SOLICITATION NOTICE
Y -- Maintenance Dredging of the Sequine Point Section of the Raritan Bay Reach of the New York and New Jersey Channels of the Federal Navigation Project
- Notice Date
- 4/14/2004
- Notice Type
- Solicitation Notice
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-04-B-0008
- Response Due
- 5/19/2004
- Archive Date
- 7/18/2004
- Point of Contact
- alan.p.link, (212) 264-6707
- E-Mail Address
-
Email your questions to US Army Engineer District, New York
(alan.p.link@nan02.usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U. S. Army Corps of Engineers-New York District intends to issue an Invitation for Bids (IFB) to award a contract to perform maintenance dredging in the Sequine Point Section of the Raritan Bay Reach of the New York and New Jersey Channels, Feder al Navigation Project, with subsequent placement of the dredged material at a permitted, suitable upland site(s) furnished by the contractor and approved by the Government. The proposed maintenance dredging would remove approximately 144,000 cubic yards o f sediment (to depth of 35 feet below Mean Low Water with 2 feet of allowable over-depth). The site of work (dredging) is located just south of Sequine Point, Staten Island, New York. The apparent low bidder shall be officially notified by the contractin g officer to submit the following information for the disposal site(s) identified by the apparent low bidder: a) name, location, point of contact, total available capacity of the bidder??????s identified site(s) for the offloading, processing, and disposa l; b) detailed list of all permits and approvals are required for the selected site(s) to demonstrate that the site(s) is legal to receive, operate, process, and/or dispose of dredged material and their status; c) copies of permits currently issued/approve d for the site(s) at the time of submission; d) evidence of the daily production capability and the output rates of at least 4,000 cubic yards per day for their proposed integrated system of dredging, offloading, transportation, processing, and placement f or each bidder-identified site(s); and e) state the total capacity and the uncommitted capacity of the offloading, processing, and disposal site elements. In addition, a synopsis (narrative detailing the operation to move the dredged material from dredgin g site to its final resting place that the bidder has identified) of the proposed operation is also to be submitted by the apparent low bidder. Bidders should consult with Section 00800 paragraph 1A.1 of the Specifications for the detailed submittal requi rement. The apparent low bidder shall, within 70 calendar days from the date of notification, provide copies of all required permits and approvals for dewatering and/or other processing (if any), the transfer, transportation, and final disposal of dredged material, and shall submit evidence of such permits and approvals to the Government. Bidders should consult with Section 00800 paragraph 1A.2 for submittal requirement. The contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the Notice to Proceed (NTP), to prosecute said work diligently, and to complete the entire work ready for use not later than fifty (50) calendar days after receipt of the NTP. The contractor is required to maintain an integr ated production of at least 4,000 cubic yards per day. It is anticipated that dredging/disposal would take place in September-October 2004. The work is estimated to cost from $5,000,000.00 to $10,000,000.00. Plans and specifications for the subject proj ect would be available on/about 19 April 2004, with an estimated bid opening date on 19 May 2004. This procurement is unrestricted, with a 10% HubZone preference. A Small Business Sub-Contracting Plan must be accepted and approved prior to award. The pl an must address maximum efforts to utilize Small Business (SB), Small Disadvantaged Business (SDB), Woman-Owned SB, HubZone SB, Veteran-Owned SB, and Disabled Veteran-Owned SB. The applicable NAICS code is 237990 with an SB size standard of $17.0 million . The SIC code is 1629. The contractual point of contact is Alan P. Link, Lead Contract Specialist, at (212) 264-6707. The technical point of contact is Soon B. Lew at (212) 264-0199. Plans and specifications for this solicitation will be available on or about 19 April 2004, with a bid opening date on or about 19 May 2004 at 2:00PM. Bid opening will be held in Room 1841 of 26 Federal Plaza, New York City. T he media selected for the issuance of the solicitation and amendments shall solely be at the discretion of the Government. Accordingly, the media utilized for this project shall be the Internet and CD-ROM. Paper copies of this solicitation and amendments , if any, will not be available or issued. Interested parties may download or print the solicitation at no charge at http://www.nan.usace.army.mil (Contracting Opportunities). Project specification files and drawings are Portable Document Files (.pdf) an d can be viewed, navigated, or printed using Adobe Acrobat Reader. Minimum system requirements are Pentium II personal computer, Microsoft Windows 95 or greater, 128MB application RAM. A registration page is attached to the website and prospective bidder s are required to register to receive notice of any amendments and/or addenda that may be issued to this solicitation. Utilization of the Internet is the preferred method, however, CD??????s 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 numbers (including area codes). Make check or money order payable in the amount of $10.00 to FAO, USAED, NY. DFARS 252.204-70 04 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 f or award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. Alan P. Link, Lead Contract Specialist, US Army Corps of Engineers-New York District, CENA N-CT, 26 Federal Plaza, Room 1843, New York NY 10278-0090. Phone: 212-264-6707 FAX: 212-264-3013. VIA e-mail at alan.p.link@usace.army.mil. SEE NOTE 13 outlined in the FedBizOpps.
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza-Room 1843 New York NY
- Zip Code: 10278-0090
- Country: US
- Zip Code: 10278-0090
- Record
- SN00565841-W 20040416/040414212224 (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 |