Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2012 FBO #3926
MODIFICATION

Y -- Rehabilitation of Hurricane Shore Protection Project(HSPP), Fire Island Inlet to Montauk Point , New York, West of Shinnecok Inlet Interim Project. - Solicitation 1

Notice Date
8/22/2012
 
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-0010
 
Response Due
9/21/2012 2:00:00 PM
 
Archive Date
10/15/2013
 
Point of Contact
RENEE GEORGE, Phone: 9177908177
 
E-Mail Address
RENEE.GEORGE@USACE.ARMY.MIL
(RENEE.GEORGE@USACE.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
W912DS-12-B-0010 Plans W912DS-12-B-0010 Soliciation and Specs The contract project consists of placement of a storm damage reduction berm in the area west of Shinnecock Inlet at the Atlantic Ocean Beach at Shinnecock Inlet County Park. Sand material will be obtained from the Shinnecock Inlet Navigation Channel and Deposition Basin. The placement area begins approximately 150 feet west of the west jetty at Shinnecock Inlet and continues westerly for approximately 1850 feet. The quantity of fill to be placed is 128,000 cubic yards. The placement cross section will be a berm at elevation +8.5 ft NAVD, at an average width of 150 ft from the existing +8.5 ft NAVD beach profile contour, then sloping seaward at 1 ft vertical to 15 ft horizontal to the existing beach profile. Payment will be based on the placement template. Project includes 5 options, although only one of these options would be awarded. The options widen the berm and add stockpile features to the project. The Contractor will be required to commence work within ten (10) calendar days after the date of receipt by him of the notice to proceed, to prosecute said work diligently and to complete the work no later than 115 calendar days after the receipt by him of the notice to proceed, depending on the award of options. This procurement is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 237990. The business size standard is $20,000,000. The SIC CODE is 1629. The estimated cost range for this project is between $5,000,000.00- $10,000,000.00. Plans and specification for Solicitation will be available on or about 16 August 2012. Bid Opening date is on or about 17 September 2012 at 2:00 P.M. (Eastern Standard Time). Bid opening will be held in room 1841 of 26 Federal Plaza, New York, New York 10278. The media selected for issuance of the 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. Interested parties may download and print the solicitation at no charge at h ttp://www.fbo.gov. All vendors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Business Opportunities (FBO) (www.fbo.gov). Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.go v) or the Army single Face to Industry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no automated email notification of amendments. To keep informed of changes: Check www.fedbizopps.gov frequently. Some contractor tools are the following: 1. Register to receive Notification and 2. Subscribe to the Mailing List for the specific solicitation at Federal Business Opportunities (www.fedbizopps.gov) or utilize the Vendor Notification Service in ASFI (https://acquisi tion.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to download solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the recommended Browser. However, Internet Explorer 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with Federal Business Opportunities. Utilization of the Internet is the prefer red method.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 will make an offeror ineligible to download the solicitation and for 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. The Federal Acquisition Regulation requires that Past Performance Information (PPI) be collected on DoD contracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 Apr 2007, the system, CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) requires both the contractor and government to submit their portion of the CPARS report via the internet for service contracts in excess of $1,000,000. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the system, the CPARS website has a computer based training module and a practice session for your use at http://www.cpars.gov/ by following the links to Training. The Point of Contact is Renee George, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843 New York 10278-0090 Phone: 917-790-8177, Fax: 212-264-3013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-B-0010/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02850468-W 20120824/120823000823-a9cf1b2afb6c40d842aa7a7bec4eb136 (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.