Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 11, 2002 FBO #0160
SOLICITATION NOTICE

Z -- MAINTENANCE DREDGING, NEW PASS 8-FOOT AND 10-FOOT PROJECT AND GORDON PASS 10-FOOT AND 12-FOOT PROJECT, NEW PASS AND GORDON PASS, FLORIDA

Notice Date
5/9/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
U.S. Army Engineer District, Jacksonville - Civil Works, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
DACW1702B0020
 
Response Due
7/16/2002
 
Archive Date
8/15/2002
 
Point of Contact
Vicki Tipton, 904-232-1146
 
E-Mail Address
Email your questions to U.S. Army Engineer District, Jacksonville - Civil Works
(Vicki.V.Tipton@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The work will be performed at two locations as identified below. New Pass: The authorized channel at New Pass is 8 feet and 10 feet. The New Pass maintenance dredging will consist of dredging approximately 238,000 cubic yards of material from the existi ng channel. The bid will be structured as a base plus three options with the dredged material being distributed between the two beaches north and south of New Pass (Longboat Key and Lido Key, respectively). The base will dredge approximately 208,000 cubi c yards from Cuts 1 and 2, which has a required depth of 10 feet (MLLW) plus 2-feet allowable overdepth. The required depth for the three options is 8 feet (MLLW) plus 1-foot allowable overdepth. Option 1 will dredge approximately 8,000 cubic yards from Cut 3 station 9+00 through Cut 4 station 9+00. Option 2 will dredge approximately 17,000 cubic yards from Cut 6 station 2+00 to station 32+00. Option 3 will dredge approximately 5,000 cubic yards from the turning basin. The Longboat Key Disposal Area is located a maximum distance of 7,300 feet north of the New Pass channel and the Lido Beach Disposal Area is located a maximum distance of 13,500 feet south of the New Pass channel. The first 123,000 cubic yards of the base bid will be placed on Lido Key b etween DNR monuments R-35.5 and R-38.5 (approximately 3,000 feet in length). Bidders will be required to provide an alternative bid for an alternative placement of the 123,000 cubic yards sand on Lido Key between DNR Monuments R-35.5 and R-44 (approximat ely 8,500 feet in length) such that the berm is constructed at elevation 5.0 feet NGVD. The alternative will require the Contractor to degrade the berm from its existing elevation (approximately 5.0 feet NGVD) down to elevation 3.0 feet NGVD and to evenly distribute the 123,000 cubic yards over the 8,500-foot long placement area. The distance from the turning basin to the channel entrance is approximately 18,000 feet. Work also includes Turbidity Monitoring, Endangered Species Observers, and Beach Tillin g. Gordon Pass: The authorized channel in Gordon Pass is 10 feet and 12 feet. The Gordon Pass maintenance dredging will consist of dredging approximately 115,000 cubic yards of material from the existing channel in Cuts 1 through 7. This dredging will be structured as a base plus two options. The material will be placed on the beach south of Gordon Pass on Keewaydin Island. The required depth is 12 feet (MLLW) for the outer parts of the channel (Stations 0+00 to 44+35.55 of Cut 1) and 10 feet (MLLW) f or the remainder of the channel. There is a 2-foot allowable overdepth in these areas. The 4,000-foot long Beach Disposal Area starts 300 feet south of the Gordon Pass channel. The base will dredge approximately 65,000 cubic yards from Cut 1 through Cu t 2 station 7+00. Option 1 will dredge approximately 22,000 cubic yards from Cut 3 station 6+00 through Cut 4 station 9+00. Option 2 will dredge approximately 28,000 cubic yards from Cut 6 station 6+00 through Cut 7 station 15+00. The maximum distance f rom Option 2 to the north end of Keewadin Island is 8,000 feet. Work also includes Turbidity Monitoring, Endangered Species Observers, and Beach Tilling. Magnitude of construction is between $1,000,000 and $5,000,000. The solicitation will be issued on or about 31 May 2002 with bids due on or about 16 July 2002. Solicitation will be issued in electronic format only. Offerors will be provided a CD ROM at no cost. Interested offerors must register electronically. The registration form is located at http s://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp. THIS PROCUREMENT IS SET-ASIDE FOR SMALL BUSINESS FIRMS. All responsible small business sources may submit a bid which will be considered. Note: Contracting information for the Jacksonville Di strict is now available at our web site: http://www.saj.usace.army.mil/ (Select Contracts/Business Opportunities). You must be registered in the Central Contr actor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. NAICS Code is 234990, size standard $17 million.
 
Record
SN00074553-W 20020511/020509213307 (fbodaily.com)
 
Source
FedBizOpps.gov 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.