SOLICITATION NOTICE
Z -- Maintenance Dredging and Advance Maintenance Dredging, 32-Foot and 43-Foot Project, Tampa Harbor, Cuts A&C and Alafia River, Hillsborough County Florida
- Notice Date
- 5/14/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- U.S. Army Engineer District, Jacksonville - Civil, P.O. Box 4970, Jacksonville, FL 32232-0019
- ZIP Code
- 32232-0019
- Solicitation Number
- DACW17-03-B-0011
- Response Due
- 7/31/2003
- Archive Date
- 9/29/2003
- Point of Contact
- Tyrone Frey, 904-232-2757
- E-Mail Address
-
Email your questions to U.S. Army Engineer District, Jacksonville - Civil
(Tyrone.J.Frey@saj02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Tampa Harbor dredging project includes 1 Base Bid and 5 Option Bids. The Base Bid project consists of removing shoals along the Alafia River from station 0+00 to station 156+00 to a required depth of 33 feet plus 1 foot allowable over depth and from st ation 156+00 to station 181+13.22 to a required depth of 34 feet plus 1 foot allowable over depth. The 5 Option Bid Items are as follows: Option A is to remove shoals along Tampa Harbor Cut-A (HB) station 49+00 to Cut-C (HB) station 15+00; Option B is to r emove shoals along Cut-C (HB) station 15+00 to station 35+00; Option C is to remove shoals along Cut-C (HB) station 117+00 to station 166+00; Option D is to remove shoals along Cut-C (HB) station 166+00 to station 199+00; and Option E is to remove shoals a long Cut-C (HB) station 199+00 to station 226+00. All options are to a required depth of 43 feet plus 2 feet allowable over depth. Total amount of material to be dredged is approximately 214,000 cubic yards (cy) in the Base Bid, approximately 78,000 cy in Option A, approximately 82,000 cy in Option B, approximately 81,000 cy in Option C, approximately 81,000 cy in Option D, and approximately 82,000 cy in Option E. All dredged material will be placed in the designated disposal area at Cockroach Bay located an average of approximately 17 miles from the project site. Estimated period of performance for the Base Bid is estimated to be 150 calendar days after Notice to Proceed, which includes all Mob & Demob. Estimated period of performance for Options A-E is 30 calendar days per Option. Magnitude of construction is b etween $5,000,000 and $10,000,000. The solicitation will be issued on or about 16 June 2003 with bids due on or about 31 July 2003. This solicitation will be posted on our web site. All interested bidders must register electronically. If you are not reg istered, the government is not responsible for providing you with notifications of any changes to this solicitation. The registration form is located at https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp.This is an unrestricted procurement. All responsible sources may submit a bid which will be considered. There will be a price evaluation preference for certified Hubzone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. Note: Contract ing information for the Jacksonville District is now available at our web site: https://ebs1.saj.usace.army.mil/ebs/AdvertisedSolicitations.asp You must be registered in the Central Contractor Registration in order to be eligible to receive an award from t his solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. NAICS Code is 237990, size standard $17 million.
- Place of Performance
- Address: U.S. Army Engineer District, Jacksonville - Civil P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Country: US
- Zip Code: 32232-0019
- Record
- SN00324099-W 20030516/030514213635 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |