Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2014 FBO #4617
SOLICITATION NOTICE

Y -- Fire Island Stabilization- Smith Point County Park

Notice Date
7/14/2014
 
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-14-B-0019
 
Response Due
8/27/2014
 
Archive Date
9/26/2014
 
Point of Contact
Nicholas Emanuel, 9177908069
 
E-Mail Address
USACE District, New York
(nicholas.p.emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The New York District Army Corps of Engineers proposes to perform the the placement of 2,500,000 cubic yards of sand to for initial construction of the Smith Point County Park reach of the Fire Island Inlet to Montauk Point project area. This project will also include the planting of dune grass and construction of two bird habitat areas landward of the beach placement area. Sand will be dredged by the contractor from an offshore borrow area, located 3-5 miles offshore of the project area. The contractor will be required to commence work within five (5) calendar days after the date of receipt of the notice to proceed, to prosecute said work diligently and to complete the work no later than one hundred and eighty (180) calendar days after the receipt of the Notice to Proceed. This procurement is being solicited under 100% Full and Open Competition. The apparent winning bidder will be required to submit a subcontracting plan upon request by the contracting officer. The North American Industry Classification System (NAICS) code is 237990. The business size standard is $20,000,000. The SIC CODE is 1629. The estimated cost range for this project is between $25,000,000.00- $50,000,000.00. Plans and specification for Solicitation will be available on or about 28 July 2014. Bid Opening date is on or about 27 August 2014 at 2:00 P.M. (Eastern Standard Time). USACE is advertising this project prior to PPA execution (waiver), and no bid opening will occur until the PPA is executed. The advertisement does not contain the Water Quality Certificate or SHPO Programmatic Agreement requirements (if any); we will incorporate them into the advertisement prior to opening bids. 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. For further information, contact: Nicholas Emanuel, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8069 E-mail: Nicholas.P.Emanuel@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-B-0019/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03424656-W 20140716/140715000510-a676062f6c37b0ccde286eb656ce2b45 (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.