Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
MODIFICATION

Y -- Intracoastal Waterway, Jacksonville to Miami Dredged Material Management Area (DMMA) IR-2 Indian River County, Florida

Notice Date
7/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP10R0036
 
Response Due
9/14/2010
 
Archive Date
11/13/2010
 
Point of Contact
Beau Corbett, 904-232-1388
 
E-Mail Address
USACE District, Jacksonville
(beau.corbett@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
***THE SOLICITATION ISSUE DATE HAS CHANGED FROM ON OR ABOUT 7 JULY 2010 TO ON OR ABOUT 13 AUGUST 2010. THE BIDS DUE DATE HAS ALSO CHANGED FORM ON OR ABOUT 10 AUGUST 2010 TO ON OR ABOUT 14 SEPTEMBER 2010*** *** THIS PROCUREMENT HAS BEEN CHANGED FROM A SEALED BID TO A REQUEST FOR PROPOSAL (LOWEST PRICE TECHNICALLY ACCEPTABLE). DUE TO THIS CHANGE THE SOLICITATION NUMBER HAS BEEN CHANGED FROM W912EP-10-C-0007 TO W912EP-10-R-0036*** DESCRIPTION OF WORK: The base consists of constructing an upland disposal area (IR-2) located in Indian River County, Florida. The disposal area dikes shall be constructed to an elevation of 14.0 ft NAVD 88. The project also includes requirements for clearing and grubbing, fencing, access road construction, weir structures, and slope protection. The dredged material containment basin will be surrounded by a perimeter access road and perimeter ditch. All slopes will be maintained at 3H:1V. The dikes crest elevation will be 14 ft NAVD and the basins bottom elevation shall be 1.5 ft. All excess material will be stockpiled onsite. Twin box riser weirs with composite weir boards will be employed for the decant water system. Wetland impact of 1.55 acres will be mitigated for onsite with 5.95 acres making up a small on-site mitigation bank. 9,000 square yards of temporary road stabilization will be constructed. When the dike construction is complete, the temporary road stabilization will be removed and the area will be seeded. Contractor will be required to obtain a $10,000,000 property damage liability insurance policy prior to start of construction. Option A: Pending modification to existing DEP permit, this option will be awarded to retain the temporary road stabilization. If this Option is awarded, the requirement for removal of the temporary road stabilization and seeding will be removed from the contract. Option B: Pending modification to existing DEP permit, this option will be awarded to add an additional 6,900 square yards of road stabilization. The Government reserves the right to award this Option at any time prior to demobilization. Option C: The base requires excess material to be stockpiled onsite. If funds are available, Option C will be exercised to dispose of the excess material offsite. The material becomes the property of the Contractor and is disposed of as he/she sees fit in accordance with all local, state and Federal laws and regulations. PROPOSAL REQUIREMENTS: AWARD WILL BE MADE TO THE OFFEROR WHO SUBMITS THE LOWEST PRICED, TECHNICALLY ACCEPTABLE (LPTA) PROPOSAL. PROPOSALS WILL BE EVALUATED BASED ON TECHNICAL ACCEPTABILITY (DEMONSTRATED EXPERIENCE AND PAST PERFORMANCE) AND PRICE. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. THIS PROCUREMENT IS A SERVICE-DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE. The solicitation will be issued on or about 13 August 2010 with bids due on or about 14 September 2010. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $33.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP10R0036/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02205862-W 20100716/100714235255-dd07ee00758f01afe034c2382f35dd6f (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.