Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SOLICITATION NOTICE

Y -- SOLICITATION: Raritan River, New Jersey, Maintenance Dredging Federal Navigation Project

Notice Date
5/11/2021 3:10:14 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST NEW YORK NEW YORK NY 10278-0004 USA
 
ZIP Code
10278-0004
 
Solicitation Number
W912DS21B0010
 
Response Due
6/8/2021 11:00:00 AM
 
Archive Date
06/23/2021
 
Point of Contact
Ivan V. Damaso, Amy P. Mistry
 
E-Mail Address
ivan.v.damaso2@usace.army.mil, amy.p.mistry@usace.army.mil
(ivan.v.damaso2@usace.army.mil, amy.p.mistry@usace.army.mil)
 
Description
Maintenance Dredging of Raritan River, New Jersey, Federal Navigation Project Background Information The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of Raritan River, New Jersey, Channels Federal Navigation Project to a depth of -25 feet Mean Lower Low Water (MLLW) plus 2 feet of allowable over-depth. The proposed maintenance dredging would remove approximately 500,000 cubic yards (CY) of critical shoals from the Raritan River. The proposed dredging area is �broken into two dredging areas. Approximately 435,000 cubic yards of dredged material would be removed from Dredging Area �A� and placed at the Historic Area Remediation Site (HARS). Approximately 65,000 cubic yards of dredge material will be removed from Dredging Area �B� and placed upland at a contractor furnished, state permitted upland placement site(s). The dredged material from Dredging Area �A� is expected to consist of �0.0% gravel, 39.5% sand, 36.6% silt, and 24.2% clay. The dredged material from Dredging Area �B� is expected to consist of 0.0% gravel, 37.9% sand, 39.8% silt, and 22.3% clay. Due to restrictions in the New Jersey Department of Environmental Protection Water Quality Certificate, the proposed work can only be performed utilizing a mechanical dredge with a closed clamshell environmental bucket. Additionally, multiple scows and tugboats will be needed to perform the work during the dredging, and placement � �operations. The dredged material would be required to meet all federal, state, and approved local criteria required by the government agencies having jurisdiction where the � �dredging and placement sites are located. The apparent low bidder shall, within 35 calendar days from the date the apparent low bidder is notified of being such, provide copies of all required permits and approvals for transportation, transfer, dewatering, processing, and final placement of the dredged material for the upland placement portion of the project, and shall submit evidence of such permits and approvals to the government.� Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt of the notice to proceed and maintain an integrated production rate of at least 10,000 cubic yards per calendar day for the dredging �and placement of Dredging Area �A� and at least 2,000 cubic yards per calendar day for the dredging, transfer, transportation, dewatering and/or other processing, and final placement of the material for Dredging Area �B�. The presence of dredging equipment in �the channel will impact vessel traffic and it is necessary to maintain this production rate while minimizing the duration of this impact.� The proposed work is anticipated to take place between September and December 2021.� The procurement method for this solicitation will be Invitation for Bids (IFB). �Project magnitude is greater than $10 million. �This project will be acquired as an unrestricted procurement. It is anticipated that the IFB will be issued on or about 23-26 April 2021, and the bids will be due on or about 30 days later. A site visit may be scheduled following the issuance of the solicitation. The specifications will be posted electronically via the Contract Opportunities website at https://beta.sam.gov/. �PLEASE NOTE: �www.fbo.gov IS NOW https://beta.sam.gov/. �The applicable North American Industry Classification System (NAICS) code is 237990 for Other Heavy and Civil Engineering Construction.� Bids will be required to be submitted electronically, instructions on how to submit electronically can be found in the solicitation when posted. All questions must be submitted in writing via email (Microsoft word format) to the Contract Specialist. �The media selected for the issuance of this solicitation and amendments shall solely be at the discretion of the Government; accordingly, the medium utilized for this project is the Internet. �Paper copies of this solicitation, and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/, and Contract Opportunities, located at https://beta.sam.gov/, in order to safeguard acquisition related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the Contract Opportunities website at https://beta.sam.gov/. The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandates the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at http://www.cpars.csd.disa.mil.� Point of Contact is Ivan V. Damaso, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16- 300, New York, NY 10278-0090. Email: �ivan.v.damaso2@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38c9323f7a884af5a6cd9a8681c5930f/view)
 
Place of Performance
Address: NJ, USA
Country: USA
 
Record
SN05997975-F 20210513/210511230055 (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.