Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 14, 2023 SAM #7869
SOLICITATION NOTICE

Y -- W912BU23B-Maintenance Dredging of Maurice River

Notice Date
6/12/2023 9:50:27 AM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU23B
 
Response Due
6/27/2023 12:00:00 PM
 
Archive Date
07/12/2023
 
Point of Contact
Frederick Conway, Phone: 2156566833, Brooke Patterson
 
E-Mail Address
frederick.conway@usace.army.mil, brooke.l.patterson@usace.army.mil
(frederick.conway@usace.army.mil, brooke.l.patterson@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
12 June 2023 Action Code: Pre-solicitation/Synopsis Subject: Maintenance Dredging Maurice River, Cumberland County, New Jersey Solicitation No.: W912BU23B00014 - Maintenance Dredging Maurice River Set-Aside Code: Small Business Place of Performance: Cumberland County, New Jersey The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for Maintenance Dredging of the Maurice River in Cumberland County, New Jersey. Contract work will consist of Maintenance Dredging of the Maurice River, New Jersey federal navigation channel to a depth of 8 ft MLLW plus 1 ft of allowable over-depth to clear approximately 62,000 cubic yards of fine-grained sediment from the channel. Beneficial use placement of dredged sediments involving marsh restoration alternatives will be utilized on two 9-acre plots in the Heislerville State Wildlife Management Area.�� Option 1 includes dredging and placement of an additional 19,000 cubic yards of fine-grained channel sediments. The contractor is required to have specialized experience since work requires the beneficial use placement of dredged sediments in sensitive marsh environments on State Wildlife Management Area land.� The contractor must be able to demonstrate prior experience on dredging projects involving beneficial use placement techniques within environmentally sensitive coastal marshes shorelines and wetlands and knowledge of the dynamic conditions that exist for these placements. Due to environmental restrictions, dredging and placement can only occur from 15 September 2023 to 28 February 2024. This project will include options which will be identified during solicitation. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation Number is W912BU23B0014 will be issued on or about 30 June 2023 with a bid opening date occurring at least 30 days after 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. The award will be made as a whole to one bidder in accordance with FAR part 14 Procedures. The contract�period of performance is 240 calendar days. In accordance with FAR 36.204, the estimated magnitude of construction of the project is between $1,000,000.00 to $5,000,000. The NAICS Code for this project is 237990 - Dredging and Surface Cleanup Activities and the small business size standard is $37.0 Million.� To be considered small for purposes of Government procurement, a firm or its similarly situated subcontractors must perform at least 40 percent of the volume dredged with their own equipment or equipment owned by another small dredging concern. Solicitation documents, plans, and specifications will only be available via the System for Award Management (SAM) located at https://www.sam.gov/. No�written or fax requests will be accepted. It is the contractor�s responsibility to monitor SAM for the solicitation posting and 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. Questions regarding this notice should be directed to Frederick Conway at�frederick.conway@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca45b1016d8545ad9d8007b41d3998f5/view)
 
Place of Performance
Address: Dorchester, NJ 08316, USA
Zip Code: 08316
Country: USA
 
Record
SN06712288-F 20230614/230612230108 (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.