Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
MODIFICATION

Y -- Maintenance Dredging, Quinby Creek, Virginia

Notice Date
8/12/2016
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-B-0004
 
Archive Date
9/1/2016
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Norfolk District, Army Corps of Engineers is contemplating a Firm Fixed Price, Construction contract, for Maintenance Dredging, Quinby Creek, Accomack County, Virginia Description of Work: The Quinby Creek Channel and Harbor Turning Basin are located in Accomack County, Virginia near the town of Quinby. A total of 7,200 feet of channel comprises this project which includes the reach into the turning basin. The Federal Navigation Channel begins in Upsher Bay and continues to within approximately 600 feet of Quinby Landing. The channel geometry along this reach is 8 feet deep and 80 feet wide. The next reach of the channel narrows to 60 feet wide. This reach is defined from a point 600 feet out of the harbor / turning basin and terminates at Quinby Landing. The harbor / turning basin's surface dimensions are 200 feet wide by 400 feet long. The dredging work consists of dredging to a required depth of 6 feet; one additional foot of overdepth dredging will be allowed. It is estimated that approximately 143,000 cubic yards of maintenance dredged material, to include allowable overdepth, will be removed. All dredging depths are referenced to Mean Lower Low Water. Hydraulic pipeline dredging will be required to complete the project. Dredged material will be placed at a near shore and overboard placement area adjacent to the channel. One United States Coast Guard Tri-leg warning beacon will be removed. All superstructure and pilings will be removed and salvaged. Piles will NOT be permitted to be cut-off. Restrictions: Due to the safety and environmental concerns related to performing the scheduled work in dangerous and open bay and ocean waters; and the required necessary production rate to complete the project as scheduled, the Contractor shall submit to the Government, prior to award, signed and notarized certificates that verify the plant that will be utilized on this project meets all of the weight, horsepower, and open bay/ocean operating requirements as specified. The signed and notarized certifications shall be accompanied by US Coast Guard certified documentation or other recognized authority indicating the weight and horsepower of the plant and verification documentation that indicates on which projects the plant has been used to dredge similar material in an ocean environment and at a production rate sufficient to accomplish the work as scheduled for this contract. The plant to be employed on the work in the Cherrystone Entrance Channel must meet, as a minimum, the following requirements: A. Hydraulic pipeline dredge with a minimum plant weight of 150,000 pounds and a minimum of 1,000 horsepower continuous to the pump. B. Capable of safely and efficiently dredging to depths indicated and in open bay / ocean conditions. The contracting officer will award a firm fixed price contract to the lowest priced, technically acceptable Construction Time: Begin performance within 7 calendar days and complete all work within 75 calendar days of receipt of Notice-to-Proceed (NTP). Dredging restrictions for this project are effective from July 1 - September 30. No dredging may occur during this period. The contractor is expected to plan their work to accommodate this restriction. Offeror, whose proposal conforms to the solicitation and is fair and reasonable. In addition, the awardee must be found responsible in accordance with FAR 9.1. The magnitude of construction is between $1,000,000.00 and $5,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $36.5 million. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about 17 August 2016. The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Stormie Wicks, Email: Stormie.B.Wicks@usace.army.mil; Phone: 757-201-7215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-B-0004/listing.html)
 
Place of Performance
Address: Quinby Creek, Accomack County, Virginia, United States
 
Record
SN04221655-W 20160814/160812234701-644c5e481a8a469f872987edd4773c3f (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.