Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2017 FBO #5777
MODIFICATION

Z -- Maintenance Dredging, Delaware River, Philadelphia to Sea, PA, NJ, and DE - Amendment 3

Notice Date
9/15/2017
 
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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-B-0016
 
Archive Date
10/3/2017
 
Point of Contact
Kellee J. Haye, Phone: 2156566924
 
E-Mail Address
Kellee.J.Haye@usace.army.mil
(Kellee.J.Haye@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0003 The U.S. Army Corps of Engineers, Philadelphia District, intends to contract work that will consists of maintenance dredging of the Delaware River, Philadelphia to the Sea. All dredging will be performed to the specified required depth plus 1' allowable over depth. The Maintenance dredging shall be performed as contour dredging. The contract will provide for dredging up to 25' outside the channel edge in the Delaware River. The 24-Hour production rates for the maintenance dredging shall be Markus Hook 25,000 and New Castle 20,000.Delaware dredging work assignment station to station Marcus Hook 117+000 to 129+000 available to 45' (500,000) available to 46'(650,000). New Castle 225+000 to 237+000 to 45' (500,000) and 46' (650,000). Totals 1,500,000 and 1,850,000. Disposal areas will be available for this contract: a. Pedricktown North and Killcohook Area #1. Drawings for the disposal areas will specify that the contractor shall ensure the discharge end of the dredge pipe extends 40 feet past the interior crest of the containment dike. This forty-foot length of pipe shall be sufficiently and safely supported along the entire length of the pipe by timber cribbing, a compacted earthen embankment, or other means approved by the Contracting Officer's Representative. b. The specifications of the sluice discharge pipes shall require that all three pipes located at the Pedricktown North CDF be temporary extended to reach the mean low water line at a minimum during the duration of the contract. Option 1 Markus Hook shall include: 1) line item for an additional mobilization; and, 2) line item for a cubic yard unit cost to remove 650,000cy. Option 2 shall include: 1) line item for an interim mobilization; and, 2) line item for a cubic yard unit cost to remove 170,000cy. The Wilmington Harbor entrance channel shall be dredged to a depth of 38ft + 1ft allowable over-depth MLLW from station 3+600 to station 6+236. The disposal area for this option will be Wilmington North. Should the option be awarded, the contractor will be required to complete New Castle Range and Marcus Hook Range prior to mobilizing to the Port of Wilmington, Christiana River entrance adjacent to Cherry Island Range. The 24-Hour production rate for the maintenance dredging of Christiana River Entrance Channel shall be 17,000. The Base Bid shall have a completion date of December 31, 2017. Marcus Hook, Option 1 shall have a completion date of December 31, 2017. Option 2 Wilmington Harbor shall have a 15 day Period of Performance, which shall be executed in the month of January. Dredging is to commence 15 days following issuance of Notice to Proceed (NTP). Options (Marcus Hook and Wilmington Harbor) will be awarded within 60days of NTP. This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation For Bids (IFB), Solicitation No. W912BU-17-B-0016 is anticipated on or about July 28, 2017, as an unrestricted procurement. The bid opening is projected to be conducted 18 September 2017at 11:00 a.m. EST ; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Estimated cost range of this project is $10M - $25M. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 and the small business size standard is $36.5 Million. Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation. Responses should be sent to Kellee J. Haye at kellee.j.haye@usace.army.mil on or before 18 September 2017 at 11:00 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-B-0016/listing.html)
 
Record
SN04680807-W 20170917/170915232236-8d47aad9131c80e483cdaf11486de3c7 (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.