Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
SOLICITATION NOTICE

Y -- Maintenance Dredging of Sandy Hook Channel, New York Harbor, New York Federal Navigation Project

Notice Date
5/4/2017
 
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, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-17-B-0006
 
Archive Date
7/5/2017
 
Point of Contact
Orlando Nieves, Phone: 9177908078, ,
 
E-Mail Address
orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDcontracting@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of Sandy Hook Channel, in the New York Harbor Federal Navigation Project, with subsequent placement of the dredged material at the Sea Bright Offshore Borrow Area (SBOBA). The proposed maintenance dredging would remove approximately 350,000 cubic yards of sediment to a depth of -35 feet Mean Lower Low Water (MLLW) plus 2 ft of allowable overdepth. The dredged material consists primarily of sand. Based on past cycles of the proposed work in Sandy Hook Channel, it is recommended that the work be performed by large mechanical dredge. Additional multiple barges and tug boats may be needed to perform the work during dredging, transport and placement of the dredged material. 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. The contractor will be required to prosecute said work diligently and to complete the basic work ready for use not later than sixty (60) calendar days after the receipt of the notice to proceed (NTP). The contractor is required to maintain an integrated production of at least 8,000 cubic yards per calendar day for the dredging and placement of the sand at the SBOBA. The magnitude of construction for this project is between $1,000,000 and $5,000,000. Plans and specifications for the subject project would be available mid June 2017, with bid opening on or about 17 July 2017. It is the intention of the Government to award in July 2017 and issue the NTP on or about 15 September 2017. Liquidated Damages of $1,915.00 per calendar day of delay will be assessed to the contractor until all work under the contract is accepted as complete. This procurement is being solicited under 100% Full and Open Competition. The apparent low bidder will be required to submit a subcontracting plan upon request by the Contracting Officer. The North American Industry Classification System (NAICS) code is 237990. The business size standard is $27,500,000. The SIC CODE is 1629. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to Orlando Nieves at Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil. 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 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Orlando Nieves, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. E-mail: Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil This is an unrestricted procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-17-B-0006/listing.html)
 
Record
SN04495955-W 20170506/170504235111-71c92706dd0922e74faea1ca8896e536 (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.