Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2011 FBO #3352
SOLICITATION NOTICE

Z -- Z - Regional Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCs) for Shore Protection and/or Beach Renourishment Projects within the Boundaries of the South Atlantic Division

Notice Date
1/26/2011
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP10R0025
 
Response Due
3/15/2011
 
Archive Date
5/14/2011
 
Point of Contact
Beau Corbett, 904-232-1388
 
E-Mail Address
USACE District, Jacksonville
(beau.corbett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to issue a master solicitation from which a minimum of two Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOCS) will be awarded for Group III, Shore Protection and/or Beach Renourishment Projects within the Boundaries of the South Atlantic Division (SAD). Each IDIQ contract will be for a period of one year from date of award, with options to extend four additional one-year periods, not to exceed a total of five years. Maximum order limit is $500,000,000.00 for the entire group/pool for the entire five-year period. The magnitude of construction per task order will vary and is estimated to be between $1,000,000.00 and $25,000,000.00. Scope of work will vary for each task order. The plans and technical specifications shall be provided with each individual Task Order Request for Proposal. All work shall be completed in accordance with individual task order requirements as specified in the Request for Proposal. All task orders will be competed between the contractors that receive an IDIQ Contract under this master solicitation. MATOC awards will be made to the offerors whose proposals meet or exceed the Technical Acceptability requirements contained in the solicitation. Technical evaluation criteria for the IDIQ MATOCs include: (1) Plant and Equipment and (2) Evidence of Coast Guard Certification (if applicable, see note below). Small Business firms must also submit the following: (1) Proof of ownership of dredge; (2) Evidence of small business status; and (3) Evidence of ability to provide acceptable performance and payment bonds. A Determination of Responsibility will also be required (Section 00600B of the solicitation). In addition, price will be evaluated under the initial 'seed' task order described in the following paragraph. The award of the initial 'seed' task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). NOTE: EVIDENCE OF COAST GUARD CERTIFICATION IS REQUIRED FOR ANY AND ALL DREDGES THAT ARE COAST GUARD CERTIFIED. HOWEVER, NOT ALL TASK ORDERS UNDER THIS MATOC WILL REQUIRE COAST GUARD CERTIFICATION. THEREFORE, OFFERORS WILL BE CONSIDERED ELIGIBLE FOR A MATOC AWARD WHETHER OR NOT THEY OWN A COAST GUARD CERTIFIED DREDGE; HOWEVER, THEY WILL NOT BE CONSIDERED FOR THE AWARD OF A TASK ORDER WHICH REQUIRES COAST GUARD CERTIFIED EQUIPMENT. INITIAL 'SEED' TASK ORDER PROJECT TITLE: Beach Erosion Control Project, Duval County, Florida Renourishment 2010, Contract 6. DESCRIPTION OF WORK: This project is a periodic renourishment of the Duval County Beach Erosion Control Project, Florida. Two segments of the county beaches are to be renourished along the municipalities of Atlantic Beach, Neptune Beach, and Jacksonville Beach. The two areas are located within a 6.7 mile area of beach (R-43.5 to R-80). These areas from north to south are approximately 1.7 and 4.3 miles long respectively. The berm width will be 145 feet with a foreshore slope of 1 Vertical on 20 Horizontal. The berm elevation is 7.2 feet NAVD 1988 with a one foot upper tolerance. The quantity of material required for this project is approximately 735,000 cubic yards in total. The amount of material required for each segment moving from north to south is 255,000 cubic yards for Segment A and 480,000 cubic yards for Segment B, respectively. The material will come from an offshore borrow area located almost 7.0 Nautical miles off Atlantic Beach with the farthest distance from the project beach being approximately 8.5 Nautical miles. Land access to the beach site is located at several points along the beaches area. Only Coast Guard certified dredges will be allowed to work on the "seed" task order project. Magnitude of construction is between $10,000,000.00 and $25,000,000.00. THIS PROCUREMENT IS AN UNRESTRICTED ACQUISITION. COAST GUARD CERTIFICATION OF VESSELS IS REQUIRED FOR THE "SEED" TASK ORDER BUT IS NOT REQUIRED FOR THE MATOC, SEE NOTE ABOVE. ALL RESPONSIBLE OFFERORS ARE ENCOURAGED TO PARTICIPATE. The primary purpose of these contracts will be to provide services within the geographic boundaries of the South Atlantic Division in support of shore protection and/or beach renourishment projects. Additionally, the contracts may be used to provide emergency services outside the boundaries of the South Atlantic Division. The successful contractors awarded an IDIQ MATOC will not be obligated to submit proposals for any future task orders whether performance is within or outside the boundaries of the South Atlantic Division. The solicitation will be issued on or about 10 February 2011 and proposals will be due on or about 15 March 2011. A site visit will be held. See FAR clause 52.236-7, Site Visit, in Volume II of the solicitation. A PRE-PROPOSAL TELECONFERENCE WILL BE HELD a few days after the site visit. Date, time, and call-in number will be provided to all interested parties that register in accordance with the following paragraph. The purpose of the pre-proposal conference is to provide an opportunity for two-way communication between the government and the dredging industry. Everyone interested in participating shall provide their company name, individual personnel names, telephone numbers, and e-mail addresses of all participants via e-mail to Mr. Beau Corbett at beau.j.corbett@usace.army.mil not later than the day of the site visit. In addition, it is requested that all questions be submitted in writing by e-mail to Mr. Corbett a minimum of two days prior to the pre-proposal teleconference. Any questions not submitted in advance may not be answered during the teleconference as further research and/or coordination with technical team members may be necessary. The solicitation will be issued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIVE NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. You must be registered in the Central Contractor Registration 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. You also must be registered in Online Representations and Certifications Application (ORCA) in order to receive an award from this solicitation. The ORCA website is located at http://orca.bpn.gov. NAICS Code 237990, size standard $20 million.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP10R0025/listing.html)
 
Place of Performance
Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
 
Record
SN02366950-W 20110128/110126234047-00e58ac63b78fe406ce60c4e45c15a1b (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 |
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.