MODIFICATION
Y -- Key West Harbor, Florida, Dredging: 34-Foot Project; Main Ship Channel, Cut-A, Cut-B, Cut-C, and Truman Harbor, Monroe County, Florida
- Notice Date
- 6/17/2003
- Notice Type
- Modification
- Contracting Office
- U.S. Army Engineer District, Jacksonville - Military, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACA17-03-R-0012
- Response Due
- 8/5/2003
- Archive Date
- 10/4/2003
- Point of Contact
- Deidra Cox, 904-232-1215
- E-Mail Address
-
Email your questions to U.S. Army Engineer District, Jacksonville - Military
(deidra.w.cox@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The project work consists of dredging portions of Key West Harbor, including the Main Ship Channel, Cut-A, Cut-A Widener, Cut-B, Cut-C, Cut-C Turning Basin, and Truman Harbor. The required depth of dredging will be 35 feet MLLW with an allowable overdepth of 1 foot. The estimated total amount of material to be dredged is approximately 0.9 million cubic yards. The general types of material expected to be encountered are silt, sand, gravel, and insitu rock. The expected proportion of rock is less than 40% . Drilling and blasting will not be allowed under this contract. Two disposal areas will be available for placement of dredged material: a) an approved ocean disposal area located no more than 16 nautical miles south of Key West, and b) an upland site lo cated on Fleming Key with at least 37 acres available to the contractor for construction of an upland containment and de-watering site. All loose sediment which is overlaying the in-situ rock in Truman Harbor, Cut-C, and Cut-C Turning Basin as well as sil ty material in a portion of Cut-A shall be placed in the Fleming Key upland site. All other material may be placed in the ocean disposal area. The contractor should expect that close coordination with environmental agencies will be required when placing pipeline within the approved corridor so that impacts to environmental resources can be avoided. In general, the contractor should expect that a high degree of environmental sensitivity will be required of him by this contract. This same level of sensiti vity will be expected by the environmental community, which will be diligently watching the contractor??????s operations, especially with regard to turbidity. In particular, the contractor should expect to work with restrictions such as areas of no access , extensive areas where anchor placement will be restricted, and special requirements regarding the use of anchor cables, swing cables, mooring lines, etc. The government intends to use the Request For Proposal method of procurement for this contract. Th e latest hydrographic survey (including sub-bottom profile data and side scan sonar images) is available at the following web site: http://www.saj.usace.army.mil/conops/navigation/surveys/hydro.htm Construction performance period is estimated 365 calend ar days to 730 calendar days. Magnitude of construction is between $25,000,000.00 and $100,000,000.00. Award will be made to the offeror whose proposal represents the best value to the Government. The Contracting Officer will use a trade-off process to determine which offer represents the best value to the Government. The following factors will be used to determine best value: Technical Merit, Past performance, and Price. The solicitation will be issued on or about July 2, 2003 and proposals will be d ue on or about August 5, 2003. Solicitation will be issued in electronic format only. Interested offerors must register electronically. The registration form is located at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp. Contracting inf ormation for the Jacksonville District is now available at our web site: http://www.saj.usace.army.mil/ (Select Contracts/Business Opportunities). THIS ACQUISITION IS AN UNRESTRICTED PROCUREMENT being issued pursuant to the Small Business Competitive Dem onstration Program. All responsible sources may submit a proposal which will be considered. There will be a price preference for identified HUBZone small business concerns that comply with the requirements of the solicitation as stipulated in FAR 19.1307 . You must be registered in the Central Contractor Registration in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information. NAICS Code 237990, size standard $17 million.
- Place of Performance
- Address: U.S. Army Engineer District, Jacksonville - Military P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00349734-W 20030619/030617213620 (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 |