MODIFICATION
Y -- Maintenance Dredging - Jamaica Bay Inlet, New York
- Notice Date
- 9/27/2007
- Notice Type
- Modification
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-08-B-0001
- Response Due
- 12/31/2007
- Archive Date
- 2/29/2008
- Point of Contact
- Adriana Dunaway, 917-790-8178
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers New York District intends to issue an Invitation For Bid (IFB) to award a firm fixed price contract for the Maintenance Dredging of Jamaica Bay Inlet, New York, Federal Navigation Project, with subsequent placement of the dredged material as beach nourishment along the Riis Beach, Queens, New York. The proposed maintenance dredging would remove approximately 240,000 cubic yards of sediment to a depth of 20ft. below Mean Low Water with 1ft. allowable over-depth in the Jamaica Bay Inlet Channel. The volume will be broken down in the following order: Basic Work 200,000 cubic yards-40 days, Option 1 20,000 cubic yards-3 days additional, Option 2 20,000 cubic yards-3 days additional. The apparent low bidder shall be officially notified by the contracting officer to submit the following information: a) name, location, point of contact, b) evidence of the daily production capability and the output rates of at least 10,000 cubic yards per day for their proposed integrat ed system of dredging and placement. In addition, a synopsis (narrative detailing the operation to move the dredged material from the dredging site to its final resting place) of the proposed operation is also to be submitted by the apparent low bidder. Bidders should consult with Section 00200 paragraph 1A.1 of the specifications for detail submittal requirement. The selected contractor will be required to commence work within five (5) calendar days after date of receipt of the Notice to Proceed (NTP), to prosecute said work diligently and to complete the entire work ready for use no later than 40 calendar days aft er the receipt of the NTP. The contractor is required to maintain an integrated production of at least 10,000 cubic yards per day. It is anticipated that dredging/placement would take place within the approximately time period of October 2007 to December 2007. This project is being solicited as an UNRESTRICTED procurement. The applicable NAICS Code is 237990 with a Small Business Size standard of $18,500,000. The estimated price range for this project is between $1,000,000 and $5,000,000. If a large business i s the apparent low bidder, no award will be made unless a Small Business Sub-Contracting Plan is accepted and approved. The plan must address maximum efforts to utilize Small Business, Woman Owned SB, HUBZone SB, Veteran Owned SB, and Service Disabled Vet eran Owned SB. DFARS 252.204-7004 Required Central Contractor Registration (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database wil l make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. NOTICE: THE FEDERAL ACQUISITION REGULATION REQUIRES THAT PAST PERFORMANCE INFORMATION (PPI) BE COLLECTED ON DoD CONTRACTS. THE GOVERNMENT HAS NOW IMPLEMENTED A WEB-ENABLED APPLICATION THAT COLLECTS AND MANAGES CONTRACTOR PAST PERFORMANCE DATA. EFFECTIVE 1 APRIL 2007, THE SYSTEM, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) REQUIRES BOTH THE CONTRACTOR AND THE GOVERNMENT TO SUBMIT THEIR PORTION OF THE CPARS REPORT VIA THE INTERNET FOR SERVICE CONTRACTS IN EXCESS OF $1,000,000. MORE DEFINITI VE GUIDANCE AND INSTRUCTIONS WILL BE INCORPORATED IN THE SOLICITATION AND RESULTANT CONTRACT. IN THE MEANTIME, TO BECOME FAMILIAR WITH THE SYSTEM, THE CPARS WEBSITE HAS A COMPUTER BASED TRAINING MODULE AND A PRACTICE SESSION FOR YOUR USE AT http://cpars.n avy.mil BY FOLLOWING THE LINKS TO TRAINING. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this solicitation, and amendments, if any , will not be available or issued. Interes ted parties may download and print the solicitation at no charge from http://www.fedteds.gov. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Sol ution (FedTeDS) (www.fedteds.gov). Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration a nd annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet. The new system called Federal Technical Data System (FedTeDS) is a web-based dissemination tool designed to safeguard acquisition-related information for al l Federal Agencies. Business opportunities can be located on Federal Business Opportunities (FedBizOpps) (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no a utomated email notification of amendments. To keep informed of changes, please check FedBizOpps frequently. Some contractor tools are the following: 1) Register to receive Notification & Register as an Interested Vendor in FedBizOpps. 2) Utilize the Ven dor Notification Service in ASFI. A hyperlink posted in FedBizOps will direct vendors to FedTeDS to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed , navigated, or printed. Utilization of the internet is the preferred method, however CDs will be available upon written request stating the solicitation number, or project name, complete company name and street address (we will not deliver to P.O. Boxes ), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USACE, NY. Solicitation documents for this construction effort will be available on or about 15 October 2007. The Bid opening date will be on or about 14 November 2007 at 2:00 P.M. The Contract Specialist for this procurement is Adriana Dunaway, Contract Specialist , U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0900, telephone number (917) 790-8178, Fax number (212) 264-3013, email adriana.a.dunaway@usace.army.mil; The technical manager is Rafal Turek telephone num ber (917) 790-8534, email Rafal.Turek@usace.army.mil.
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN01423124-W 20070929/070927225634 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |