Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2022 SAM #7531
SOLICITATION NOTICE

Z -- Maintenance Dredging of Shoal Harbor and Compton Creek, New Jersey Federal Navigation Project

Notice Date
7/12/2022 11:45:53 AM
 
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
W912DS22B0023
 
Response Due
7/27/2022 11:00:00 AM
 
Point of Contact
Nicole C. Fauntleroy, Phone: 9177906139, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
nicole.fauntleroy@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(nicole.fauntleroy@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Description
The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of Shoal Harbor and Compton Creek, New Jersey Federal Navigation Project to a depth of -12 feet Mean Lower Low Water (MLLW) plus 2 foot over-depth (Shoal Harbor) and -8 feet MLLW plus 2 foot over-depth (Compton Creek).� The proposed maintenance dredging would remove approximately 150,000 cubic yards (CY) of critical shoals from Shoal Harbor and Compton Creek.� The dredged material would be pumped and placed at the Belford N-61 Confined Disposal Facility (70% sand and gravel, ~95,000 CY).� Both placement sites are within 1.5 miles of the dredging.� The proposed work is anticipated to be performed utilizing a hydraulic cutterhead dredge. Additional utility and tugboats will be needed to during the dredging and placement operations.� The Belford N-61 Confined Disposal Facility (CDF) will likely require rehabilitation with heavy equipment to prepare it to accept dredge material.� The Monmouth Beach placement site will need the placed material to fit a provided design template, requiring pipeline and heavy equipment such as bulldozers.� The dredging and placement of the dredged material would be required to meet all federal, state, and local criteria required by the government agencies having jurisdiction where the dredging and placement sites are located. Once the contract is awarded, the contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed and maintain an integrated production rate of at least 1,000 cubic yards per calendar day for the dredging and placement of the material.� 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 CDF rehabilitation work is anticipated to take place in the fall/winter of 2022, while the dredging and placement work would take place in the summer/fall/winter of 2023. �The magnitude of construction is between $5,000,000.00 and $10,000,000.00. This project solicitation will be Unrestricted full and open competition. It is anticipated that the IFB will be issued on or about the end of July 2022 and the bids will be due about 30 days later after the advertising date. This is an unrestricted procurement. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room� 16-300, 26 Federal Plaza, New York, NY 10278-0090.� 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 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 web page on 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 require 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 Nicole Fauntleroy, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 16-300, New York, NY 10278-0090. Email: nicole.fauntleroy@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/745e45cbefea41b2a2cbda29e176f7d2/view)
 
Record
SN06385804-F 20220714/220712230103 (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.