Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2011 FBO #3463
MODIFICATION

Z -- DREDGING AND CONSTRUCTION FOR BA38 PELICAN ISLAND BARATARIA BARRIER SHORELINE RESTORATION PROJECT, GULF OF MEXICO, LOUISIANA IAW THE COASTAL WETLANDS PLANNING, PROTECTION, AND RESTORATION ACT (CWPPRA) - Solicitation 1 - Package #2 - Solicitation 1

Notice Date
5/17/2011
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133F-11-RB-0004PWS
 
Response Due
6/17/2011 1:00:00 PM
 
Point of Contact
Pamela L. Stichweh, Phone: 816-426-2067, Jane D. Cerda, Phone: 816-426-7426
 
E-Mail Address
pamela.l.stichweh@noaa.gov, jane.d.cerda@noaa.gov
(pamela.l.stichweh@noaa.gov, jane.d.cerda@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
WC133F-11-RB-0004 - Pelican - Section J - Attachments J.1.B - J.1.D WC133F-11-RB-0004 - Pelican - Solicitation WC133F-11-RB-0004 - Section J - Attachments - J.1.A - Pelican - Specifications - Appendix V - Summary of Electronic Data WC133F-11-RB-0004 - Section J - Attachments - J.1.A - Pelican - Specifications including General Conditions, Technical Provisions, and Environmental Protection Provisions WC133F-11-RB-0004 - Section J - Attachments - J.1.A - Pelican - Drawings SOLICITATION NOTICE: The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) Office of Habitat Conservation, intends to procure construction contractor services for Dredging for the Construction for BA38 Pelican Island Barataria Barrier Shoreline Restoration Project, Gulf of Mexico, Louisiana in accordance with CWPPRA The Project is an environmental restoration project and consists of the dredging and placement of possibly up to an estimated amount of 2,150,000 cubic yards of beach and dune fill borrowed from designated sites in the Gulf of Mexico. Project specifications require the placement of beach fill on the gulf side of the island to construct about 13,000 linear feet of dune to an elevation of +6 feet NAVD with an average crest width of approximately 180 feet. The project includes dredging to place approximately 1,600,000 cubic yards of marsh fill to construct about 350 acres of marsh platform on the bay side of the island at an elevation of +2.6 feet NAVD. Project features include the construction of about 15,000 feet of containment dikes, installation of approximately 13,900 feet of sand fencing, and pre- and post-post construction surveys. The project also includes construction of approximately 490-foot long extension to the existing jetty. In the event that a hopper dredge is used for any portion of the work, sea turtle protection measures shall be required. Estimated completion time is up to 505 calendar days inclusive of options, if exercised. This acquisition is being advertised as an UNRESTRICTED competition. The estimated construction cost of this project is more than $10 million. The NAICS Code is 237990 with a small business size standard of $ 20.0 million for Dredging. To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. Offers from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a subcontracting plan. The government intends to award a firm-fixed price contract to the lowest responsive, responsible bid. A bid guarantee in accordance with FAR 52.228-1 Bid Guarantee will be required. The solicitation documents for this procurement will only be posted on the Federal Business Opportunities website (www.fbo.gov). Contractors are responsible to register as an Interested Vendor to insure notification of issuance of any documents associated with this solicitation. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. A Pre-Bid conference will be held on June 3, 2011, 9:00 a.m. CDT at the: University of New Orleans, Lakefront Campus Center for Energy Resources Management, Room 438 2045 Lakeshore Drive, New Orleans, LA, 70122 See attached file for location and directions. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR) and the On-line Representations and Certifications Application (ORCA). For instructions on how to register in CCR please access the following web site: http://www.ccr.gov. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA) REQUIREMENTS: ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of many of the representations and certifications required by the Federal Acquisition Regulation. To be eligible for contract award and prior to bidding, a firm must be registered in the database. Please register Representations and Certifications at http://orca.bpn.gov. Detailed information can be found by visiting the help section of the ORCA website at http://orca.bpn.gov. The help section includes background information, frequently asked questions (FAQ), the ORCA Handbook, and a phone number to call for assistance. In order to register with the CCR and ORCA and become eligible to receive an award, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet at https://eupdate.dnb.com/requestoptions.asp. VETS - 100 Federal Contracting Program Reporting - In accordance with Title 38, United States Code, Section 4212(d), the U.S. Department of Labor (DOL), Veterans' Employment and Training Service (VETS) collects and compiles data on the Federal Contractor Program Veterans' Employment Report (VETS-100 Report) from Federal contractors and subcontractors who receive Federal contracts that meet the threshold amount in excess of $100,000.00 are required by legislation (FAR 22.1310) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by accessing the internet site at http://www.dol.gov/vets/programs/fcp/main.htm, or via email at: helpdesk@vets100.com. Questions may be directed to: Pam Stichweh, Contracting Officer, Phone: (816) 426-2067, FAX (816) 274-6967, Email: pamela.l.stichweh@noaa.gov, or Jane Cerda, Contract Specialist, (816) 426-7426, Email: jane.d.cerda@noaa.gov, or Jackie Smith, Procurement Technician, (816) 426-2068, Email: Jacqueline.s.smith@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133F-11-RB-0004PWS/listing.html)
 
Place of Performance
Address: Plaquemines Parish, Gulf of Mexico, Louisiana, United States
 
Record
SN02449577-W 20110519/110517234300-f002351e84d8b60e3bdabbc50c8c7951 (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.