Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2012 FBO #3976
MODIFICATION

Y -- Dredging of Arthur Kill Channel, (S-AK-3), plus KVK #10 Buoy and WEST-E, Navigation Improvement 50ft. deepening project, New York and New Jersey Harbor.

Notice Date
10/11/2012
 
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-12-B-0011
 
Response Due
11/13/2012 2:00:00 PM
 
Archive Date
12/31/2013
 
Point of Contact
Lisa M. Assim, Phone: 9177908180
 
E-Mail Address
lisa.m.assim@usace.army.mil
(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 dredging of Arthur Kill Channel. The project area is located in Arthur Kill Channel, along Newark Bay, in New Jersey and Arthur Kill in Staten Island, NY. The Contract Arthur Kill Channel plus KVK #10 Buoy and WEST-E, Contract 15 consists of deepening the existing 43-47 feet (MLW) Federal Navigation Channel System to a depth of 52 feet (plus 1.5) (MLW). The project includes the dredging and disposal of non-rock materials, and the drilling, blasting, dredging, and disposal of rock. The scope of work also includes the sampling and testing of subsurface materials. The non-rock materials unsuitable for Historic Area Remediation Site (HARS) placement will be placed at an Upland Disposal Facility. 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. The estimated range for this project is $60,000,000.00 to $80,000,000.00. Plans and specifications for the subject project will be available on or about 11 September 2012. Bid opening is scheduled for on or about 11 October 2012 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 50.0%, Small Disadvantaged Business 17.0%, Women-Owned Small Business 18.0%, HubZone Small Business 10.0%, Veteran Owned Small Business 4.0% and Service Disabled Veteran Owned Small Business 4.0%. 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 System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ 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 Lisa Assim, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Phone: 917-790-8180 Fax: 212-264-3013 Email: lisa.m.assim@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-B-0011/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02912152-W 20121013/121011234008-aa25572e80d7879938b2ac1f24ab616d (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.