Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

Y -- Synopsis for Hudson River Maintenance Dredging from Nutten Hook to Staats Point, NY. - Amendment 1

Notice Date
7/9/2014
 
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-14-B-0010
 
Response Due
8/6/2014 2:00:00 PM
 
Archive Date
6/3/2014
 
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
GOVERNMENTAL SAFETY REQUIREMENTS, SECTION 01 35 26 WATER QUALITY CERTIFICATE (REVISED) AMENDMENT 0001 OF W912DS-14-B-0010 HUDSON RIVER MAINTENANCE DREDGING The New York District of the U.S. Army Corps of Engineers (Corps) proposes to perform maintenance dredging from Nutten Hook to Staats Point, New York, NY. The work involves maintenance dredging of approximately 220,000 cubic yards of material from three discontinuous reaches of the Hudson River Federal Navigation Project Channel at Nutten Hook, Stuyvesant and Staats Point; with upland placement of the dredged material in the federally owned Houghtaling Island dredged material placement site. The three dredging areas are located the following approximate distances from the Houghtaling Island placement site: Nutten Hook, 6 miles; Stuyvesant, 2 miles; and Staats Point, 8 miles. The contractor is required to properly prepare two separate containment areas (Area A and Area B) within the Houghtaling Island placement site in accordance with the contract requirements prior to placing the dredged material. Placement site work includes, but is not limited to: the clearing and disposal of a heavy vegetative cover, excavation of fill material, construction of new and/or reinforcement of existing containment dikes and the installation of weirs and pipeline in the areas designated for the placement of the dredged materials. The contractor will also be responsible for performing all water quality sampling, testing and monitoring activities to ensure compliance with contract requirements. Questions pertaining to the scope of work, site conditions and plans and specifications should be directed to the Albany Field Office POC, Robert Berrian (Project Engineer), at 518-273-0870. Potential bidders are encouraged to inspect the Nutten Hook, Stuyvesant and Staats Point dredge areas, and the dredged material placement site prior to bid opening. A one-time pre-bid site visit to the dredged material placement site will be scheduled for registered contractors and subcontractors. Information regarding access to the Houghtaling Island site can be obtained through the Albany Field Office POC. 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 $22.5 million. The estimated range for this project is $5,000,000 and $10,000,000. Small Business Goals: In accordance with FAR Clauses 52.219-8 and 52.219-9, large businesses will be required to submit an acceptable subcontracting plan prior to award of a contract. If a large business, the apparent low bidder 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 40.0%, Small Disadvantaged Business 3.0%, Women-Owned Small Business 7.0%, HubZone Small Business 1.0%, Veteran Owned Small Business 2.0% and Service Disabled Veteran Owned Small Business 3.0%. 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-14-B-0010/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03418641-W 20140711/140710022556-9b4f738b704bee047021b9752fafce10 (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.