Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

Y -- RECOVERY--Y--Hudson River Maintenance Dredging, Albany Turning Basin, New York

Notice Date
4/27/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-B-0007
 
Response Due
6/12/2010
 
Archive Date
8/11/2010
 
Point of Contact
Ivan V. Damaso, 917-790-8708
 
E-Mail Address
USACE District, New York
(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) for the award of a Firm Fixed Price (FFP) Contract to perform maintenance dredging of Hudson River, New York. The work involves maintenance dredging of approximately 54,000 cubic yards of material from the Hudson River Federal Navigation Project Channel at the Albany Turning Basin, with upland placement of the dredged material in the federally owned Houghtaling Island Placement Site. The dredging area is located approximately 15 miles from the placement site. The contractor is required to properly prepare the placement site prior to placing the dredged material in accordance with the contract requirements including the construction of new and/or reinforcement of existing containment dikes in the area designated for placement of the Albany Turning Basin sediments. The designated placement area was previously used for placement of dredged sediments that contained elevated levels of PCBs. Following completion of the Albany Turning Basin dredging, the contractor is required to place a minimum of two (2) feet of clean cover over the entire area designated for use for the Albany Turning Basin sediments even if the entire designated area is not used during the Albany Turning Basin placement operations. The contract includes a designated Mandatory Excavation Area (MEA) that must be used for dike construction/reinforcement and covering contaminated material. The Contractor is required to excavate a minimum of 100,000 cubic yards of material from the designated MEA. If the entire mandatory excavation quantity from the MEA is not used in the site construction and placement of a clean cover, the remaining material to be excavated is required to be deposited at designated stockpile locations within the Houghtaling Island Placement Site. The contractor will also be responsible for performing all sampling, testing, and monitoring activities to insure compliance with contract requirements. It is anticipated that dredging and disposal would take place within the approximate time period of June 2010 to December 2010; with final stabilization and clean-up of the Houghtaling Island placement site completed by May 2011. The work, including any option/s, is estimated to cost between $1,000,000 and $5,000,000. Funding is provided under the American Recovery and Reinvestment Act (ARRA). Plans and Specifications for the subject project would be available on or about 12 May 2010, with Bid Opening on or about 12 June 2010. Bid opening will be held at 26 Federal Plaza, New York, New York 10278 in Room 1841. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by the firm of the Notice to Proceed, to prosecute said work diligently, and to complete the work no later than three hundred sixty-five (365) calendar days after the receipt by the firm of the Notice to Proceed, depending on the award of options. The performance period for the option will be thirty (30) calendar days, if exercised. This project is being solicited as an Unrestricted procurement. The North American Industry Classification System (NAICS) code is 237990, Dredging. The business size standard is $20,000,000. The SIC Code is 1629, which is Other Heavy and Civil Engineering Construction. 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. Paper copies of this solicitation and amendment, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and Federal Business Opportunities (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website at www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business Opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition, Technology & Logistics) (OUSD{AT&L}). A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 require the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $550,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Ivan V. Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, New York 10278-0090 Telephone: 917-790-8708 Fax: (212) 264-3013 Email: ivan.v.damaso@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-B-0007/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02133867-W 20100429/100427235542-47e4943675f29b34ef1000a87ba38f48 (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.