Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2012 FBO #3765
SOLICITATION NOTICE

Z -- Kings Bay, Georgia and Fernandina Harbor, Florida, Maintenance Dredging, 45-foot Project, Entrance Channel (Ranges A, A1)

Notice Date
3/14/2012
 
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
GROUP11RJ007
 
Response Due
3/16/2012
 
Archive Date
5/15/2012
 
Point of Contact
Beau Corbett, 904-232-1388
 
E-Mail Address
USACE District, Jacksonville
(beau.corbett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP-10-R-0023 and W912EP-12-R-0011: Great Lakes Dredge and Dock, LLC (W912EP-11-D-0004); Weeks Marine, Inc. (W912EP-11-D-0005); Manson Construction Company (W912EP-11-D-0006); Dutra Dredging Company (W912EP-11-D-0007) and Cashman Dredging & Marine Contracting (W912EP-12-D-0003). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE COAST GUARD CERTIFIED HOPPER DREDGING MATOC POOL. DESCRIPTION OF WORK: Project work consists of excavating approximately 60,000 cubic yards of material from Ranges A and A1 of the Kings Bay Entrance Channel. Excavated material will be transported to, and placed in the Fernandina Ocean Disposal Area (D/A-O). D/A-O is located 14 miles southeast of the dredging area. Incidental work includes endangered species monitoring, sea turtle non-capture trawl sweeping, and turbidity monitoring. Only hopper dredges will be allowed to perform this work. Magnitude of construction is between $1,000,000.00 and $5,000,000.00. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED. The request for proposal will be issued on 13 March 2012 and proposals will be due on 16 March 2012 at 3:00 PM, EST. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA); the technical evaluation factors will be availability of plant and equipment capable of performing the work within the required period of performance and past performance. The request for proposal 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, firms 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. NAICS Code 237990, size standard $20 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP11RJ007/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02696340-W 20120316/120314234857-285935e478809637a6cd20b3664aef46 (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.