Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 21, 2013 FBO #4257
MODIFICATION

Y -- New York and New Jersey Harbor and Adjacent Channels, NYNJHDP Shoal Removal (S-SR-2) Contract #2, NYNJ Navigation Improvement 50-Foot Project, New York and New Jersey

Notice Date
7/19/2013
 
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-0018
 
Response Due
7/29/2013
 
Archive Date
12/2/2013
 
Point of Contact
Lisa M. Assim, Phone: 9177908180
 
E-Mail Address
lisa.m.assim@usace.army.mil
(lisa.m.assim@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) for dredging of NYNJ Harbor Shoal Removal (S-SR-2) Contract #2 for New York and NEW Jersey Harbor and Adjacent Channels. The project area is located in NYNJ Channels in New York and New Jersey. The Contract consists of deepening of the Federal Navigation Channel System (Removal of Shoals) to a depth of -52, -50 and -47 feet (plus 1.0 for dredge tolerance) (MLW) in different locations in the Port of New York and New Jersey. The project S-SR-2 includes the dredging and placement of non-rock materials. The non-rock materials suitable for Historic Area Remediation Site (HARS) placement will be placed at the HARS Site. The non-rock materials un-suitable for HARS placement will be placed Upland at the Contractor's approved selected site(s). The contract will involve the use of an environmental bucket such as a cable-arm clamshell dredge with 26 cubic yard bucket, an excavator dredge with a 12 CY bucket or a regular clamshell. These dredges must be able to operate in a minimum of 54 ft of water. Scows and tugs will be needed to place the material at the HARS and Upland. In addition, the Contractor must be capable of working in an active navigation channel with frequent ship traffic. The Contractor will therefore be required to relocate to allow for passage into the harbor and ports. Dredgers must be able to handle material at a sufficient rate to maintain a very aggressive schedule. In addition, the presence of dredging equipment in the channel will impact ship traffic, and it is necessary to minimize the duration of this impact. The duration of this project is approximately 200 calendar days for the base plus optional items. THE ESTIMATED PRICE RANGE FOR THIS PROJECT IS BETWEEN $25,000,000.00 AND $35,000,000.00. This procurement is being solicited as UNRESTRICTED, Full and Open Competition to ALL Business Concerns and Issued in Pursuant to the Small Business Competitiveness Demonstration Program with a Price Evaluation Preference for Hubzone Small Business Concern in accorance with FAR Clause 52.219-4. The applicable NAICS code is 237990 (with a Small Business Size Standard of $20,000,000.00). The SIC Code is 1629. Plans and specifications for the subject project will be available on 19 July 2013. Bid opening is scheduled for 19 August 2013 at 2:00 P.M. in Room 1841 at 26 Federal Plaza, New York, N.Y. 10278-0090. 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. 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 Part 36.2 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. Point of Contact is Lisa Assim, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Phone: 917-790-8180 Fax: 212-264-3013 Email: lisa.m.assim@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-B-0018/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03122261-W 20130721/130719234847-148d9e9abbf9752fea4ad41181324d3e (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.