Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
MODIFICATION

Y -- RECOVERY--Y--PROJECT NUMBER 153730, County Center, NY WESTCHESTER COUNTY CENTER, WHITE PLAINS, NY SECTION 14 STREAMBANK PROTECTION PROJECT- STREAMBANK STABILIZATION AND RESTORATION OF RIPARIAN BUFFER - Amendment 2

Notice Date
9/10/2010
 
Notice Type
Modification/Amendment
 
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-0013
 
Response Due
9/10/2010 12:00:00 PM
 
Archive Date
10/30/2010
 
Point of Contact
Matthew Lubiak, Phone: 9177908089
 
E-Mail Address
matthew.lubiak@usace.army.mil
(matthew.lubiak@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment-0002 Plans Amendment-0002 Specs Amendment 0002 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 for streambank stabilization and restoration in White Plains, NY. This project consists of a combination of structural and non-structural (bioengineering) elements next to the Bronx River Parkway, in the vicinity of the Westchester County Center in White Plains, New York. Structural elements, in the form of a boulder rock toe, are to be used at the base of the streambank along approximately 535 linear feet, in those locations where the combination of flow velocity and angle of impact exceed the level of protection non-structural solutions alone can provide. A vegetated stone revetment, combining hard structures and live stakes is to be placed along approximately 73 linear feet directly abutting the existing stone masonry wall to prevent its failure. The remaining length of project, approximately 1000 feet is to be protected through the use of re-grading, to create a more gradual and stable streambank slope, and replanting with native species to stabilize the slope. Erosion control fabric shall be combined with plantings. This project will consist of a base bid with options. The estimated range of this work is between $300,000 and $800,000. Plans/Specs for the subject project would be available on/about 11 August 2010 with bid opening on/about 21 September 2010. Bid opening will be held at: 26 Federal Plaza, New York, NY 10278 in room 1841. This project is being solicited as small business set-aside procurement. The North American Industry Classification System NAICS code is 237990, Other Heavy and Civil Engineering Construction. The small business size standard $33.5 million. The SIC Code is 1629. 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 Opportunity (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 http://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 requires 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 Matthew Lubiak, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090 Phone: 917-790-8089 Fax: 212-264-3013 Email: matthew.lubiak@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-B-0013/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02276466-W 20100912/100910235659-b50553f08f1157f00db8983d3b19c198 (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.