Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2009 FBO #2875
MODIFICATION

Z -- Maintenance Dredging, 42-Foot Project, U.S. Naval Station Mayport, FL Entrance Channel, Turning Basin, Destroyer Slip, Carrier Basin, and Pier C-2, U.S. Naval Station Mayport, Duval County, Florida

Notice Date
10/6/2009
 
Notice Type
Modification/Amendment
 
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-09-B-0028
 
Response Due
11/10/2009
 
Archive Date
1/9/2010
 
Point of Contact
Dolly Colwell, (904) 232-3739
 
E-Mail Address
US Army Engineer District, Jacksonville
(Dolly.M.Colwell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Work includes dredging approximately 725 thousand cubic yards of material from the Entrance Channel, Turning Basin, Carrier Basin, and Pier C-2. Excavated material from this portion of the project shall be placed in the Jacksonville Ocean Dredged Material Disposal Area (ODMDS) Release Zone. Work also includes dredging approximately 121 thousand cubic yards of material from the Destroyer Slip and Small Craft Basin. Excavated material from this portion of the project shall be placed in the Mayport Naval Station Upland Disposal Area D/A-O. Project work will be subdivided into a base bid and four option bid items as follows: The base bid will require dredging of portions of the Entrance Channel and Turning Basin totaling approximately 291,000 cy of material with placement in the ODMDS. Bid Option A will require dredging of portions of the Turning Basin totaling approximately 422,000 cy of material with placement in the ODMDS. Bid Option B will require dredging of the Destroyer Slip totaling approximately 108,000 cy of material with placement in D/A-O. Bid Option C will require dredging of the Small Craft Basin totaling approximately 13,000 cy of material with placement in D/A-O. And Bid Option D will require dredging of portions of the Entrance Channel totaling approximately 12,000 cy of material with placement in the ODMDS. Required depths for the project range from 14-feet MLLW in the Small Craft Basin to 50-feet MLLW in the Carrier Basin and Pier C-2. There is a 2-foot allowable overdepth applied to all dredging areas. The following requirements apply to hopper dredges only: (1) the allowable work period for hopper dredges is restricted to the period between 15 December and 31 March, (2) sea turtle trawling and relocation shall be required if sea turtles are taken, (3) Silent Inspector certification is required prior to Notice To Proceed (NTP). Magnitude of construction is between $5,000,000.00 and $10,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED IN ACCORDANCE WITH THE SEAGOING BARGE ACT. ALL RESPONSIBLE BIDDERS ARE ENCOURAGED TO PARTICIPATE. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. The solicitation was issued on 11 September 2009. Amendment 0001 is being issued concurrently with this revised synopsis. Bid Opening date has been postponed from 21 October 2009 and is currently scheduled for 10 November 2009 at 2:00 p.m. Solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER AS AN INTERESTED VENDOR on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the Central Contractor Registration 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 also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $20 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-09-B-0028/listing.html)
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN01980601-W 20091008/091006234543-a5bda72ea52e952fdc820177c079c159 (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.