Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2014 FBO #4624
SOLICITATION NOTICE

Y -- Deepening of the existing 35-40 feet (MLW) Federal Navigation Channels System to a Depth of 42 Feet (Plus 1.5ft) (MLW). The Project Area is located along the Arthur Kill.

Notice Date
7/21/2014
 
Notice Type
Presolicitation
 
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-0020
 
Response Due
9/5/2014
 
Archive Date
10/5/2014
 
Point of Contact
Loretta E. Parris, 917-790-8182
 
E-Mail Address
USACE District, New York
(loretta.e.parris@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis for Federal Navigation Channel System Synopsis: The New York District of the U.S. Army Corps of Engineers (Corps) intends to issue a Invitation for Bid (IFB) Solicitation package seeking to award a firm-fixed price contract for the deepening of the existing 35-40 feet (MLW) Federal Navigation Channels System to a depth of 42 feet (plus 1.5 ft) (MLW). The project area is located along the Arthur Kill. The Project consists of the dredging and disposal of non-rock and Rock material. It involves the use of an environmental bucket such as a cable-arm clamshell dredge, an excavator dredge and possibly a drill blast barge for the drilling, blasting, dredging and disposal of rock. The scope of work also includes the sampling and testing of subsurface materials if needed. The non-rock materials unsuitable for the HARS (non-HARS) placement will be placed at an Upland placement Facility. Period of Performance is 270 calendar days. This solicitation is subject to FAR Part 14 sealed bidding procedures and is UNRESTRICTED with Hubzone Preference and is open to all prospective bidders. All bids must be received on time to be considered. The IFB will be evaluated based on price with award being made to the lowest responsible bidder. The applicable NAICS Code is 237990 and the small business standard size is $25.5 million. The estimated range for this project is $25,000,000 and $30,000,000. The Solicitation Number for this Procurement is W912DS-14-B-0020. Anticipate the Plans and Specification to be posted on or about 5 August 2014 via the Federal Business Opportunity Website at www.fbo.gov with a bid opening on or about 4 September 2014. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractors' responsibility to monitor the FedBizOps web-site for any amendments. Small Business Goals: In accordance with FAR Clauses 52.219-8 and 52.219-9, large businesses will be required to submit an acceptable subcontracting plan prior to award of a contract. If a large business, the apparent low bidder 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 40.0%, Small Disadvantaged Business 3.0%, Women-Owned Small Business 7.0%, HubZone Small Business 1.0%, Veteran Owned Small Business 2.0% and Service Disabled Veteran Owned Small Business 3.0%. 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 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. The Contractor Performance Assessment Reporting System (CPARS) is a web-enabled application the supports the completion, distribution and retrieval of all contract performance evaluations. Contractor Representatives are responsible for reviewing and commenting on evaluations submitted on the Contractor Performance Assessment Reporting System (CPARS) website at https://www.cpars.gov/index.htm. Point of Contact is Loretta Parris, Contract Specialist, US Army Corps of Engineers, New York Email:Loretta.e.parris@usace.amy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-B-0020/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03431677-W 20140723/140721234644-f9b315ab85642ac54d22f488af7f3938 (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.