Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
MODIFICATION

Z -- U.S. Navy Submarine Base, Kings Bay, Camden County, Georgia (44, 47 and 47 Foot Project); Marine Corps Support Facility – Blount Island, Duval County, Florida (38-Foot Project)

Notice Date
12/16/2016
 
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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-17-B-0001
 
Point of Contact
Timohty G. Humphrey, Phone: 9042321072, Ilene J. Crapps, Phone: 9042321064
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, Ilene.J.Crapps@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Ilene.J.Crapps@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION IS BEING POSTED PENDING AVAILABILITY OF FUNDS: 52.232-18 -- Availability of Funds. (Apr 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (End of Clause) A Pre-Proposal Conference will be held on Wednesday, January 11, 2017 from 10:00am - 11:00am, EST via teleconference. The call-in number is: 877-402-9753 and the ACCESS CODE is: 6546236. *Please utilize Security Code: 2873. It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: The project work consists of maintenance dredging of shoal material at two different locations: Kings Bay U.S. Navy Submarine Base - Inner Channel (KBIC) and Marine Corps Terminal (MCT) within the Marine Corps Facility on Blount Island (USMC-BI). The straight line distance between the two areas is approximately 28 miles and a waterway distance is approximately 45 nautical miles. The facilities are managed separately within the Department of Defense and have different security requirements. The project areas herein and within the plans are referred to as KBIC and MCT. Specialized Division 00 specification section numbers are appended with a period and identifiable extension number, such as for KBIC the specification section number is appended with a.10 extension and for MCT the specification section number is appended with a.20 extension. The only exception is the.30 extension appended for the Control Monuments used for the Dayson Island Dredge Material Placement Facility (DMPF) specification section. For the Division 01 Specifications, unless a specific paragraph header identifies a project area (KBIC or MCT) the paragraph underneath the header applies to both project areas (KBIC and MCT). For the plans, a feature identifier precedes the discipline designator in the drawing number: A - KBIC and B - MCT. Incidental work includes Bird Monitoring, Turbidity and Disposal monitoring for MCT, and Standby Time. The solicitation will consist of Base and Option Bid Items as follows: Work is divided into a Base and ten options as indicated below. For the base and the ten dredging options, this contract incorporates two feet of allowable overdepth throughout. Work also includes Bird Monitoring, Turbidity and Disposal monitoring for MCT, and Standby Time. Base work consists of maintenance dredging from KBIC Station 31+800 to Station 48+175 with 44-foot, 45-foot and 47-foot required depths, Site Six North with 39-foot required depth, Magnetic Silencing Facility (MSF) North with 44-foot required depth, and the Explosive Handling Basin with 44-foot and 47-foot required depth. The placement of KBIC dredged material will be at Disposal Area 1 (D/A-1) and Disposal Area 2 (D/A-2), as shown on the plans and as directed by the Contracting Officer. Additional KBIC Base work also includes Bird Monitoring, and Standby Time. Option A Option A consists of maintenance dredging of the KBIC Site Six Operating Area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area to a 45-foot required depth with disposal at Disposal Area 1 (D/A-1) as directed by the Contracting Officer. Option A work also includes Bird Monitoring. Option B Option B consists of maintenance dredging of the KBIC Explosive Handling Wharves (EHW) to a 47-foot required depth with disposal at Disposal Area 1 (D/A-1) as directed by the Contracting Officer. Option B work also includes Bird Monitoring. Option C Option C consists of maintenance dredging of the KBIC Refit Wharves to a 47-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option C work also includes Bird Monitoring. Option D Option D consists of maintenance dredging of the Port Operations Small Boat Basin to a 24-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option D work also includes Bird Monitoring. Option E Option E consists of maintenance dredging of the KBIC Port Security Barrier Mooring Area to a 12-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option E work also includes Bird Monitoring. Option F Option F consists of maintenance dredging of the Dry Dock Caisson Gate Sill & Mooring Area to a 46-foot required depth with disposal at Disposal Area 2 (D/A-2) as directed by the Contracting Officer. Option F work also includes Bird Monitoring. Option G Option G consists of secondary maintenance dredging at KBIC (see clause 52.211-10 for more information on order or work for Options). Those areas include KBIC Site Six Operating Area South and Medium Auxiliary Repair Dock (ARDM) Yoke Area to a 45-foot required depth (disposal at (D/A-1), KBIC Explosive Handling Wharves (EHW) to a 47-foot required depth (disposal at D/A-1), KBIC Refit Wharves to a 47-foot required depth (disposal at D/A-2) and the Dry Dock Caisson Gate Sill & Mooring Area to a 46-foot required depth (disposal at D/A-2) as directed by the Contracting Officer. Option G work also includes Bird Monitoring and Standby time. Option H Option H consists of supplying an additional twenty (20) field cut weir riser boards as requested by the Contracting Officer. Option J Option J consist of maintenance dredging at MCT from Station 00+00 to Station 56+09.1 with 38-foot required depth (see clause 52.211-10 for more information on order or work for Options). The placement of MCT dredged material will be Dayson Island DMPF (D/A-D) as shown on the plans. Additional MCT work also includes Bird monitoring, Turbidity and Disposal Monitoring, and Standby Time. Option K Option K consists of maintenance dredging of the KBIC Crab Island Access Channel to a 12-foot required depth with disposal at Disposal Area 1 (D/A-1) as directed by the Contracting Officer. Option K work also includes Bird Monitoring. The contractor shall begin performance within 45 calendar days and complete performance within 257 calendar days after the Notice to Proceed (NTP). The performance period is mandatory. PROPOSAL REQUIREMENTS: The Invitation for Bid (IFB) will be issued on or about 19 December 2016 and bids will be due on or about 19 January 2017. NAICS Code 237990, size standard $27.5 million. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE. The IFB will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-17-B-0001/listing.html)
 
Place of Performance
Address: Kings Bay, Camden County, Georgia and Blount Island, Duval County, Florida, Kings Bay, Georgia, 31558, United States
Zip Code: 31558
 
Record
SN04354150-W 20161218/161216234355-f6ac8bef55d39ed97da042670410ebca (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.