Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2017 FBO #5710
SOLICITATION NOTICE

Z -- Maintenance Dredging Salem River, New Jersey

Notice Date
7/10/2017
 
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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-17-B-0015
 
Archive Date
8/9/2017
 
Point of Contact
Jamaal A. Edwards, Phone: 2156563241, Timothy.J.Rooney,
 
E-Mail Address
JAMAAL.A.EDWARDS@USACE.ARMY.MIL, Timothy.J.Rooney@usace.army.mil
(JAMAAL.A.EDWARDS@USACE.ARMY.MIL, Timothy.J.Rooney@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract consists of maintenance dredging of Salem River, New Jersey. (a) The areas to be dredged under this contract may include a base contract and one option. (b) Base contract dredging of the channel will be performed from Station 3+400 to Station 15+500. (c) Option 1 dredging of the channel will be performed from Station 23+750 to Station 24+896. (d) Base and Option 1 dredging will be required to a depth of 16 feet plus 1 foot allowable Overdepth limited by a vertical plane through the required depth contour. (e) Dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. (f) No side slopes or end slopes are specified for this contract. (g) The use of hopper and bucket dredges will not be permitted under this contract. (h) The Government-furnished disposal area available for use under this contract is Killcohook Disposal Area Number 1.Control of Disposal Area Effluent. The contractor shall be required to meet the Water Quality Standards of 4g/l TSS at the sluice box This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation For Bids (IFB), Solicitation No. W912BU-17-B-0015 is anticipated on or about July 26th, 2017, as an unrestricted procurement. The bid opening is projected to be conducted 25 August 2017 at 11:00 a.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Estimated cost range of this project is $1,000,000 to $5,000,000. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 and the small business size standard is $36.5 Million. 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. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation. Responses should be sent to Jamaal Edwards at jamaal.a.edwards@usace.army.mil on or before 25 August 2017 at 11:00 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-B-0015/listing.html)
 
Place of Performance
Address: United States
 
Record
SN04573378-W 20170712/170710235852-b8ed75b231ef44257945c094df9d94a4 (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.