Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2007 FBO #2147
SOLICITATION NOTICE

Y -- Y-Pre-Solicitation Notice to Bidders for Joseph G. Minish Passaic River Waterfront Park, Newark, NJ

Notice Date
10/11/2007
 
Notice Type
Solicitation Notice
 
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-0003
 
Response Due
11/27/2007
 
Archive Date
1/26/2008
 
Point of Contact
renee.george, 212-264-0154
 
E-Mail Address
Email your questions to US Army Engineer District, New York
(renee.george@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. army Corps of Engineers New York District intends to issued an Invitation For Bid (IFB) for the award of a firm-fixed contract for The Joseph G. Minish Passaic River Waterfront Park and Historic Area, Newark, NJ, Construction Contract No.4A. The project consists of construction of a concrete cap on an existing sheetpile bulkhead, rehabilitation/coating of bulkhead tieback anchors, construction of outfall structures and drainage outlets, slope protection, and grading and planting of the river bank. The project also requires excavation of material, including contaminated sediment from the Passaic River and upland areas. The basic contract consists of work between Stations 52+24.70 to 57+80.10, with options for work between Station 45+48.60 and 52+24.70,between Stations 57+80.10 and 69+84, between Stations 69+84 and 86+25, and between Stations 86+25 and 92+13.59. The estimated cost is between $5,000,000 and $10,000,000. The selected contractor must complete the work no later than (365) calendar days after receipt of Notice to Proceed. This project is being solicited as an UNRESTRICTED procurement. The applicable NAICS code is 237990 with a size standard of 31.0 million. Plans and specifications for solicitation W912DS-08-B-0003 will be available on or about 25 Oct 07. Bid opening date is on or about 27 Nov 07 at 2:00 P.M. Bid opening will be held at 26 Federal Plaza, New York, New York 10278 in room 1841. Small Business Goals: If a large business, the prime contractor shall provide its small busi ness subcontracting plan conrorming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 51.71%, Small Disadvantaged Business 8.89%, HUBzone Small Business 7.37%, Women-Owned Small Business 3.13%, Vet eran-Owned Small Business 3%, Service-Disabled Veteran Owned Small Business 2.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal can not be met. You may contact the District, Deputy Small Business advocate or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, Hubzone Small Business and Small Disadvantaged and Women-Owned Small Business program concerns to participate in contract performance. The media selected for the issua nce of this solicitation 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 i ssued. Interested parties may download and print the solicitation, at no charge at http://www.fedteds.gov. All vendors who want to access solicitations will be required to register with the Central Contractor Registration (CCR) at www.ccr.gov and Federa l Data Technical Solutions (FedTeds) at www.fedteds.gov. The new system is a web-based dissemination tool designed to safeguard acquisition related information for all Federal Agencies. Business opportunities can be located on Federal Business Opportuniti es (www.fedbizopps.gov) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be automated email notification of amendments. To keep informed of changes check www.fedbizopps.gov frequently . Contractors are encouraged to use the following tools: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Serv ice in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to FedTeds to download Solicitations, Plans, Specification s and Amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using Internet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Ne tscape 4.x (except 4.7) and Netscape 5.x are also compatible with FedTeds. 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 number and facsimile number (including area codes). Make check or money order payable in the amount of $15.00 to USACE, NY. DFARS 252.204-7004 Required Central Contractor Registration (CCR) ap plies to this procurement. Prospective contractors must be registered in the Department of Defense (CCR) Database prior to award. Lack of registration in the CCR will make an offeror ineligible to download the solicitation and 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 con tracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 Apr 2007, the system, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) requires both the contractor and g overnment t o submit their portion of the CPARS report via the internet for service contracts in excess of $1,000,000. More definitive 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.navy.mil by following the links to Training. POC: Renee George, Contract Specialist, US Army Corps of Engineers, New Yor k District, 26 Federal Plaza, Room 1841, New York, New York 10278-0090, telephone 917-790-8177, Fax Number 212-264-3013 or via email renee.george@usace.army.mil. The Technical Manager is Sheila Rice-McDonnell, telephone 917-790-8299, via e-mail Sheila.Ric e-McDonnel1@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
 
Record
SN01432561-W 20071013/071011223838 (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 |
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.