Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2009 FBO #2814
SOLICITATION NOTICE

Z -- RECOVERY--Z--Indian River Inlet & Bay, DE Maintenance Dredging and Beneficial Use of Dredge Material Sussex County, DE.

Notice Date
8/6/2009
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, US Army Engineer District, Philadelphia, US Army Engineer District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, PA 19107-3390
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-09-B-0043
 
Response Due
9/1/2009
 
Archive Date
10/31/2009
 
Point of Contact
James Eckhardt, 215-656-6773<br />
 
E-Mail Address
US Army Engineer District, Philadelphia
(james.e.eckhardt@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY--Work is to conduct maintenance dredging in Indian River Inlet, Delaware and place material into scour areas along the adjacent inlet shoreline. Work will commence on or about 15 September 2009. Environmental restrictions prohibit dredging beginning before September 1, 2009 and must be completed on or before December 31, 2009. Indian River Inlet is identified as Essential Fish Habitat for all life stages of summer and winter flounder. The recommended dredging window for all dredging activity in the Inland Bays is between September and December. Compliance with the above window is mandatory. Indian River Inlet is located in Sussex County, Delaware. The project area extends from the federal navigation channel and flood shoal to the U.S. Coast Guard (USCG) Facility bulkhead and then westward to the end of the stone revetment constructed in 1988 by the US Army Corps of Engineers (USACE). Approximately 360,000 cu yd will be removed from the channel and flood shoal in Indian River Inlet. Average depth of the area to be dredged is approximately -12 ft North American Vertical Datum (NAVD) and minimum depth is approximately -4 ft NAVD. Maximum dredge depth will be -17 ft NAVD. Dredge material will be placed into two scour areas that have formed along the northern shoreline of Indian River Inlet. The first scour hole is located within 100 ft of the bulkhead at the USCG facility and has a maximum depth of about -80 feet NAVD. Dredge material will be placed into this hole to a depth of -20 ft NAVD. The second scour area is a trough with a depth of approximately -30 to -40 ft NAVD that has formed along the USACE revetment adjacent to the USCG bulkhead and paralleling the Delaware State property. Dredge material will be placed into the trough up to a depth of approximately -30 ft NAVD and the profile advanced out toward the inlet below the -10 ft NAVD contour. Solicitation Number W912BU-09-B-0043 will be issued on or about 21 August 2009 with a bid opening date of on or about 1 September 2009. Estimated cost range of the project is $1,000,000.00 to $5,000,000.00. The NAICS Code for this project is 237990 (SIC 1629) with a size standard of $20 million. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractors responsibility to monitor FBO for any amendments. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as Unrestricted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-09-B-0043/listing.html)
 
Place of Performance
Address: US Army Engineer District, Philadelphia 100 Penn Square East, Wanamaker Bldg (RM 643) Philadelphia PA<br />
Zip Code: 19107-3390<br />
 
Record
SN01901974-W 20090808/090807000433-7d36225fe2947bf51e8c858bd0243f43 (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.