Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JULY 23, 2001 PSA #2898
SOLICITATIONS

Y -- MAINTENANCE DREDGING OF THE RED HOOK FLATS ANCORAGE IN NEW YORK HARBOR, NEW YORK

Notice Date
July 19, 2001
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
DACW51-01-B-0021
Response Due
September 4, 2001
Point of Contact
Edward T. Lew, Contract Specialist, 212-264-6707, Adam Devenyi, Project Engineer, 212-264-0199
E-Mail Address
Click here to contact the contract specialist's via (Edward.T.Lew@nan02.usace.army.mil)
Description
The US Army Corps of Engineers, New York intends to issue an IFB to award a contract for performance of maintenance dredging in the Red Hook Flats Anchorage portion of New York Harbor, New York, Federal Navigation Project, with the disposal of the dredged material at the Historical Area Remediation Site (HARS). This is an UNRESTRICTED Procurement. The applicable NAICS Code is 234990 with a small business size standard of $17 million. The Estimated Cost for this project is $1,000,000 to $5,000,000. The proposed maintenance dredging of the Red Hook Flats Anchorage will require the removal and placement of a approxiamtely 500,000 CY of material. All material is to be dredged from the 35 ft deep (MLW) section of the anchorage with 2 feet allowable overdepth. The successful offeror will furnish all plant, labor, materials and equipment, sampling/testing and performing all dredging, transportation, and placement of the dredged material at the HARS disposal site. The duration of the project is approximately 50 calendar days. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. Paper copies of this Solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation, at no charge, at http://nan.usace.army.mil.(Contracting Opportunities) . Project specification files and drawings are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486 based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued to the solicitation. Utilization of the Internet is the preferred method, however, CDs will be available upon written request stating the Solicitation Number, or Project Name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to "FAO, USAED, NY". Solicitation documents shall be available on or about 03 August 2001. A Small Business Subcontracting Plan is required for all large firms. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. This includes evaluation of an offeror's past performance with respect to its allotment of work to Small, Small Disadvantaged, Veteran's Owned , HUBZONE , and Women-Owned Small Business Concerns. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from the SBA) that an offeror's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged, Veteran's Owned , HUBZONE ,and Women-Owned Small Business Concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan, the Contracting Officer will evaluate all relevant factors inclusive of the evaluation of the offeror's past performance in awarding subcontracts for the same or similar products or services to Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. The Corps of Engineers is responsible for effectively implementing the small business programs within its activities including achieving program goals and to ensure contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, Veteran's Owned , HUBZONE, and Women-Owned Small Business program requirements. In line with the emphasis on this program, the Corps of Engineers, New York District is particularly desirous of increasing subcontracting opportunities for Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. An offeror, as a prime contractor, is required to participate in this program by soliciting subcontractor bids from such firms. This office urges an offeror to take action to locate competent Small, Small Disadvantaged, Veteran's Owned , HUBZONE, and Women-Owned Small Business Concerns for subcontracting opportunities in preparing a bid. Submission of an unfavorable plan may result in denial of award. An offeror can facilitate the identification of such firms through the Small Business Administration's (SBA) PRO-Net website address http://pro-net.sba.gov. PRO-Net is a virtual one-stop procurement shop, which is free of charge. In addition, an offeror can contact the local SBA 8(a) Business Development offices in New York and New Jersey at (212) 264-4313 and (973) 645-2530, respectively, for referrals to SBA's 8(a) certified Small Disadvantaged Business Concerns. Registration Requirements: DFARS 252.204-7004 "Required Central Contractor Registration" (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at: http:// ccr2000.com.
Web Link
Click here to download a copy of the IFB (http://www.nan.usace.army.mil/)
Record
Loren Data Corp. 20010723/YSOL023.HTM (W-200 SN50S430)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on July 19, 2001 by Loren Data Corp. -- info@ld.com