Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2024 SAM #8255
MODIFICATION

Z -- W912BU24B0005 - Lower Cape May Meadows

Notice Date
7/2/2024 7:41:42 AM
 
Notice Type
Solicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19103-0000 USA
 
ZIP Code
19103-0000
 
Solicitation Number
W912BU24B0005
 
Response Due
8/1/2024 8:00:00 AM
 
Archive Date
08/16/2024
 
Point of Contact
Frederick Conway, Esther Edinborough, Phone: 2156566764
 
E-Mail Address
frederick.conway@usace.army.mil, esther.a.edinborough@usace.army.mil
(frederick.conway@usace.army.mil, esther.a.edinborough@usace.army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Place of Performance: Cape May Point, New Jersey The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of surveying, excavating, and placing approximately 88,000 cubic yards of sand as part of the base award within the Lower Cape May Meadows. This project may include an option for an additional 45,000 CY. Contract work will consist of conducting pre- and post-placement condition surveys. These are beach survey lines (35 lines) that extend 3,000 feet into the water. The (88,000 CY) of sand will be excavated from two 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 to the Cove Beach area in the City of Cape May (88,000 CY). The Option of (45,000 CY) of sand if exercised, will allocate 30,000 CY moved to the Cove Beach area and 15,000 CY moved to Saint Peter�s Beach in the Borough of Cape May Point. 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 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. Contractor must be able to demonstrate prior experience on beachfill projects involving beneficial use placement techniques within environmentally sensitive coastal marshes and wetlands and knowledge of the dynamic conditions that exist for these placements. Due to environmental restrictions, excavating and placement cannot occur between 1 March 2024 to 30 August 2024. The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation.� Solicitation No. W912BU24B0005 will be issued 1 May 2024 with a bid opening date occurring at least 30 days after the Solicitation.� Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice To Proceed, Performance 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. The NAICS Code for this project is 237990 Dredging and Surface Cleanup Activities and the small business size standard is $37.0 Million.� Estimated cost range of project is $1,000,000.00 to $5,000,000 for the base contract work. Solicitation documents, plans and specifications will only be available via the Sam.gov webpage and hard copies will not be made available. No written or fax requests will be accepted. It is the contractor�s responsibility to monitor SAM.gov for any amendments. The solicitation contains 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 contains 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/216a267bf09544c5ad710a5236451173/view)
 
Place of Performance
Address: Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN07114794-F 20240704/240702230108 (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.