Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2013 FBO #4290
MODIFICATION

Y -- Fire Island to Montauk Point, New York, Interim Coastal Damage Protection Project, West of Shinnecock Inlet Reach (WOSI). - Amendment 1

Notice Date
8/21/2013
 
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-0023
 
Response Due
7/23/2013 2:00:00 PM
 
Archive Date
9/6/2013
 
Point of Contact
Matthew A. Guilday, Phone: 9177908081
 
E-Mail Address
matthew.guilday@usace.army.mil
(matthew.guilday@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
W912DS-13-B-0023 Amendment 0001 The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) to award a Firm Fixed Price contract for the placement of 450,000 cubic yards of sand to restore the Fire Island Inlet to Montauk Point, New York, Interim Coastal Damage Protection Project, West of Shinnecock Inlet Reach (WOSI) to its originally authorized profile. The estimated project duration is 90 days. Sand will be dredged by the contractor from an offshore borrow area, located 3-5 miles offshore of the project area. Payment will be based on the placement template. This procurement is being solicited as Unrestricted 100% Full and Open Competition to all business concerns and issued pursuant to Small Business Competitive Determination Program with price evaluation preference for HubZone Small Business Concerns. The North American Industry Classification System (NAICS) code is 237990. The business size standard is $20,000,000. The SIC CODE is 1629. The estimated cost range for this project is $10,000,000.00 and $25,000,000.00 with a bid bond required with the submittal of Bid. Plans and specifications for Solicitation will be available on or about 21 July 2013. Bid Opening date will be on or about 6 September 2013 at 2:00 P.M. (Eastern Standard Time). Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to the POC. 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 inelegible 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 man contact the District, Deputy for 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 the System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunities (FedBizOpps), located at https://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. 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. For further information, contact: Matthew Guilday, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8081 Fax: 212-264-3013. E-mail: matthew.guilday@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-B-0023/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03157086-W 20130823/130821235654-12463fa815c32ab3d6ff1979ca54a777 (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.