Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

Z -- Tampa Harbor Big Bend Channel, Construction Dredging, 41-Foot Project, Entrance Channel, Turning Basin, East Channel, Inner Channel and Local Sponsor Berthing Areas, Hillsborough County, Florida

Notice Date
2/1/2018
 
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, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-18-R-0006
 
Archive Date
4/18/2018
 
Point of Contact
Tonya M. Rogers, Phone: 9042321084, Timothy Humphery, Phone: (904) 232-1072Timothy Humphery
 
E-Mail Address
tonya.m.rogers@usace.army.mil, Timothy.G.Humphery@usace.army.mil
(tonya.m.rogers@usace.army.mil, Timothy.G.Humphery@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The project work consists of construction dredging of shoal and new work material (approximately 4 Million cubic yards) from the Big Bend Channel of Tampa Harbor and will be divided into a Base and 2 Option Items. The Federal project consists of the Entrance Channel, Turning Basin, East Channel, Inner Channel, and associated wideners. The construction dredging project will deepen the existing channel segments from approximately 36 feet to 41 feet plus 2 feet of Advance Maintenance and associated overdepths. The Entrance Channel will be widened from 200 feet to 250 feet for a length of approximately 1.9 miles. Additionally, the existing Turning Basin will be expanded to provide a minimum diameter of 1200 feet and turn wideners added where necessary. Associated non-Federal facilities include deepening the berthing areas and further expanding the East Channel. All dredged material from the project will be disposed of in Dredge Material Placement Facility DMPF 3-D located approximately 2.5 nautical miles from the area to be dredged. It is anticipated that the material to be dredged from the East Channel and associated berthing areas includes rock of sufficient hardness and massiveness such that blasting or some other form of pretreatment would be needed to efficiently remove the rock in conjunction with dredging of this reach. In addition to dredging, the work involves drilling and blasting (includes protected species observers, fish-kill monitoring, protected species watch plan activities, and vibration monitoring/control activities), bird monitoring, turbidity monitoring, endangered species observer (Hopper Dredge only), mobilization and demobilization for sea turtle trawling and relocation (Hopper Dredge only), sea turtle trawl sweeping and relocation (Hopper Dredge only), and dedicated manatee observers (Clamshell Dredges only). The period of performance for this procurement is a total of 450 calendar days from issuance of the Notice to Proceed. PROPOSAL REQUIREMENTS: Award will be made to the offeror whose proposal represents the best value to the Government. Proposals will be evaluated in the areas of technical merit, past performance, small business participation and price. Magnitude of construction is between $45,000,000.00 and $65,000,000.00. THIS IS AN UNRESTRICTED ACQUISITION. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The solicitation will be issued on or about 02 Feb 2018 with a response date of 03 Apr 2018. This solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/. NAICS Code 237990, size standard $27.5 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-R-0006/listing.html)
 
Place of Performance
Address: Hillsborough County, Florida, United States
 
Record
SN04807403-W 20180203/180201231816-fa5a08825e4c22f84887af73c3c1674b (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.