Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

Z -- TAMPA HARBOR MAINTENANCE DREDGING 43 & 44 FOOT PROJECT TAMPA BAY CUTS, GADSDEN POINT CUT, HILLSBOROUGH BAY CUTS AND UPPER CHANNELS, HILLSBOROUGH COUNTY, FLORIDA

Notice Date
7/31/2020 6:10:57 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US ARMY ENGINEER DISTRICT JACKSONVI JACKSONVILLE FL 32207-8175 USA
 
ZIP Code
32207-8175
 
Solicitation Number
GROUP1-18-R-J018
 
Response Due
8/10/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
Timothy Humphrey, Phone: 9042321072, Tedra Thompson, Phone: 9042321051
 
E-Mail Address
Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil
(Timothy.G.Humphrey@usace.army.mil, Tedra.N.Thompson@usace.army.mil)
 
Description
NOTICE OF INTENT TO ORDER: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER W912EP18R0029, GROUP 1 - UNRESTRICTED: Callan Marine, Ltd. (W912EP19D0023); Cashman Dredging & Marine Contracting Co., LLC (W912EP19D0024); Cavache Inc. (W912EPD0025); Continental Heavy Civil Corp (CHC) (W912EP19D0026); Cottrell Contracting Corporation (W912EP19D0027); Great Lakes Dredge & Dock Company, LLC (W912EP19D0028); J.T. Cleary Inc. (W912EP19D0029); Manson Construction Co. (W912EP19D0030); Marinex Construction, Inc. (W912EP19D0031); Norfolk Dredging Company (W912EP19D0032); Orion Marine Construction, Inc. (W912EP19D0033); Southern Dredging Co., Inc. (W912EP19D0034); The Dutra Group (W912EP19D0035); Waterfront Property Services, LLC dba Gator Dredging (W912EP19D0036); Weeks Marine, Inc. (W912EP19D0037). PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 1 - UNRESTRICTED DREDGING MATOC POOL. A Pre-Proposal Conference will be held on 23 July 2020 @ 10:00am, Local Time via teleconference. The call-in number is: 877-402-9753, the ACCESS CODE is: 6546236, and the SECURITY CODE is: 0955. It is requested that an email be sent to Timothy.G.Humphrey@usace.army.mil to confirm attendance by your organization. DESCRIPTION OF WORK: Project work will be divided into a base plus four options. Base work includes maintenance dredging from Cut-A (HB) and Cut-C (HB) Sta. 0+00 to Sta. 231+00 to a required depth of -44 feet MLLW with 1 foot of allowable overdepth. Option A includes maintenance dredging from Cut-C (HB) Sta. 231+00 to Sta. 341+77.72 to a required depth of -44 feet MLLW with 1 foot of allowable overdepth. Option B consists of maintenance dredging of Port Sutton Channel and Port�Sutton Turning Basin to a required depth of -44 feet MLLW with 1 foot of allowable overdepth. Option B also consists of maintenance dredging of East Bay Channel to a required depth of -43 feet MLLW with 2 feet of allowable overdepth. Option C consists of maintenance dredging of Cut-A (TB), Cut-B (TB) and Cut-C (TB) to a required depth of. -43 feet MLLW with 2 feet of allowable overdepth. Option D consists of maintenance dredging of Cut-D (TB), Cut-E (TB) and Cut-F (TB) and Gadsden Point to a required depth of -43 feet MLLW with 2 feet of allowable overdepth. Cut-A (HB), Cut-C (HB), Port Sutton Channel and Port Sutton Turning Basin include advanced maintenance dredging. All excavated material will be disposed of in the Dredge Material Placement Facility 3D (DMPF 3-D). Work also includes, but is not limited to, environmental species monitoring, turbidity monitoring, sea turtle trawl sweeping (hopper dredge only), bird deterrence within DMPF 3-D, and operation and maintenance of DMPF 3-D at the direction of the Contracting Officer. NAICS Code 237990, size standard $27.5 million. Magnitude of construction is between $10,000,000.00 and $20,000,000.00. The Solicitation will be issued on or about 9 July 2020 and proposals will be due on or about 10 August 2020. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance. The Request for Proposal will be issued in electronic format only and will be posted on the Beta.Sam website at https://www.Beta.Sam.gov. In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Beta.Sam website at https://www.Beta.Sam.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/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a27510975e0743abbc22268edb6e7eae/view)
 
Place of Performance
Address: Tampa, FL, USA
Country: USA
 
Record
SN05741746-F 20200802/200731230147 (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  © 1994-2020, Loren Data Corp.