MODIFICATION
Z -- Maintenance Dredging Delaware River: Philadelphia to the Sea; PA, NJ and DE - Amendment 1
- Notice Date
- 9/14/2018
- Notice Type
- Modification/Amendment
- 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
- W912BU18B0015
- Archive Date
- 10/6/2018
- Point of Contact
- Kellee J. Haye, Phone: 2156566924
- E-Mail Address
-
Kellee.J.Haye@usace.army.mil
(Kellee.J.Haye@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0001 Specifications Amendment 0001 Drawings The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of maintenance dredging for the Delaware River: The contract consists of maintenance dredging of the Delaware River, Philadelphia to the Sea. All dredging will be performed to the specified required depth plus 1' allowable over depth. The Maintenance dredging shall be performed as contour dredging. The contract will provide for dredging up to 25' outside the channel edge in the Delaware River. The 24-Hour production rates for the maintenance dredging shall be Markus Hook 25,000 CY, Cherry Island 20,000 CY, Deepwater Point 20,000 CY and New Castle 20,000 CY. Delaware dredging work assignment station to station Marcus Hook 117+000 to 129+000 available to 43' (550,000) available to 44' (750,000). Bellevue/Cherry Island 158+000 to 172+500 available to 45' (400,000) available to 46' (500,000). Deepwater Point 187+000 to 200+000 available to 45' (400,000) available to 46' (500,000). New Castle 225+000 to 237+500 available to 46' (500,000) available to 47' (500,000). Pedricktown North and Killcohook Area #1. Drawings for the disposal areas will specify that the contractor shall ensure the discharge end of the dredge pipe extends 40 feet past the interior crest of the containment dike. This forty-foot length of pipe shall be sufficiently and safely supported along the entire length of the pipe by timber cribbing, a compacted earthen embankment, or other means approved by the Contracting Officer's Representative. The contract period of performance is 120 calendar days after receipt of the Notice to Proceed. 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. The bid opening is projected to be conducted 17 September 2018 at 11:00 a.m. EST; however, this information is subject to change. Offeror's should review the entire solicitation. 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 $10M - $25M. 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 Kellee J. Haye at Kellee.J.Haye@usace.army.mil on or before 21 September 2018 at 11:00 AM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18B0015/listing.html)
- Record
- SN05089850-W 20180916/180914230832-326d826dfa0bc62329093f0437a693ad (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 |