Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

Y -- Beach Erosion Control Project, Renourishment Contract No. 3 at Monmouth Beach, NJ.

Notice Date
7/19/2011
 
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-B-0010
 
Response Due
9/2/2011
 
Archive Date
11/1/2011
 
Point of Contact
Lisa Assim, 917-790-8180
 
E-Mail Address
USACE District, New York
(lisa.m.assim@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) for the beach renourishment at Monmouth Beach, New Jersey. Brief description of work: This project will include the dredging of sand from the designated Sea Bright Borrow Area, located off Sandy Hook, NJ. The Sea Bright Borrow Area is located approximately six (6) to eight (8) miles from the placement site at a mean water depth of 50 feet. The material beach fill will be placed in the vicinity of Monmouth Beach. There will be 800,000 CY to 1,200,000 CY taken from the Sea Bright Borrow Area for the Monmouth Beach renourishment project. The Contractor will be required to prepare and submit a site-specific unexploded ordnance operational work plan to the Government for approval prior to dredging operations. The Contractors proposed methodology of performing a magnetometer search and ordinance removal will be required as part of the work plan. The Contractor will also be required to conduct Sea Turtle and Whale monitoring during the period of June 15th through November 15th. The Contractor cannot place beach fill material during the period of March 15th through September 15th due to Piper Plovers nesting on the beach. There are additional restrictions to beach fill placement during the period of May 1st to November 1st. These restrictions are to avoid disturbance to bird nesting from Sea Beach Amaranth and Terns. The magnitude of construction is between $10M and $25M. This solicitation is subject to FAR Part 14 sealed bidding procedures and is UNRESTRICTED and open to all prospective bidders. All bids must be received on time to be considered. The IFB will be evaluated based on price with award being made to the lowest responsible bidder. The applicable NAICS Code is 237990 and the small business standard size is $20.0 million. The contractor will be required to commence work within five (5) calendar days after the date of receipt of the Notice to Proceed. Plans and specifications for the subject project will be available on or about 03 August 2011. Bid opening is scheduled on or about 02 September 2011 at 2:00 P.M. in Room 1841 at 26 Federal Plaza, New York, N.Y. 10278-0090. Large business concerns must submit as part of their bid a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52.219-9. Failure to submit an acceptable subcontracting plan may make the bidder ineligible for award of the contract. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business subcontracting goals for USACE New York District are as follows: Small Business 70%, Small Disadvantaged Business 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, Veteran Owned Small Business 3.5% and Service Disabled Veteran Owned Small Business 2.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. 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 amendments, 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 $650,000 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 Scott Helmer, Contracting Officer, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Email: scott.m.helmer@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-11-B-0010/listing.html)
 
Place of Performance
Address: Monmouth Beach Monmouth Beach Monmouth Beach NJ
Zip Code: 07750
 
Record
SN02502809-W 20110721/110720000246-3a531cc128978c7e16524ef0d2ffb40d (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.