Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2016 FBO #5418
SOLICITATION NOTICE

Y -- Craney Island Rehandling Basin Maintenance Dredge

Notice Date
9/21/2016
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Norfolk, 803 Front Street, Norfolk, Virginia, 23510-1096, United States
 
ZIP Code
23510-1096
 
Solicitation Number
W91236-16-B-0007
 
Archive Date
10/21/2016
 
Point of Contact
Stormie S. B. Wicks, Phone: 7572017215, Eartha Garrett, Phone: (757)201.7131
 
E-Mail Address
Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil
(Stormie.B.Wicks@USACE.Army.Mil, Eartha.Garrett@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS PROCUREMENT IS AN UNRESTRICTED PROCUREMENT. The Norfolk District, Army Corps of Engineers has a requirement to award a construction contract for Maintenance Dredging at the Craney Island Rehandling Basin located in Portsmouth, Virginia. Description of Work: The work consists of maintenance dredging the Rehandling Basin at Craney Island Dredged Material Management Area (CIMMA) to a depth of -28 feet Mean Lower Low Water (MLLW) with -2 feet allowable overdepth. In addition, the work consists of maintenance dredging the Access Channel (s) to a depth of -18 feet MLLW with -2 feet of allowable overdepth and the Debris Channel at a depth of -9 feet MLLW with -2 feet of allowable overdepth. The work shall be performed by Hydraulic Cutter-head dredge and Hydraulic pipeline, with all dredge material transported and placed in the Government-furnished upland placement area at the CIDMMA. The Rehandling Basin dredging, including allowable overdepth is approximately 885,100 cubic yards of dredge material. The Access Channels and Debris Channel dredging, including allowable overdepth is approximately 32,300 cubic yards of material. Total estimated amount to be dredged along with an estimated accretion is 1,012,400 cubic yards. The Notice-to-Proceed is estimated to be issued no later than 18 November 2016. Subject to available funds, an optional (-7) foot MLLW of dredging depth representing an additional 497,600 cubic yards of pay yardage may be awarded. If optional items are exercised, additional performance time will be added to the contract based on one additional day per 12,000 cubic yards of dredged material added. C. Construction Time * For the base contract bid items, begin performance within 15 calendar days and complete all work within 90 calendar days of receipt of Notice to Proceed (NTP). D. The following paragraphs should be inserted at Section 00800, Commencement, Prosecution, and Completion of Work. * Should the total quantity of material to be paid for and actually placed under this contract exceed the quantity from the Bidding Schedule, additional time will be allowed at the rate of one day for each 12,000 cubic yards in excess of the estimated quantity. The contracting officer will award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outline in FAR 36 and FAR 14. Pre-award survey will determine contractor responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids and to award to the bidder submitting the lowest bid determined by the Government to be responsible. Bid bonds will be required with bid submittals. The magnitude of construction is between $1,000,000.00 and $5,000,000.00. The NAICS code applicable to this requirement is 237990, with a small business size standard of $27.5 million. The proposed procurement listed herein is UNRESTRICTED. Proposals shall include sufficient detailed information to allow complete evaluation. The Government reserves the right to reject any and all offers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proof of acceptability rests with the Offeror. The solicitation will be available in electronic format only. Paper copies of this solicitation will not be available. Other methods of requesting a package will not be honored. This solicitation will be posted on the Federal Business Opportunities website at http://www.fbo.gov on/about October 6, 2016. The proposal due date shall be at least 30 days after the RFP is posted on the FBO website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO CONTINUALLY VIEW THE WEBSITE FOR CHANGES. All prospective contractors are required to be registered in the System for Award Management (SAM) database prior to contract award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via the Internet at https://www.sam.gov. Representations and Certifications Applications apply to this solicitation. Representations and Certifications may be completed online via the SAM. The Point of Contact for this requirement is Stormie Wicks Email: Stormie.B.Wicks@usace.army.mil; Phone: 757-201-7215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-16-B-0007/listing.html)
 
Place of Performance
Address: portsmouth, Virginia, United States
 
Record
SN04281847-W 20160923/160921235150-ea66398a0ea0b57fcaf703773272440c (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.