SOLICITATION NOTICE
Y -- Maintenance Dredging of Perth Amboy Anchorage of the NY and NJ Channels Federal Navigation Project.
- Notice Date
- 7/25/2014
- 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-0022
- Response Due
- 9/10/2015
- Archive Date
- 10/10/2015
- Point of Contact
- Orlando Nieves, 917-790-8078
- E-Mail Address
-
USACE District, New York
(orlando.nieves@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) to award one firm-fixed price contract to perform maintenance dredging of Perth Amboy Anchorage of the NY and NJ Channels, Federal Navigation Project. The project consists of dredging a shoal area located east of Ferry Point, Perth Amboy, NJ. Dredged material will placed at the Historic Area Remediation Site (HARS) using bottom dumping barges. The proposed maintenance dredging would require dredging of approximately 760,000 cubic yards of material from a portion of the anchorage to a project depth of 35 feet below Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth for one section of the anchorage and 37 feet below Mean Lower Low Water (MLLW) plus 2 feet allowable overdepth for a separate section of the anchorage. The proposed work will be performed by a large mechanical dredge with a clamshell bucket. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the Notice to Proceed, to prosecute said work diligently and to complete the work ready for use not later than eighty-six (86) calendar days after the receipt by contractor of the Notice to Proceed. The contractor is required to maintain a production rate of at least 10,000 cubic yards per calendar day. There are no options to the contract. Liquidated Damages - $1,835.00 per calendar day of delay until all work under the contract is accepted. This solicitation is subject to FAR Part 14 sealed bidding procedures and is UNRESTRICTED with a HUBZone Price Evaluation Preference in accordance with FAR 19.1307 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 between $5,000,000 and $10,000,000. The Solicitation Number for this Procurement is W912DS-14-B-0022. Anticipate the Plans and Specification to be posted on or about 11 August 2014 via the Federal Business Opportunity Website at www.fbo.gov with a bid opening on or about 10 September 2014. Any and all amendments shall be likewise posted. Hard copies will not be available. It is the contractors' responsibility to monitor the FedBizOpps 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-B-0022/listing.html)
- Place of Performance
- Address: USACE District, New York Perth Amboy Anchorage of the NY and NJ Channels Perth Amboy NJ
- Zip Code: 08861
- Zip Code: 08861
- Record
- SN03438289-W 20140727/140725234752-d74eef36ee51dced4bc026f1a7ab576e (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 |