Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 18, 2020 SAM #6806
SOLICITATION NOTICE

Z -- Beach Replenishment-Lower Cape May Meadows

Notice Date
7/16/2020 9:24:02 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU20B0011
 
Response Due
6/5/2020 12:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Frederick Conway, Phone: 215-656-6833, Gregory C. Keaton, Phone: 2156563826
 
E-Mail Address
frederick.conway@usace.army.mil, Gregory.C.Keaton@usace.army.mil
(frederick.conway@usace.army.mil, Gregory.C.Keaton@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
*****THIS PRE-SOLICITATION NOTICE IS REVISED AS FOLLOWS****** Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of surveying, excavating and placing approximately 164,000 cubic yards of sand within the Lower Cape May Meadows. This project does not include Options. Contractor will conduct pre- and post-placement condition surveys. These are beach survey lines (35 lines) that extend 3,000 feet into the water. Contractor will also place approximately 164,000 CY of sand. The sand will be excavated from 2 adjacent areas of the beach at Cape May Point State Park and The Nature Conservancy�s Cape May Migratory Bird Refuge. The sand will be moved and placed at 2 locations: the Cove Beach in the City of Cape May (114,000 CY) and Saint Pete�s Beach in the Borough of Cape May Point (50,000 CY). Contractor will be required to do before and after surveys every 50 feet in the excavation area (101 lines), and every 100 feet in the placement areas (22 lines). These surveys will be to wading depth only. Contractor will be paid based on the quantity excavated as calculated by the before and after surveys. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation No. W912BU20B0011 will be issued on or about�16 July�2020 as a Small Business Set-Aside Invitation for Bids.� Bid opening will be conducted on or about�18 August�2020 at 11:00 a.m. 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. The award will be made as a whole to one bidder in accordance with FAR Part 14 Procedures. The contract period of performance is 150 Calendar days. Estimated cost range of the project is $1,000,000 to $5,000,000. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $30.0 Million. [NOTE: Dredging � To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.] 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 insure equal employment opportunity is applicable to the resulting contract. Questions regarding this notice should be directed to Frederick Conway at Frederick.conway@usace.army.mil �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e8ea5b076b6642529463578373d7f570/view)
 
Place of Performance
Address: Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN05723605-F 20200718/200716230200 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.