Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 30, 2003 FBO #0702
SOLICITATION NOTICE

V -- Bark Camp Run Restoration Project Fort Mifflin Confined Disposal Facility

Notice Date
10/28/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-04-R-0003
 
Response Due
12/16/2003
 
Archive Date
2/14/2004
 
Point of Contact
karyn.d.johnson, 215-656-6924
 
E-Mail Address
Email your questions to US Army Engineer District, Philadelphia
(karyn.d.johnson@nap02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Description of Work: This procurement is for the Bark Camp Run Restoration Project at the Fort Mifflin Confined Disposal Facility, Philadelphia, PA. This will be an unrestricted, best value negotiated procurement. The project is funded under the author ity of Section 1135 of the Water Resources Development Act (Project Works Index number 168942) and consists of the design and construction of a material transfer facility at the U.S. Army Corps of Engineers (USACE) Fort Mifflin Confined Disposal Facility ( CDF), and the excavation, loading, and transport via railcar, of dredged materials to the Bark Camp Run Mine Reclamation Laboratory (??????Bark Camp??????). The USACE Fort Mifflin CDF is located at the confluence of the Schuylkill and Delaware Rivers on a site also known as Hog Island, in Philadelphia PA. Bark Camp is located in north central Pennsylvania. The selected contractor will be required to design, build, and demonstrate the operation of a transfer facility at the Fort Mifflin Confined Disposal F acility that will not impact environmental resources at the site. The selected contractor will be required to excavate 50,000 CY of dredged material from Cell A at the Fort Mifflin CDF, use the transfer facility to load the excavated material into either trucks or railcars, and transport the material to Bark Camp by rail. At Bark Camp, control of the material will be transferred to the site operator. This notice announces the Government??????s intent to issue phase one of a two phase process. The Govern ment intends to issue the Phase One request on or about 15 November 2003. All responses will be evaluated by the Government in accordance with the requirements of the Project Source Selection Plan. The Government intends to request not more than five of the most highly qualified participants to participate in the second phase of the procurement. Award will be made to the Offeror proposing the best value to the Government from a technical and price standpoint. The technical factors as a whole will be mor e important than price, however, price remains a significant factor in determining ??????Best Value??????. Source Selection Evaluation Factors are: Phase One (listed in descending order of importance): Technical Qualifications, Professional Qualificatio ns of Personnel, Managerial Experience and Technical Approach which describes overall concept without detailed design/technical information. The source selection plan for Phase 2 will be provided in the RFP package. The Government reserves the right to r eject any or all proposals prior to award; to negotiate with any or all proposers; to award the contract to other than the lowest price and to award to the proposer submitting the proposal determined by the Government to be the most advantageous to the Gov ernment. PROPOSERS ARE ADVISED AN AWARD MAY BE MADE IN PHASE TWO WITHOUT DISCUSSION OR ANY CONTACT CONCERNING THE PROPOSAL RECEIVED. The NAICS Code for this project is 482111 and the small business size standard is $28.5 million. Issue date for Phase One Request for Proposals is on or about November 15, 2003 with proposals due by close of business on or about December 16, 2003. Phase Two will be issued on or about January 20, 2004. This procurement is unrestricted. Solicitation documents will be availa ble for downloading from the Internet at the following address: https://ebs.nap.usace.army.mil on or after issue date of the request for proposal. The official media of distribution for this solicitation is WEB-ONLY. No written or faxed requests will be accepted. Interested contractors should register on the web page. If any registration information changes during the advertisement period, contractors are responsible to make changes to their user profile on the Internet. Failure to make changes in thei r user profile may cause a delay in receiving notification of the solicitation and amendments. Bidders are responsible for printing paper copies of the solicita tion. All amendments to this solicitation will be posted to the Internet at the above address. Hard copies of the amendment will not be furnished. It is the bidders responsibility to monitor the web page for any amendments to this solicitation. The con tractor must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300 and comply with VETS-100 annual reporting as required by FAR 22.1310(b) prior to award. Instructions will be included in the solicitation package . Liquidated Damages will be specified. Davis Bacon rates and service contract act rates will be applicable and insurance and bonding is required. Affirmative Action to ensure equal opportunity is applicable to the resulting contract. The estimated rage of this project is 5-10 million dollars.
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA
Zip Code: 19107-3390
Country: US
 
Record
SN00460993-W 20031030/031028213337 (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.