SOLICITATION NOTICE
99 -- Debris Debris Removal from Barges NY48 and NY49 at the Caven Point Marine Terminal, Caven Point, New Jersey
- Notice Date
- 2/20/2009
- Notice Type
- Presolicitation
- NAICS
- 562119
— Other Waste Collection
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer District, New York, US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-09-T-0009
- Response Due
- 3/20/2009
- Archive Date
- 5/19/2009
- Point of Contact
- renee.george, 212-264-0154<br />
- Small Business Set-Aside
- Total Small Business
- Description
- The New York District U.S. Army Corps of Engineers proposes to issue a Request for Quote (RFQ) for the award of a firm-fixed contract for Drift Debris Removal from barges NY48 and NY49 at the Caven Point Marine Terminal, Caven Point, New Jersey. The contractor shall remove and dispose of debris consisting of various sizes of wood, pilings, wreckage, wrecks, fiberglass boats, plastics, Styrofoam, metals, rubber tires, metal and concrete found drifting in New York Harbor and from pier demolition / harbor cleanup projects. The material from the pier demolition / harbor cleanup projects may be accompanied by encrusted mud and earth as a result of the removal process. This is a five years contract will be commence at date of award. The debris to be removed will be stored on Government Barges NY 48 and NY 49 and possibly barges belonging to Government contractors working on government pier demolition / harbor cleanup projects. It is estimated that the contractor will be required to remove the wood and debris three (3) to four (4) times per year, when ordered to do so by the U.S. Army Corps of Engineers. The frequency of removal may increase due to the quantity of wood and debris made available from pier demolition / harbor cleanup. The Government Barges NY 48 and NY 49 hold approximately 250 short tons (ST) of debris each. The Government contractors barges hold approximately 500 ST each. The contractor will be given written notification in the form of a task order to remove debris from Government or Government contractors barges. The Government barges NY 48 and NY 49 can be towed by Government vessel at the contractors request within a five (5) nautical mile radius of Caven Point Marine Terminal, Jersey City, N. J. The Government contractors barges can be towed by their own vessels or by a commercial tugboat at their expense. Towing shall be to a location agreed to by Physical Support Branch personnel in New York Harbor and its tributaries. The Government and Government contractor barges can be towed at contractors expense by commercial tugboat to a location agreed by Physical Support Branch personnel in New York Harbor and its tributaries within a twenty-five (25) nautical mile radius from Caven Point Marine Terminal. The Government Barges NY 48 and NY 49 must stay on an inland route when being towed and cannot cross the line of demarcation to ocean route. Contractor must arrange docking space at the facility the barges are towed to and assure at least one (1) foot clearance at mean low water (MLW) under the barges at the dock. The approximate draft of the NY 48 and NY 49 is eight (8) feet but this must be verified before the barges are towed to the offloading facility. At no instance shall the barges be allowed to go aground. The contractor will be responsible for the barges while they are in his / her possession. The contractor, at his / her expense, will be required to repair all damages to or caused by the barges while in its possession. The contractor shall dispose of maximum of 50% of the debris at a landfill. A minimum of 50% of the debris must be disposed of by recycling. 100% of the debris may be recycled. Recycling includes environmentally acceptable reuse of material in present form, processing of material for reuse, resource recovery, etc. The contractor must assure compliance with appropriate Federal, State and / or Local regulations and obtain the appropriate authorization and permits at his / her expense. Contractor is required to set up a containment boom around the work area while unloading debris from the barges so as to entrap any wood that falls into the water. The contractor must pick up all floating debris that falls into the water Contractor is required to unload one (1) Government storage barge if requested. This project is being solicited as Small-Business Set-Aside procurement. The applicable NAICS code is 562119 with a size standard of $12.5 M. 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 is the Internet. 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://www.fbo.gov. Project Scope of Work are portable document files (PDF) and can be viewed, navigated, or printed using Adobe Acrobat Reader. Minimum system requirements are Pentium-based personal computer, Microsoft Windows 95 or greater, and 32 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 that may be issued to the solicitation. Utilization of the internet is the preferred method. 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 requirement may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Specifications for solicitation document W912DS-09-T-0009 will be available on or about 27 Feb 2009. The Request for Quotes will be due on 20 Mar 2009 at 2:00 P.M (Eastern Standard Time). Faxed quotes will be accepted at Fax: 212-264-3013. The Contract Specialist for this procurement is Renee George, Phone: 917-790-8177, or via email renee.george@usace.army.mil. The Technical Manager is Puntung Siu at 917-790-6202.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=df250d5757489533327a04f794794f77&tab=core&_cview=1)
- Place of Performance
- Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY<br />
- Zip Code: 10278-0090<br />
- Zip Code: 10278-0090<br />
- Record
- SN01754242-W 20090222/090220215248-df250d5757489533327a04f794794f77 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |