Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 26, 2013 FBO #4415
MODIFICATION

Y -- Beach restoration dredging for NASA Wallops Island Post Hurricane Sand, Shoreline Restoration Project - Bid Abstract

Notice Date
12/24/2013
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-14-B-0001
 
Response Due
12/6/2013
 
Archive Date
4/30/2014
 
Point of Contact
Veronica A Mcguire, Phone: 757-201-7366
 
E-Mail Address
veronica.a.mcguire@usace.army.mil
(veronica.a.mcguire@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Bid Abstract THIS PROCUREMENT IS UNRESTRICTED. The U.S. Army Corps of Engineers, Norfolk District has a requirement for beach restoration dredging for NASA Wallops Island Post Hurricane Sand Shoreline Restoration Project. Hurricane Sandy hit the nearly completed NASA Wallops Island (WI) beach construction project area in late October 2012. All dredging and heavy beach construction elements of beachfill project were complete. But, only a third of the sand fencing was in place and all of this was at the northern end of the project area. No dune stabilization planting had occurred y et. Sand fencing was reasonably effective in minimizing sand losses where it was installed, limiting the significant sand losses to the othern approximately 12,300 LF of WI. The proposed restoration construction contract Plans and Specifications were prepared by Norfolk District. The contract scope includes the following: a. Dredge and place from 600,000 cubic yards (base contract amount) to approximately cubic yards (with 2,100,000 CY Options) of sand on the southern 12,300 LF of Wallops Island to restore the damaged dunes and berms to as close to the original construction as built elevations and shoreline protective capabilities. Due to the presence of stabilized dunes and berm grasses in some areas, the most cost effective restoration designs differ in some respects from the original As Builts. b. Option 3: As funding permits, this Option covers repairs/replacement of less than 350 LF of sea wall at the southernmost extent of the project area immediately in fron the NASA Launch facility's South Camera Stand. c. Sand fencing will be installed along all restored dunes following Government acceptance of sections. d. The Restoration Construction Contractor will also be expected to produce both pre- and post- construction surveys to confirm dredging volumes required and to generate As Built plans for the District and the District's customer. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR Parts 36 and 14. Pre-award survey will determine contractor's responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The magnitude of construction is estimated between $1,000,000 -$5,000,000. The anticipated date of the solicitation is on or about 08 November 2013. NAICS CODE 237990 applies to this procurement. Submission requirements (plans/specs) will be available on/about 08 November 2013 via Fedeeral Business Opportunities (FedBizOpps, https://www.fbo.gov). Bid bonds will be required with Bid submittals. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors MUST be register in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOpps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Intenet at http://www.sam.gov. lack of registration in the SAM database will prevent access to FedBizOpps and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, vendors have the ability to enter and maintain representations and certification information, via the Internet at http://orca.bpn.gov; therefore, vendors no longer have to submit representations and certifications with bid. Instead, this solicitation contains a single provision that will allow vendors to either certify that all representations and certifications in ORCA are current, complete, and accurate as of the date of signature, or list any changes. Inquiries may be directed to Sara D Pines by email to sara.d.pines@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-14-B-0001/listing.html)
 
Place of Performance
Address: USACE District, Norfolk 803 Front Street, Norfolk VA
Zip Code: 23510-1096
 
Record
SN03258042-W 20131226/131224233917-da5c7f60cd73a84f71b3e571264ac4cd (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.