Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

Z -- SAD Regional IDIQ MATOC for Hopper Dredging Projects with seed project for Maintenance Dredging, Entrance Channel, Palm Beach Harbor, Palm Beach County, Florida

Notice Date
12/22/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-12-R-0011
 
Response Due
2/7/2012
 
Archive Date
4/7/2012
 
Point of Contact
Karla M. Garcia, 904 2321433
 
E-Mail Address
USACE District, Jacksonville
(karla.m.garcia@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This solicitation is issued for the sole purpose of refreshing the pool of contractors for this particular group/pool. The Government intends to issue a master solicitation from which a minimum of one Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCS) will be awarded for Group I, Dredging Projects Requiring Coast Guard Certified Hopper Dredges within the Boundaries of the South Atlantic Division (SAD). Each IDIQ contract will be for a period of one year from date of award, with options to extend four additional one-year periods, not to exceed a total of five years. Maximum order limit is $500,000,000.00 for the entire group/pool for the entire five-year period. The magnitude of construction per task order will vary and is estimated to be between $1,000,000.00 and $25,000,000.00. Scope of work will vary for each task order. The plans and technical specifications shall be provided with each individual Task Order Request for Proposal. All work shall be completed in accordance with individual task order requirements as specified in the Request for Proposal. All task orders will be competed between the contractors that receive an IDIQ Contract under this master solicitation. MATOC awards will be made to the offerors whose proposals meet or exceed the Technical Acceptability requirements contained in the solicitation. Technical evaluation criteria for the IDIQ MATOCs include: (1) Plant and Equipment and (2) Evidence of Coast Guard Certification. Small Business firms must also submit the following: (1) Proof of ownership of dredge; (2) Evidence of small business status; and (3) Evidence of ability to provide acceptable performance and payment bonds. A Determination of Responsibility will also be required (Section 00600B of the solicitation). In addition, price will be evaluated under the initial 'seed' task order described in the following paragraph. The award of the initial 'seed' task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). INITIAL 'SEED' TASK ORDER PROJECT TITLE: Maintenance Dredging, Entrance Channel, Palm Beach Harbor, Palm Beach County, Florida. DESCRIPTION OF WORK: Project work consists of excavating approximately 125,000 cubic yards of material from the Palm Beach Harbor Entrance Channel and adjoining settling basin to alleviate critical shoaling that was discovered during a post-storm survey conducted 30 November 2011. The Entrance Channel passes through Lake Worth Inlet in Palm Beach County Florida, and is a part of the overall Palm Beach Harbor project. Due to the hazardous conditions presented by the shoaling to Palm Beach Harbor's commercial shipping traffic, this expedited design and award schedule. The project will entail the dredging of the entrance from Station 30+00 to Station 56+00 to the authorized 37-foot depth plus an allowable 2-foot overdepth. The settling basin will be dredged to a depth of 35 feet plus an allowable 2-foot overdepth. Material resulting from this event will be placed in the permitted nearshore disposal area which lies 500 feet south of the inlet incidental work includes endangered species and turbidity monitoring. Period of performance is 43 calendar days. THE FOLLOWING CONTRACTORS HAVE ALREADY BEEN AWARDED A CONTRACT FOR THE COAST GUARD CERTIFIED HOPPER DREDGING MATOC POOL UNDER SOLICITATION NUMBER W912EP-10-R-0023 ARE: Great Lakes Dredge and Dock, LLC (W912EP-11-D-0004); Weeks Marine, Inc. (W912EP-11-D-0005); Manson Construction Company (W912EP-11-D-0006); and Dutra Dredging Company (W912EP-11-D-0007). The contractors that have been awarded an IDIQ MATOC are not required to submit a proposal under this solicitation to remain in the pool. However, if contractors already in pool would like to propose on the seed project a separate RFP will be issued to the contractors listed above with the Volume 2 containing the "SEED" project. The RFP will be provided on the advertisement date of this solicitation, on or about January 6, 2012. Proposals under the RFP will be due on or about February 7, 2012. Magnitude of construction for the seed project is between $1,000,000.00 and $5,000,000.00. THIS PROCUREMENT IS AN UNRESTRICTED ACQUISITION. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The primary purpose of these contracts will be to provide services within the geographic boundaries of the South Atlantic Division in support of maintenance dredging projects which require coast guard certified hopper dredges. Additionally, the contracts may be used to provide emergency services outside the boundaries of the South Atlantic Division. The successful contractors awarded an IDIQ MATOC will not be obligated to submit proposals for any future task orders whether performance is within or outside the boundaries of the South Atlantic Division. The solicitation will be issued on or about 06 January 2012 and proposals will be due on or about 07 February 2012. A site visit will be held. See FAR clause 52.236-7, Site Visit, in Volume II of the solicitation. A PRE-PROPOSAL TELECONFERENCE WILL BE HELD a few days after the site visit. Date, time, and call-in number will be provided in the solicitation. The purpose of the pre-proposal conference is to provide an opportunity for two-way communication between the government and the dredging industry. The 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 TO RECEIVE NOTIFICATION 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. The Point of Contact for this solicitation is Pamela Shirley, Pamela.J.Shirley@usace.army.mil, phone number 904-232-1992.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-12-R-0011/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02644456-W 20111224/111222234454-634e46bd5a5489f1dd1c8f2878f6baf0 (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.