Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 20, 2013 FBO #4409
MODIFICATION

Y -- Maintenance Dredging of Great Kills Harbor, New York, Federal Navigation Project with Shoreline Placement

Notice Date
12/18/2013
 
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-14-B-0003
 
Response Due
1/2/2014 2:00:00 PM
 
Archive Date
4/30/2014
 
Point of Contact
Rippert P. Roberts, Phone: 9177908166
 
E-Mail Address
Rippert.P.Roberts@usace.army.mil
(Rippert.P.Roberts@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REVISED Synopsis of the proposed maintenance dredging of Great Kills Harbor, New York, Federal Navigation Project The U.S. Army Corps of Engineers, New York District (USACE) proposes to perform maintenance dredging of the Federal Navigation Channel of Great Kills Harbor, with subsequent placement of the dredged material at the Historic Area Remediation Site (HARS). The proposed maintenance dredging is expected to involve the removal of approximately 252,000 Cubic Yards of sand to a depth of 10 feet below Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth. The proposed work is recommended to be performed by a mechanical dredge having a clamshell bucket or similar plant. It is not recommended that this work be performed by a hopper dredge since a majority of the sand in the proposed dredging footprint is above the Mean High Water (MHW) line. Additionally, multiple barges and tug boats may be needed to perform the work during dredging, transport, and placement of the dredged material. The Contractor will be required to commence work within five (5) calendar days after the date of his receipt of the notice to proceed. The contractor will be required to prosecute said work diligently and to complete the basic work ready for use not later than ninety-four (94) calendar days after the receipt by him of the notice to proceed for the basic work. The contractor is required to maintain an integrated production of at least 3,000 cubic yards per calendar day. The work is estimated to cost between $1,000,000 and $5,000,000. Amended plans and specifications for the subject project would be available on/about 23 December 2013 with bid opening on/about 23 January 2014. It is the intention of the Government to award in February 2014 and issue the Notice to Proceed on / about 20 February 2014. The applicable SIC code is 1629 and NAICS code is 237990 and the small business size standard is $20.0 million. This is an unrestricted Procurement 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. For further information, contact: Rippert P. Roberts III, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. E-mail: rippert.p.roberts@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-B-0003/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03254626-W 20131220/131218235831-8620662638d360c2419a53d9dbf352ae (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.