Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

Z -- Beachfill Nourishment - Bethany Beach, South Bethany Beach and Fenwick Island, DE

Notice Date
7/21/2017
 
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-0012
 
Archive Date
9/20/2017
 
Point of Contact
Robert R Hilton, Phone: 2156566911
 
E-Mail Address
robert.r.hilton@usace.army.mil
(robert.r.hilton@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project area encompasses approximately 7 miles of shoreline along the Atlantic Ocean in Sussex County, Delaware. Construction will take place within the Towns of Bethany Beach, South Bethany Beach & Fenwick Island. The contract work consists of placing and shaping beachfill material into a protective berm and dune system. The contract will consist of a base bid to place approximately 1,000,000 cubic yards of beachfill, along the Atlantic Ocean coastline of Bethany / South Bethany, Delaware and approximately 228,000 cubic yards of beachfill along the Atlantic Ocean coastline of Fenwick Island. The contract work may also consist of up to four (4) separate options to place additional amounts of beachfill per option, if awarded, in locations within and outside of the Base Bid areas. Options 1, 2, 3, & 4 if awarded, will be for quantities of 40,000, 50,000, 70,000 and 90,000 cubic yards, respectively. The project work for the Base Bid and Options, if awarded, also may include, in addition to beachfill: the repair of pedestrian, vehicle, and handicap crossovers; planting dune grass; installing sand fencing; and the relocation or removal of various existing structures to accommodate the beachfill. The beachfill material for this contract must come from the authorized borrow area. The period of performance is 240 calendar days for the Base and Options. 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-0012 is anticipated on or about August 4, 2017, as an unrestricted procurement. The bid opening is projected to be conducted 5 September 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 $25M - $100M. 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 Robert Hilton at robert.r.hilton@usace.army.mil on or before 5 September 2017 at 11:00 AM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-17-B-0012/listing.html)
 
Record
SN04590555-W 20170723/170721235506-60c0897bc6f8116d95b41e7dea0a8954 (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.