmental restrictions involving monitoring construction activities and working around and within sensitive habitats. The project consists of completing the construction of underwater Sediment Basin I/III down to elevation -5.26 meters MLLW, dispose at LA3; underwater stone riprap placement for scour protection at San Diego Creek down to elevation -5.26 meters MLLW; clearing and grubbing Skimmer Island; excavation of the top of Skimmer Island down to mudflat elevation at +1.3 meters MLLW, dispose nearshore; cleanup of shoaled materials in Sediment Basin II down to elevation -5.26 meters MLLW, dispose at LA3; construction of a shallow channel around New Least Tern Island disposing materials at LA3, to include transplantation of cordgrass; construction of small rock ramp in the tidal zone using geotextile filter and abc for Hotdog Island maintenance access; grading of ramp for New Least Tern Island maintenance access. The estimated cost of this project is $10,000,000 - $25,000,000.00. NOTE: This project was authorized for construction under the American Recovery and Reinvestment Act (ARRA of 2009. NOTE: This procurement is issued under full and open competition without exclusion of sources. When applicable, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns will be applied to this action. ALL OFFERORS/BIDDERS ARE ADVISED THAT THIS PROJECT MAY BE DELAYED, CANCELED OR REVISED AT ANY TIME DURING THE SOLICITATION, SELECTION, EVALUATION, NEGOTIATION AND/OR FINAL AWARD PROCESS. ORDERING SOLICITATION: The solicitation will be available on or about 21 July 2009. Plans and specifications will not be provided in hard paper copy. The solicitation and all amendments for this Invitation for Bids will be posted on www.fbo.gov Viewing/downloading documents from fbo.go will require prior registration in Central Contractor Registration (www.ccr.gov). Please note that ALL firms who want to access the solicitation, both prospective primes and subcontractors, must be CCR-registered, have a MPIN, and either a DUNS number or CAGE code. Sub-contracting plans are required for all construction contracts awarded to a large business when the award amount exceeds $1,000,000.00. If the offeror/bidder is a large business, the firm will be required to submit a sub-contracting plan. The plan shall be prepared in accordance with FAR 52.219-9. Failure to submit an acceptable sub-contracting plan may make the bidder ineligible for award of the contact. To be acceptable, the plan must adequately address the six required statutory elements and provide sufficient information to enable the Contracting Officer to answer affirmatively questions A through H of appendix DD, Part 2, AFARS 19.705. The Los Angeles District subcontracting goals are specific percentages of the contractors total planned subcontract amount. The goals are as follows: 70% with small business; 6.2% with small disadvantaged business; 7.0% with woman owned small business;.9% with service disabled veteran owned small business; 3.0% with veteran-owned small business and 9.8% with hub zone small business. All interested contractors are reminded that the successful contractor will be expected to place subcontracts to the maximum practicable extent with small and disadvantaged firms in accordance with the provisions of Public Law 95-507. IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO CHECK WWW.FBO.GOV FREQUENTLY FOR ANY AMENDMENTS OR CHANGES TO THE SOLICITATION. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY LOSS OF INTERNET CONNECTIVITY OR FOR AN OFFERORS INABILITY TO ACCESS THE DOCUMENTS POSTED AT THE REFERENCED WEBSITE. NO CDs OR HARD COPIES WILL BE MADE AVAILABLE. If you would like to list your firm so that others can see you are an interested vendor, you must click the Add Me to Interested Vendors button in the listing for this solicitation on www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA09/W912PL-09-B-0008/listing.html)
 
Place of Performance
Address: US Army Corps Of Engineers, Los Angeles P.O. Box 532711, Los Angeles CA<br />
Zip Code: 90053-2325<br />
 
Record
SN01865682-W 20090708/090706235021-dc23d5ffda46fe0d5b755036a0c4b47a (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.