Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 12, 2009 FBO #2635
SOLICITATION NOTICE

Y -- Maintenance Dredging of Fresh Kills Reach, Arthur Kill, NY & NJ Channels.

Notice Date
2/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-09-B-0006
 
Response Due
4/15/2009
 
Archive Date
6/14/2009
 
Point of Contact
renee.george, 212-264-0154<br />
 
Small Business Set-Aside
N/A
 
Description
Synopsis of the proposed dredging Fresh Kills Reach, Arthur Kill, NY & NJ Channels The New York District U.S. Army Corps of Engineers proposes to perform maintenance dredging in Fresh Kills Reach, Arthur Kill, NY & NJ Channels Federal Navigation Projects, with subsequent placement of the dredged material at a permitted, suitable upland site(s) furnished by the contractor and approved by the government. The proposed maintenance dredging would remove up to a maximum of 63,065 cubic yards of sediment (approx. 8,550 cubic yards as basic work and the remaining 54,515 cubic yards as options) to a depth of 35 ft. below Mean Low Water (MLW) with 2 ft allowable over-depth in the Fresh Kills Reach, Arthur Kill, NY & NJ Channels. Due to restrictions found in the water quality certificate, the proposed work must/can only be performed by a large mechanical dredge with a closed environmental clamshell bucket. Additional multiple barges and tug boats are needed to perform the work during dredging, dewatering and unloading of the dredged material. The apparent low bidder shall be officially notified by the contracting officer to submit the following information for the site(s) identified by the apparent low bidder: a) name, location, point of contact, total available capacity of the bidders identified site(s) for offloading, processing and disposal, b) detailed list of all permits and approvals are required for the selected site(s) to demonstrate that the site(s) is legal to receive, operate, process and /or dispose of dredged material and their status, c) copies of permits currently issued/approved of the site(s) at the time of submission, d) evidence of the daily production capability and the output rates of at least 2,500 cubic yards per day for their proposed integrated system of dredging, offloading, transportation, processing and placement for each bidder identified site(s) and e) state the total capacity and uncommitted capacity of the offloading, processing and disposal site elements. In addition, a synopsis (narrative detailing the operation to move the dredged material from the dredging site to its final resting place that the bidder has identified) of the proposed operation is also to be submitted by the apparent low bidder. Bidders should consult with Section 00 80 00 paragraphs 1.3.1 of the Specifications for detailed submittal requirements. The apparent low bidder shall, within 35 calendar days from the date the apparent low bidder is notified of being the apparent low bidder, provide copies of all required permits and approvals for transfer, transportation, dewatering and/or other processing (if any), and final disposal of dredged material, and shall submit evidence of such permits and approvals to the Government. Bidders should consult with Section 00 80 00 paragraph 1.3.2 of the Specifications for submittal requirement The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him the notice to proceed, to prosecute said work diligently and to complete the basic work ready for use not later than ten (10) calendar days after the receipt by him of the notice to proceed. There are several options to the contract. The options, if they are exercised, may not be exercised in numerical order. If the options are exercised, their performance periods will be consecutive. The time for contract completion of each option will be determined by allowing a rate of one calendar day for each 2,500 cubic yards removed. The contractor is required to maintain an integrated production of at least 2,500 cubic yards per calendar day. The work is estimated to cost over $5,000,000 (basic and options). Plans/Specs for the subject project would be available on/about March 16, 2009 with bid opening on/about April 15, 2009. It is the intention of the Government to award in June 2009 and issue NTP by the end of July with dredging to start by August 1, 2009. Liquidated Damages - $1,545 per calendar day of delay until all work under the contract are accepted. This project is being solicited as an UNRESTRICTED procurement. The applicable NAICS code is 237990 with a size standard of $20 million. 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 business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business goals are as follows: Small Business 70%, Small Disadvantaged Business 6.2%, Women-Owned Small Business 7.0%, HubZone Small Business 9.8%, and Veteran-Owned Small Business 3.0%, Service Disabled Veteran Owned Small Business 0.9%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot 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 issuance 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 issued. Interested parties may download and print the solicitation, at no charge at www.fedbizopps.gov. All vendors who want to access solicitations will be required to register with the Central Contractor Registration (CCR) at www.ccr.gov and www.fedbizopps.gov. Business opportunities can be located on 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 www.fedbizopps.gov or utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors download Solicitations, Plans, Specifications 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, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with fedbizopps. 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) 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 will make an bidder 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. ACASS Requirements: CPARS - The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. ACASS is a web-enabled application that supports the completion, distribution, and retrieval of Architect-Engineer (A-E) contract performance evaluations (DD Form 2631). Contractor Representatives are responsible for reviewing and commenting on evaluations submitted by Government Assessment Reporting System (CPARS) website at http://cpars.navy.mil/. To access reference material, training information, and a practice session, click on ACASS underneath Web Applications on the weblink listed above. Point of Contact is Renee George, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090, Phone: 917-790-8177. Fax: (212) 264-3013 or via email renee.george@usace.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=89529c93edcf24785b614bd887bfc941&tab=core&_cview=1)
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
Zip Code: 10278-0090<br />
 
Record
SN01747949-W 20090212/090210220625-89529c93edcf24785b614bd887bfc941 (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.