MODIFICATION
Y -- Maintenance Dredging, New Jersey Intracoastal Waterway and Adjacent New Jersey Waterways
- Notice Date
- 5/12/2015
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-15-B-0006
- Archive Date
- 7/8/2015
- Point of Contact
- Sandra G Fletcher, Phone: 215-656-6915
- E-Mail Address
-
Sandra.G.Fletcher@usace.army.mil
(Sandra.G.Fletcher@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- USACE, Philadelphia District intends make a single award in whole to the lowest priced responsive and responsible bidder. The Contract work will consist of Maintenance Dredging of the New Jersey Intracoastal Waterway and Adjacent New Jersey Waterways: (a) Dredging will be required to clear shoals and to maintain safe navigable depths; (b) Dike building/containment is required to safely contain the quantity of dredged material; and (c) additionally, placement involving beneficial use and marsh restoration alternatives will be utilized where permitted and appropriate. Contractor must have capability to operate 2 dredges concurrently - one 10-12 inch and one 12-14 inch hydraulic pipeline dredge. Disposal facilities will be provided by the Government - a combination of upland disposal facilities and thin layer placement on marshland. Due to environmental restrictions, dredging must occur within a window from 1 June through 31 December 2015. Additional environmental windows may be dictated based on the location of beneficial use placement alternatives. Contractor will be required to use the Resident Management System (RMS). Contractor must be able to demonstrate prior experience on dredging projects, which can include restoration type projects, involving beneficial use placement techniques on environmentally sensitive coastal marshes and wetlands. Prior experience must be substantiated in the successful completion of at least 1 project that is no older than 10 years. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation No. W912BU-15-B-0006 will be issued as a Small Business Set-Aside on or about 22 May 2015 with a bid opening date of 23 June 2015 at 11:00 a.m. This procurement is advertised as a total Small Business Set Aside action. The period of performance is approximately 180 calendar days; all work must be completed no later than 31 December 2015. The estimated cost range of this project is $1,000,000.00 to $5,000,000.00 and the NAICS code for this project is 237990 (SIC 1629) with a size standard of $27.5 million dollars. Solicitation documents, plans and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. Contractors who have received a federal contract of $100,000.00 or greater, accept as waived, must have submitted the required annual form VETS-100 Federal Contractor Veterans' Employment Report (VETS-100 Report and/or VETS-100A Report), as required in FAR 22.1302 (b) on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the following Internet website: http://www.vets100.com. All contractors must be registered in the DODs System for Award Management (SAM) database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-15-B-0006/listing.html)
- Record
- SN03728234-W 20150514/150512235509-2c81ae9b2282d166f1016fccbab1a00e (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 |