SOLICITATION NOTICE
Z -- Maintenance Dredging, 46-Foot Project, Entrance Channel (Cut-1N), Kings Bay, Georgia and Fernandina Harbor, Nassau County, Florida
- Notice Date
- 8/22/2005
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- W912EP-05-B-0026
- Response Due
- 10/7/2005
- Archive Date
- 12/6/2005
- Small Business Set-Aside
- N/A
- Description
- The project work consists of removing shoals along the Entrance Channel Cut-1N. The solicitation bid schedule will be structured into two Alternative Bids consisting of Base and Option Bid Items as follows: Alternative A: The Base Bid consists of dredging the following areas to a required depth of 49 feet plus 2 feet allowable overdepth, except that area (1) will have only 1 foot allowable overdepth: (1) dredge up to approximately 150,000 cubic yards (cy) o f material from Cut-1N Station 100+00 to Station 220+00 and North Settling Basin Station 119+00 to Station 123+00 with placement at the designated Ft. Clinch disposal area located approximately 3 miles from the project site; (2) dredge up to approximately 30,000 cy of material from Cut-1N Station 220+00 to Station 230+00 (Range 1000 to 1250) with placement in the designated nearshore disposal area, D/A-N, located approximately 7 miles from the project site; and (3) dredge up to approximately 750,000 cy of m aterial from Cut-1N Station 220+00 to Station 230+00 (Range 750 to 1000) and Station 230+00 to Station 370+00 with placement in the designated ocean disposal area, D/A-O, located approximately 12.5 miles from the project site. The Option Items consist of dredging the following areas to a required depth of 49 feet plus 2 feet allowable overdepth, except that area (4) will have only 1 foot allowable overdepth: (4) dredge up to approximately 50,000 cy of additional material from Cut-1N Station 100+00 to Stat ion 220+00 and North Settling Basin Station 119+00 to Station 123+00 with placement at the designated beach disposal area, D/A-B North, located approximately 4 miles from the project site; (5) dredge up to approximately 35,000 cy from Cut-1N Station 80+00 to Station 100+00 with placement in the designated ocean disposal area, D/A-O; (6) dredge up to approximately 161,000 cy from Cut-1N Station 370+00 to Station 501+00 (Range 1100 to 1250) with placement in the designated ocean disposal area, D/A-O; (7) dred ge up to approximately 45,000 cy from the North Settling Basin Station 123+00 to Station 227+50 (Range 1250 to 1350) with placement in the designated Ft. Clinch disposal area; and (8) dredge up to approximately 100,000 cy from the North Settling Basin Stat ion 123+00 to Station 227+50 (Range 1250 to 1350) with placement in the designated beach disposal area, D/A-B North. Total performance period for Alternative A, inclusive of all options, is 120 calendar days, which includes 30 days mobilization. Alternative B: The Base Bid consists of dredging the following areas to a required depth of 49 feet plus 2 feet allowable overdepth, except that area (1) will have only 1 foot allowable overdepth: (1) dredge up to approximately 150,000 cubic yards (cy) o f material from Cut-1N Station 100+00 to Station 220+00 and North Settling Basin Station 119+00 to Station 123+00 with placement at the designated beach disposal area, D/A-B North, located approximately 4 miles from the project site; (2) dredge up to appro ximately 30,000 cy of material from Cut-1N Station 220+00 to Station 230+00 (Range 1000 to 1250) with placement in the designated nearshore disposal area, D/A-N, located approximately 7 miles from the project site; and (3) dredge up to approximately 750,00 0 cy of material from Cut-1N Station 220+00 to Station 230+00 (Range 750 to 1000) and Station 230+00 to Station 370+00 with placement in the designated ocean disposal area, D/A-O, located approximately 12.5 miles from the project site. The Option Items co nsist of dredging the following areas to a required depth of 49 feet plus 2 feet allowable overdepth, except that area (4) will have only 1 foot allowable overdepth: (4) dredge up to approximately 50,000 cy of additional material from Cut-1N Station 100+00 to Station 220+00 and North Settling Basin Station 119+00 to Station 123+00 with placement at the designated beach disposal area, D/A-B North; (5) dredge up to approximately 35,000 cy from Cut-1N Station 80+00 to Station 100+00 with placement in the designated ocean disposal area, D/A-O; (6) dredge up to approximately 161,000 cy from Cut-1N Station 370+00 to Station 501+00 (Range 1100 to 1250) with placement in the designated ocean disposal area, D/A-O; ( 7) dredge up to approximately 100,000 cy from the North Settling Basin Station 123+00 to Station 227+50 (Range 1250 to 1350) with placement in the designated beach disposal area, D/A-B North. Total performance period for Alternative B, inclusive of all op tions, is 114 calendar days, which includes 30 days mobilization. Only coast guard certified hopper dredges will be allowed to work on this contract. Work also includes turbidity monitoring, endangered species monitoring, beach tilling, and possible sea turtle trawling and relocation. The determination to award Alternative A or Alternative B shall be based upon receipt of appropriate Water Quality Certification. This determination will be made just prior to bid opening; therefore only one of the Alternatives will be disclosed and evaluated. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. The solicitation will be issued on or about 7 September 2005 with bids due on or about 7 October 2005. There will be a price preference for certified HUBZone small business concerns t hat comply with the requirements in the solicitation as stipulated in FAR 19.1307. Solicitation will be issued in electronic format only and will be posted on our website. All interested bidders must register electronically. If you are not registered, t he Government is not responsible with providing you with notifications of any changes to this solicitation. The registration form is located at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp. THIS IS AN UNRESTRICTED ACQUISITION. COAST G UARD CERTIFICATION OF VESSELS IS REQUIRED. ALL RESPONSIBLE BIDDERS ARE ENCOURAGED TO PARTICIPATE. Note: Contracting information for the Jacksonville District is now available on our web site at http://www.saj.usace.army.mil/ (Select Contracts/Business O pportunities). You must be registered in the Central Contractor Registration (CCR) 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. You must also be registered in On-line Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. Visit the ORCA website at http://orca.bpn.gov. NAICS Code is 237990 and the Small Business size standard is $17 million.
- Place of Performance
- Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00876220-W 20050824/050822212348 (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 |