Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
SOLICITATION NOTICE

Y -- Port Jersey Channel Deepening

Notice Date
10/5/2010
 
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-11-R-0001
 
Response Due
11/22/2010
 
Archive Date
1/21/2011
 
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
Pre-Solicitation for Deepening of the Port Jersey Channel The U.S. Army Corps of Engineers, New York District intends to award a firm-fixed price (FFP) contract to perform dredging of the Port Jersey Channel, in accordance with FAR 15.101-2, Lowest Price Technically Acceptable (LPTA) Source Selection Process. The solicitation number for this project is W912DS-11-R-0001. The New York Harbor and Adjacent Channels, Port Jersey Channel, Contract No. 4 (PJ-4) Project consists of deepening of the Port Jersey Channel to El. -50-ft MLW along the Passaic Valley Sewerage Commissioners (PVSC) Outfall Tunnel corridor. The PVSC Outfall Tunnel begins at the PVSC Treatment Plant (Plant) in Newark, NJ and extends in a southeasterly direction beneath the Port Jersey Channel in Bayonne and terminates at the Terminal Chamber (TC) in Upper New York Bay. Within the Port Jersey Channel, the deepening considers the stability of the PVSC 144-inch diameter pipe outfall tunnel and the removal of overburden material during the dredging operations. The dredging operations within the Port Jersey Channel over the PVSC Outfall Tunnel will typically lower the existing mud line of approximately El. 44.5-ft MLW to a final dredging depth of El. -52.0-ft MLW. The design of protective measures for the PVSC Outfall Tunnel includes installing a 5-inch thick steel plate over the Outfall Tunnel in order to protect the tunnel and provide additional overburden weight. The plate is extended a minimum of 15 feet beyond centerline of the Outfall Tunnel for a total length of 30 ft. The top of the plate, after final construction, will be at El. -52.0-ft MWL or below. The non-rock materials suitable for the HARS placement will be placed at the designated HARS site. The non-rock materials unsuitable for the HARS placement will be placed at an Upland Placement Facility and/or at the Confined Disposal Facility (CDF) of the Port Authority of New York and New Jersey located at the entrance of Elizabeth Channel. The scope of work also includes the sampling and testing of subsurface materials if needed. It is anticipated that construction would take place within 270 days, including options. The work, including any option/s, is estimated to cost between $30,000,000 and $40,000,000. Plans and Specifications for the subject project would be available on or about 22 October 2010, with Proposals due on 22 November 2010 not later than 2:00 p.m. Send your Proposals to: U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. 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 210 calendar days after the receipt by the firm of the Notice to Proceed. A period of 60 calendar days will be added to the completion date of the basic contract, if options are 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 $33,500,000. The SIC Code is 1629, which is Other Heavy and Civil Engineering Construction. BASIS FOR AWARD: Procurement will be best value, based on the lowest priced technically acceptable (LPTA) proposal. The successful offeror must design and construct complete and usable facilities, as described in the Request for Proposals (RFP) documents. The successful offeror must have submitted a clear and concisely written proposal that gives the Government confidence in the offerors ability to meet the Government's requirements at the lowest price. Offerors must demonstrate a thorough understanding of project requirements and a commitment to performance in accordance with the RFP in all aspects of project execution. Price will not be rated; lowest price will be the basis of award to the successful offeror. To be considered acceptable, offerors shall specifically address each of the evaluation factors. The criteria for technical evaluation factors for this effort shall include: FACTOR 1: Past Relevant Experience. FACTOR 2: Past Performance. FACTOR 3: Qualifications of the Offerors Team. FACTOR 4: Summary of Construction Approach, Schedule, and Plans. FACTOR 5: Small Business Utilization Plan. Price proposals will be evaluated on price only. To be considered acceptable, offerors shall specifically address each of the evaluation factors as established in the solicitation. 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, NY 10278-0090 Telephone: 917-790-8708 Fax: (212) 264-3013 E-mail: ivan.v.damaso@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-R-0001/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02305765-W 20101007/101005234026-4aef133682db6f2cd20af9555a368830 (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.