Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 08, 2012 FBO #3910
MODIFICATION

Y -- Synopsis of proposed maintenance dredging - Rockaway Inlet, Jamaica Bay Federal Navigation Project, New York

Notice Date
8/6/2012
 
Notice Type
Modification/Amendment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-12-B-0006
 
Response Due
7/17/2012 2:00:00 PM
 
Archive Date
11/15/2012
 
Point of Contact
Matthew A. Guilday, Phone: 9177908081
 
E-Mail Address
matthew.guilday@usace.army.mil
(matthew.guilday@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers, New York District proposes to perform maintenance dredging of the Rockaway Inlet of Jamaica Bay, New York, Federal Navigation Project, with subsequent beneficial use placement of the dredged material at one or more of the following placement sites: beach placement, upland placement and/or the Historic Area Remediation Site (HARS) in the Atlantic Ocean. The proposed maintenance dredging would remove up to approximately 350,000 cubic yards of sandy sediment to a depth of 20 feet below Mean Low Water with 1 feet allowable Over-Depth in the Basic Work and Option Work areas within the Rockaway Inlet navigation channel. This is an Unrestricted Procurement, Invitation for Bid (IFB), and the applicable NAICS Code is 237990. The apparent low bidder shall be officially notified by the contracting officer to submit the following information: a) name, location, point of contact, b) evidence of the daily production capability and the output rates of at least 7,500 cubic yards per day for their proposed integrated system of dredging and placement. In addition, a synopsis (narrative detailing the operation to move the dredged material from the dredging site to its final resting place) of the proposed operation is also to be submitted by the apparent low bidder. Bidders should consult with Section 00 80 00 paragraph 1A.1 of the Specifications for detailed submittal requirements. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by them of the Notice to Proceed. This work cannot be efficiently accomplished by a mechanical clamshell bucket dredge. A hydraulic cutter-head dredge or a self-propelled trailing-arm pump-out hopper dredge is expected to perform the work. The contractor is required to maintain an integrated production of at least 7,500 cubic yards per day. It is anticipated that dredging/placement would take place within the approximate time period of 1 August 2012 to 15 November 2012. The work is estimated to cost between $3,000,000 and $5,000,000. Plans/Specs for the Invitation for Bid for subject procurement will be available on/about 03 August 2012 with bid opening on/about 04 September 2012 at 2:00 P.M. in Room 1841 at 26 Federal Plaza, New York, N.Y. 10278-0090. Solicitation number will be W912DS-12-B-0006. Large business concerns must submit as part of their bid a subcontracting plan for this project in accordance with FAR Clause 52.219-8 and FAR Clause 52.219-9. Failure to submit an acceptable subcontracting plan may make the bidder ineligible for award of the contract. Small Business Goals: If a large business, the prime contractor shall provide its small business subcontracting plan conforming to the requirements of FAR 19.704 and DFARS 219.7. The small business subcontracting goals for USACE New York District are as follows: Small Business 50.0%, Small Disadvantaged Business 17.0%, Women-Owned Small Business 18.0%, HubZone Small Business 10.0%, Veteran Owned Small Business 4% and Service Disabled Veteran Owned Small Business 4.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Construction Contractor Appraisal Support System (CCASS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CCASS is a module of the Contractor Performance Assessment Reporting System (CPARS) and is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. Point of Contact is Matthew Guilday, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090 Phone: 917-790-8081 Fax: (212) 264-3013 Email: matthew.guilday@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-B-0006/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02828697-W 20120808/120806235945-e1c55cac4647927d63880b034d7199ff (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.