Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOLICITATION NOTICE

Z -- Maintenance Dredging, Delaware River, Philadelphia to the Sea, Pennsylvania, New Jersey & Delaware

Notice Date
6/10/2010
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-10-B-0007
 
Response Due
7/27/2010
 
Archive Date
9/25/2010
 
Point of Contact
sandra.fletcher, 215-656-6915
 
E-Mail Address
USACE District, Philadelphia
(Sandra.G.Fletcher@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The contract consists of maintenance dredging of the Delaware River, Philadelphia to the Sea. (a) Contract may include a base contract and one (1) option. (b) Base work shall include dredging of Marcus Hook, Deepwater Point Ranges and New Castle of the Delaware River channel from stations 117+000 to 237+000. Dredging shall be required to a depth of 43 feet MLLW plus 1-foot allowable over depth within the contract work limits from Station 117+000 to 129+000. Dredging shall be required to a depth of 45 feet MLLW plus 1-foot allowable over depth within the contract work limits from Stationing 182+000 to 208+000; 225+000 to 226+000 and 234+000 to 237+000. Dredging shall be required to a depth of 47 feet MLLW plus 1-foot allowable over depth within the contract work limits from Station 226+000 to 234+000. Dredging shall be performed to a point extending 25 feet outside the channel edges in the Marcus Hook Range (Station 117+000 to 129+000) where shoaling occurs along the channel edge within the authorized channel limits. The side slope dredging requirements for this project are 3H to 1V within the contract work limits in Deepwater Point and New Castle Ranges. Over depth dredging shall be limited by a vertical plane through the required depth contour. The use of hopper and clamshell bucket dredges shall not be permitted under this contract. The Government-furnished disposal areas available for use under the base contract are Pedricktown South, and Killcohook Area Number 1. (c) Option work under this contract shall include the use of the Government-furnished disposal area Pedricktown North. Solicitation Number W912BU-10-B-0007 will be issued on or about 25 June 2010 with bid opening date of 27 July 2010 at 11:00 a.m. All work and services under this Solicitation shall be completed no later than 31 December 2010. Estimated cost range is between $1,000,000.00 and $5,000,000.00 including option. Performance and Payment bonds will be required for 100% of contract award. The NAICS code for this project is 237990 (SIC 1629) with a size standard is $33.5 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://www.vets100.com. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as Unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-10-B-0007/listing.html)
 
Place of Performance
Address: USACE District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
 
Record
SN02173920-W 20100612/100610234918-6ba221a431beef351f5c405519c27c3f (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.