Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2005 FBO #1242
MODIFICATION

Z -- Maintenance Dredging, 12-Foot Project Intracoastal Waterway, Jacksonville to Miami, St. Johns and Duval Counties, Florida

Notice Date
4/19/2005
 
Notice Type
Modification
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-05-B-0016
 
Response Due
5/19/2005
 
Archive Date
7/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of work includes a base bid and six options as follows: BASE BID Acceptance Sections (AS 10,11,12,13): Work includes maintenance dredging approximately 385,300 cubic yards of shoal material from SJ-Cut-8 (Station 00+00) to SJ-Cut-9 (Station 8 4+46), Intracoastal Waterway (IWW), to a required depth of 12-feet plus 2-foot allowable over depth, St. Johns County, Florida. Dredged material shall be placed in upland area SJ-14 located approximately 2 miles west of Palm Valley Bridge, State Road 210. Return water from upland area via pipeline is required. Work includes turbidity monitoring. OPTION 1 (AS 7,8,9): Work includes maintenance dredging approximately 308,900 cubic yards of shoal material from SJ-Cut-6 (Station 58+00) to SJ-Cut-8 (Station 0 0+00), Intracoastal Waterway (IWW), to a required depth of 12-feet plus 2-foot allowable over depth, St. Johns County, Florida. Dredged material shall be placed in upland area SJ-14 located approx. 2 miles west of Palm Valley Bridge, State Road 210. Retu rn water from upland area via pipeline is required. Work includes turbidity monitoring. OPTION 2 (AS 4,5,6): Work includes maintenance dredging approximately 319,200 cubic yards of shoal material from SJ-Cut-5 (Station 140+00) to SJ-Cut-6 (Station 58+00) , Intracoastal Waterway (IWW), to a required depth of 12-feet plus 2-foot allowable over depth, St. Johns County, Florida. Dredged material shall be placed in upland area SJ-14 located approx. 2 miles west of Palm Valley Bridge, State Road 210. Return wa ter from upland area via pipeline is required. Work includes turbidity monitoring. OPTION 3 (AS 3): Work includes maintenance dredging approximately 102,500 cubic yards of shoal material from IWW SJ Cut-5, Station 120+00 to 140+00 (Acceptance Section 3), Intracoastal Waterway, to a required depth of 12-feet plus 2-foot allowable over depth, St. Johns County, Florida. Dredged material shall be placed in upland area SJ-14 located approx. 2 miles west of Palm Valley Bridge, State Road 210. Work includes tu rbidity monitoring. OPTION 4 (AS 2): Work includes maintenance dredging approximately 98,600 cubic yards of shoal material from IWW SJ Cut-5, Station 100+00 to 120+00 (Acceptance Section 2), Intracoastal Waterway, to a required depth of 12-feet plus 2-fo ot allowable over depth, St. Johns County, Florida. Dredged material shall be placed in upland area SJ-14 located approx. 2 miles west of Palm Valley Bridge, State Road 210. Work includes turbidity monitoring. OPTION 5 (AS 1): Work includes maintenance dredging approximately 95,000 cubic yards of shoal material from IWW SJ Cut-5, Station 80+00 to 100+00 (Acceptance Section 1), Intracoastal Waterway, to a required depth of 12-feet plus 2-foot allowable over depth, St. Johns County, Florida. Dredged mate rial shall be placed in upland area SJ-14 located approx. 2 miles west of Palm Valley Bridge, State Road 210. Work includes turbidity monitoring. OPTION 6: Work includes maintenance dredging approximately 23,000 cubic yards of shoal material from Duval Reach, IWW DU Cuts 7, 8, and 9, Intracoastal Waterway, to a required depth of 12-feet plus 2-foot allowable over depth, Duval County, Florida. Dredged material shall be placed in upland area DU-8 adjacent to IWW near Atlantic Boulevard Bridge. Work inclu des turbidity monitoring. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. The solicitation was originally issued on 25 March 2005 with bids due on 10 May 2005. Amendment 0003 to this solicitation will be posted on our website on or about 29 April 2005 with bids due on or about 19 May 2005. Solicitation and amendments will be issued in electronic format only and will be posted on our website. All interested bidders must register electronically. If you are not registered, the Government is not responsible with providing you with notifications of any changes to this solicitation. The registration form is located at https://ebs1.saj.usac e.army.mil/ebs/AdvertisedSolicitations.asp. THIS PROCUREMENT IS A SMALL BUSINESS SET-ASIDE. Note: Contracting information for the Jacksonville District is now available on our web site at http://www.saj.usace.army.mil/ (Select Contracts/Business Opportu nities). You must be registered in the Central Contractor Registration (CCR) in order to be eligible to receive an award from this solicitation. Call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. All Bidders must al so be registered in Online Representations and Certifications (ORCA) website at http://orca.bpn.gov. NAICS Code is 237990 and the Small Business size standard is $17 million. NOTE: To be considered small for purposes of Government procurement, a firm mus t perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern. See government-wide numbered note 1.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN00791169-W 20050421/050419212310 (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 |
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.