Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 23, 2013 FBO #4109
MODIFICATION

Y -- Emergency Dredging and Beach Nourishment for the Fire Island Inlet and Shore Westerly to Jones Inlet, New York Beach Erosion Control and Navigation Project - Solicitation 1

Notice Date
2/21/2013
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-13-B-0006
 
Response Due
3/8/2013 11:59:00 PM
 
Archive Date
8/5/2013
 
Point of Contact
Shaukat M Syed, Phone: 917-790-8176
 
E-Mail Address
shaukat.m.syed@usace.army.mil
(shaukat.m.syed@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Technical Specifications Plans Solicitation The New York District Army Corps of Engineers proposes to perform emergency maintenance dredging and beach nourishment for the Fire Island Inlet and Shore Westerly to Jones Inlet, New York Beach Erosion Control and Navigation project. The work consists of dredging of the Federal Navigation channel and deposition basin at Fire Island Inlet Federal Navigation Project with subsequent placement of the dredged material as nourishment along the designated feeder beach (Gilgo Beach, Suffolk County, New York). The proposed maintenance dredging and beach nourishment work would involve a Basic Schedule that requires dredging and placement of approximately 1,200,000 cubic yards of material at Gilgo Beach. The project is scheduled to be dredged to a depth of 14 feet plus 2 feet allowable over-depth or deeper based on the availability of material. The material dredged from the Fire Island Inlet will be placed along the Gilgo Beach shoreline, approximately 12,000 to 28,000 feet west of the inlet. The proposed work can be performed by either a pipeline or hopper dredge with pump-out capacity and an ability to withstand open ocean conditions. The apparent low bidder shall be officially notified by the contracting officer to submit the following information: a) name, location, point of contact, b) evidence of the daily production capability and the output rates of at least 12,500 cubic yards per day for their proposed integrated system of dredging and placement. In addition, a synopsis (narrative detailing the operation to move the dredged material from the dredging site to its final resting place) of the proposed operation is also to be submitted by the apparent low bidder. Bidders should consult with Section 00 80 00 paragraph 1A.1 of the Specifications for detailed submittal requirements. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed, to prosecute said work diligently and to complete the basic work ready for use not later than one hundred and forty (140) calendar days after the receipt by him of the notice to proceed. It is anticipated that dredging and disposal would take place within the approximate time period of March 2013 through July 2013. The work is estimated to cost between $15,000,000 and $30,000,000. Plans/Specs for the subject project would be available on/about 1 February 2013 with bid opening on/about 1 March 2013 Large business concerns must submit as part of their bid a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52.219-9. Failure to submit an acceptable subcontracting plan may make the bidder ineligible for award of the contract. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business subcontracting goals for USACE New York District are as follows: Small Business 50.0%, Small Disadvantaged Business 17.0%, Women-Owned Small Business 18.0%, HubZone Small Business 10.0%, Veteran Owned Small Business 4.0% and Service Disabled Veteran Owned Small Business 4.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-B-0006/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02992422-W 20130223/130221234229-8ef029028ba7725c8750ce1be51ebebd (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.