Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

38 -- DREDGING AND CONSTRUCTION FOR BA-76 CHENIER RONQUILLE BARRIER ISLAND RESTORATION PROJECT, GULF OF MEXICO, LOUISIANA - Pre-Bid Conference directions

Notice Date
7/28/2015
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
WC133F-15-RB-0008
 
Archive Date
11/2/2015
 
Point of Contact
Jeanie M. Jennings, Phone: 8164267458, Jackie S Smith, Phone: 816-426-2068
 
E-Mail Address
jeanie.m.jennings@noaa.gov, jacqueline.s.smith@noaa.gov
(jeanie.m.jennings@noaa.gov, jacqueline.s.smith@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-Bid Conference - Location and directions On or about August 12, 2015. the U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) Office of Habitat Conservation and Eastern Acquisition Division, Kansas City, intends to issue an Invitation for Bid for construction contractor services for Dredging and Construction for BA-76 Chenier Ronquille Barrier Island Restoration Project, Gulf of Mexico, Louisiana. The solicitation will close on or about September 17, 2015. The Project is an environmental restoration project and consists of the dredging and placement of an estimated 1,644,500 cubic yards of beach and dune fill borrowed from designated sites in the Gulf of Mexico. Project specifications require the placement of beach fill on the gulf side of the island to construct about 8,250 linear feet of dune to an elevation of +8 feet NAVD with an average crest width of approximately 150 feet. The project includes dredging to place approximately 986,900 cubic yards of marsh fill to construct about 307 acres of marsh platform on the bay side of the island at an elevation of +2.5 feet NAVD. Project features include the construction of about 11,000 feet of containment dikes, installation of approximately 8,700 feet of sand fencing, and pre- and post-construction surveys. This acquisition is being advertised as an Unrestricted Invitation for Bid (IFB) which will result in the award of a single firm-fixed price (FFP) Construction contract. The estimated period of performance for completion of the project is 365 calendar days after issuance of the notice to proceed. The estimated construction cost of this project is more than $10 million. The NAICS Code is 237990 with a small business size standard of $ 27.5 million for Dredging. A Bid Guarantee is required in accordance with FAR 52.228-1. Minimum bid qualification requirements include (1) Dredge Capacity - size and capacity of dredge equipment; and (2) American Bureau of Shipping (A.B.S.) and/or U.S. Coast Guard Certification for Open Ocean Operation of Dredge (which is explained in detail in the General Conditions of the specifications); Offers from large business firms must comply with FAR 19.7 and FAR Clause 52.219-9 regarding the requirement for submission of a small business subcontracting plan that meets or exceeds DOC Small Business Subcontracting Goals. The government intends to award a firm-fixed price contract to the lowest responsive, responsible bid. The solicitation documents for this procurement will only be posted on the Federal Business Opportunities website (www.fbo.gov). Contractors are responsible to register as an Interested Vendor to insure notification of issuance of any documents associated with this solicitation. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. Offerors are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. A Pre-Bid conference will be held on August 19, 2015 at 9:00 AM CDST at the University of New Orleans, Lakefront Campus; Center for Energy Resources Management, Room 438; 2045 Lakeshore Drive, New Orleans, LA 70122. A map and directions are attached to this announcement. HOW TO OBTAIN A COPY OF THE SOLICITATION: To view or download the solicitation requires registration at the Federal Business Opportunities (FBO) website at http://www.fbo.gov. Downloads are available only through the FBO website. Any amendments will be available from the FBO website. Bidders are responsible for checking the FBO website frequently for any update(s) to this Pre-Solicitation Announcement or amendments to the solicitation. The website is occasionally inaccessible due to maintenance. The government is not responsible for any loss of internet connectivity or for a Bidders inability to access the document at the referenced website. SUBMITTAL REQUIREMENTS: See the solicitation for submittal requirements. To be eligible for contract awards, a firm must be registered in the System for Award Management (SAM) database. Register via the internet site at http://www.sam.gov. In order to register with SAM, all firms must have a Dun & Bradstreet Data Universal Numbering System (DUNS) identifier. A DUNS identifier can be obtained free of charge by contacting Dun & Bradstreet on-line at: https://eupdate.dnb.com/requestoptions.asp or by phone at (888) 814-1435. By submitting a bid the bidder acknowledges the requirement to be registered in the SAM database prior to award., during performance, and through final payment of any contract resulting from the solicitation. Prospective bidders must be registered with SAM prior to award of any contract. VETS-100 Requirement: Per the Federal Acquisition Regulation (FAR) Part 22.1303 all Bidders must complete their VETS-100 report via the Department of Labor website at Hhttps://vets 100.vets.dol.gov/to be eligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133F-15-RB-0008/listing.html)
 
Place of Performance
Address: Plaquemines Parish, Louisiana, United States
 
Record
SN03812659-W 20150730/150728235151-3ab8d82487a5da90bf7e3dcd8c875176 (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.