Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

Z -- Maintenance and New Work Dredging, Wormley Creek Channel, Yorktown, Virginia - Package #1

Notice Date
3/22/2017
 
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
W91236-17-B-0007
 
Point of Contact
Quincy A. McNeil, Phone: 7572017136, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
quincy.a.mcneil@usace.army.mil, Eartha.Garrett@usace.army.mil
(quincy.a.mcneil@usace.army.mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Drawings and Specifications Solicitation THIS PROCUREMENT IS AN UNRESTRICTED PROCUREMENT. The Norfolk District, Army Corps of Engineers has a requirement to award a construction contract for Maintenance and New Work Dredging of Wormley Creek at USCG Training Center Yorktown (TRACEN) located in Yorktown, Virginia. The Wormley Creek Dredging Project will consist of dredging up to approximately 70,000 cubic yards of maintenance and new work material from the Wormley Creek Main Channel to the York River, West Branch of Wormley Creek from the Main Channel to the BFC Turning/Boat Basin, and the BFC Turning/Boat Basin at USCG Training Center Yorktown (TRACEN) located in Yorktown, Virginia. Approximately 29,000 cubic yards of sandy material will be dredged and hydraulically or mechanically placed on a nearby shoreline and approximately 41,000 cubic yards of fine grained material will be dredged and transported by barge or scow to the Wolftrap Alternate Placement Site (WTAPS) in the Chesapeake Bay. A Hydraulic Cutter-head Dredge, Mechanical Dredge, or a combination of both types of plant and equipment may be used to accomplish this work. Maximum pay depth will be to -9 feet MLLW, maximum permitted depths will be to – 10 feet MLLW. Aids to Navigation (ATON) number one (1) will be removed. ATON 2, 4, and 26 shall be relocated based on the new channel alignment. The Contractor shall coordinate with USCG 5th District in accordance with the plans and specifications during the relocation and removal efforts. The Coast Guard will be responsible for rebuilding the entrance light, ATON number 1. Subject to available funds, an optional one (1) foot of dredging depth representing an additional 17,500 cubic yards of maintenance and new work material pay yardage may be awarded. It is the Government's intent that the successful bidder will dredge to the optional depth, if so exercised by the Government, concurrent with dredging to the depth required in the base. If optional items are exercised, additional performance time w ill be added to the contract based on one additional day per 1000 cubic yards of dredged material added. For the base contract bid items, begin performance within 21 calendar days and complete all work within 240 calendar days of receipt of Notice to Proceed (NTP). Placement of dredged material at the Wolftrap Alternate Placement area is prohibited from 1 December to 1 April. THIS IS AN UNRESTRICTED PROCUREMENT. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. The magnitude of construction is estimated to be between $1,000,000 to $5,000,000. NAICS Code 237990 applies to this procurement. No hard copies of this solicitation will be made available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOpps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOpps and will make a Bidder ineligible for award. BIDDER QUESTIONS AND COMMENTS All questions and/or comments should reach the above referenced Contracting Office via ProjNet no later than April 10, 2017, in order that they may be given consideration or actions taken prior to receipt of offers. Technical inquiries and questions relating to proposal procedures or bonds are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self register into system. To self-register go to web page, click BID tab select Bidder Inquiry, required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is : W91236-16-B-0007 The Bidder Inquiry Key is: C4TKR7-23288T The Bidder Inquiry System will be unavailable for new inquires 7 days prior to bid opening in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-17-B-0007/listing.html)
 
Place of Performance
Address: Wormley Creek at USCG Training Center Yorktown (TRACEN), Yorktown, Virginia, 23690, United States
Zip Code: 23690
 
Record
SN04443642-W 20170324/170322234542-3e2c3a6905420d45c691e24f5385bcb5 (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.