Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26, 2001 PSA #2984
SOLICITATIONS

Y -- INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) CONTRACT FOR RENTAL OF A CUTTERHEAD PIPELINE DREDGE WITH OPERATORS FOR MAINTENANCE DREDGING OF THE BLACK WARRIOR AND TOMBIGBEE WATERWAY, ALABAMA

Notice Date
November 21, 2001
Contracting Office
US Army Engineer District, Mobile -- Civil Works, P. O. Box 2288, 109 Saint Joseph Street (zip 36602), Mobile, AL 36628-0001
ZIP Code
36628-0001
Solicitation Number
DACW01-02-B-0005
Response Due
January 15, 2002
Point of Contact
Sonya White, (251) 441-5582, FAX (251) 441-6510
E-Mail Address
US Army Engineer District, Mobile -- Civil Works (sonya.m.white@sam.usace.army.mil)
Description
Specific questions related to this project may be answered by Mr. Roger Gerth at phone (251) 694-3708 or fax (251) 694-4261. Technical inquiries on plans and specs must be submitted in writing by mail or fax. Refer questions on distribution of plans and specifications to the Plan Room at (251) 690-2535 or fax (334) 694-4343. Work consists of maintenance dredging of the Black Warrior and Tombigbee River System, the Alabama River System (AL), and the Tennessee-Tombigbee Waterway (TTW). The principal locat ion of work is expected to be the Black Warrior and Tombigbee River System (BWT). This work will require dredging to depths of 13 feet or greater over varying channel widths. The dredged material will be transported at distances up to 11,000 feet from th e dredging site at lifts up to 70 feet. A booster pump will be required at some locations. A diameter discharge of 18, 20, 22, or 24-inch dredge with respective minimum brake horsepower requirements of 2000, 2500, 2700 and 2700 are required. These requ irements are due to long line lengths and high lifts that exist at various locations on the river system. The proposed contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) Contract for a base period of approximately eight months. The guaran teed minimum contract amount is $1.5M. The estimated maximum contract value for base period is $4.5M. Individual task orders under the contract will range from $300,000.00 to $1.5M. NOTE: The above general outline of features of the work does not in a ny way limit the responsibility of the Contractor to perform all work and furnish all plant, labor, equipment and materials required by the specifications and the drawings referred to therein. The North American Industry Classification System (NAICS) code for this project is 234990. Bid documents are available on or about December 10, 2001. Estimated cost of work is between $1,000,000 and $5,000,000. Unrestricted. All responsible sources may submit an offer, which shall be considered. Note No. 1: Bidde rs, subcontractors and Dodge/Plan Rooms are required to self-register their firm or office on the Internet. Registration instructions are available on the Internet at http://www.sam.usace.army.mil then click on contract bids. Neither telephonic, mailed, nor fax requests will be accepted. Those registering are responsible for the accuracy of the information on the mailing list. Registration must include the firms' physical address, telephone, a valid fax number and a point of contact. Registration shoul d be completed one week prior to the issue date. All notifications of changes to this solicitation shall be made through the Internet only. It is therefore the contractors' responsibility to check the Internet address listed above daily, for any posted c hanges to this solicitation. Actual solicitation amendments will be issued on the Internet. The solicitation will be on the Internet for download only. Specifications will not be provided in a printed-paper format; however, the Government reserves the r ight to revert to paper medium when it is determined to be in the Government's best interest. NOTE: This solicitation is in .pdf format and requires Adobe Acrobat Reader. The Adobe Acrobat Reader may be downloaded free of charge at http://tsn.wes.army.m io/ComSoftware.asp. Note No. 2: All bid forms, bid bonds, and other normal documents required for the bid submittal, including amendments to the bid submittal, shall be in paper medium. Electronic medium for the bid submittal documents will not be allow ed. Note No. 3: Critical Path Method (Network Analysis System) is not required. Note No. 4: For this job, a small business is defined as having average annual receipts of less than $17,000,000 for the past three years. Note No. 5: This solicitation incl udes bid options, which may not be awarded. Note No. 6: Detailed Information on this and other Mobile District Projects (Ordering Solicitations, Points of Cont act, Synopsis of Work, Plan Holders, Bid Results, etc.) are available on the Internet at: http://www.sam.usace.army.mil.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011126/YSOL004.HTM (D-325 SN5135R8)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on November 21, 2001 by Loren Data Corp. -- info@ld.com