SOLICITATION NOTICE
Z -- Dredge Balto Harbor & Channels, Craighill Channel, Craighill Angle, Brewerton Channel, Brewerton Angle, Ft McHenry Channel, Curtis Bay Channel, Curtis Creek Channel, South Locust Point Marine Terminal Channel, & Tolchester Channel, MD
- Notice Date
- 4/20/2005
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Corps of Engineers, Baltimore, 10 South Howard Street, Baltimore, MD 21203
- ZIP Code
- 21203
- Solicitation Number
- W912DR-05-B-0005
- Response Due
- 6/8/2005
- Archive Date
- 8/7/2005
- Small Business Set-Aside
- N/A
- Description
- This proposed procurement is Unrestricted, NAICS is 237990, small business size standard $28,500,000.00. Estimated cost of construction is between $10,000,000.00 and $25,000,000.00. Completion of work required by no later than 220 calendar days. D redge approximately 2,500,000 cubic yards of material from the Craighill Channel, Brewerton Channel, and Ft. McHenry Channel (50 feet deep and 700 feet wide); Craighill Angle (50 feet deep and 700 - 1,870 feet wide); Brewerton Angle (50 feet deep and 700 - 1,470 feet wide); Curtis Bay Channel (50 feet deep and 400 - 1,250 feet wide); Curtis Creek Channel (22-35 feet deep and 200-450 feet wide); South Locust Point Marine Terminal Channel (36 feet deep and 400 feet wide); and Brewerton Channel Eastern Extensi on and Tolchester Channel (35 feet deep and 600 feet wide). The material will be dredged by clamshell and scow, hydraulic pipeline, or hopper dredge and placed in the Hart-Miller Island Placement Facility and the Poplar Island Environmental Restoration Pr oject. Large Business Firms are required to submit a subcontracting plan with their proposals. The Small Business subcontracting goal for this procurement is 65% of the total subcontracting dollar value. Of that 65%, 20% should be placed with Small Disa dvantaged Businesses, 10% with Women Owned Small Businesses, 3% with HUB Zone Businesses, 3% with Veteran Owned Small Businesses and 3% with Service Disabled Veteran Owned Small Businesses. All responsible sources may submit a bid which shall be considere d by the agency. The solicitation will be provided in an electronic format, free of charge, to all registered plan holders. The media through which the Government chooses to issue this solicitation will be the Internet only. This solicitation will not b e issued in paper. Contractors requests for this solicitation will be performed through ASFI. Contractors may register to be placed on the Bidders/Offerors mailing list by going to the website: https://ebs.nab.usace.army.mil. In order to reduce the poss ibility of error and to increase the quality of our service to you, all deliveries, packages, etc. must include the name of the particular contract specialist for the particular project. All deliveries, packages, etc. of more than one box or container mus t be bound together by tape or other means. In order to comply with the Debt Collection Improvement Act of 1996, all contractors must be registered in the Central Contractor Registration (CCR) to be considered for award of a Federal contract. For informat ion regarding future registration, contact CCR Web site at http:/ccr.gov . Other information regarding registration can be obtained through CCR Assistance Center (CCRAC) at 1-888-227-2423. A paper form for registration may be obtained from the DOD Electro nic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact their cognizant Small Business Administration Office to obtain Small Disadvantaged Business Certification. Without SBA SDB certification, a prime contractor nor a federal agency can receive SDB credit when utilizing non-certified SDB contractors/ subcontractors. Issuance on or about 9 May 2005, bids due on or about 8 June 2005.
- Place of Performance
- Address: US Army Corps of Engineers, Baltimore 10 South Howard Street, Baltimore MD
- Zip Code: 21203
- Country: US
- Zip Code: 21203
- Record
- SN00792795-W 20050422/050421083844 (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 |