SOLICITATION NOTICE
Z -- Group2-10-R-J005; Maintenance Dredging Projects at: U.S. Navy Submarine Base, Kings Bay, Camden County, Georgia (44 and 46-Foot Project) & Marine Corps Support Facility - Blount Island, Duval County, Florida (38-Foot Project)
- Notice Date
- 2/27/2013
- 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
- GROUP2-10-R-J005
- Response Due
- 3/27/2013
- Archive Date
- 4/28/2013
- Point of Contact
- Veronica Taylor, 904-232-2107
- E-Mail Address
-
USACE District, Jacksonville
(veronica.s.taylor@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS POSTED FOR INFORMATIONAL PURPOSES ONLY: THIS OPPORTUNITY IS AVAILABLE ONLY TO THE FOLLOWING CONTRACTORS AWARDED A CONTRACT UNDER SOLICITATION NUMBER. For GROUP 2 use: W912EP-10-R-0024: Cottrell Contracting Corporation (W912EP-11-D-0011); Southern Dredging Co., Inc. (W912EP-11-D-0012); Southwind Construction Corp. (W912EP-11-D-0014); Coastal Dredging Company, Inc. (W912EP-11-D-0016); Florida Dredge and Dock, LLC (W912EP-11-D-0017); Barnett Southern Corporation (W912EP-11-D-0018); 4H Construction Corporation (W912EP-11-D-0019); Goodloe Marine, Inc (W912EP-11-D-0020); Caldwell Marine International and Palm Beach Marine Construction, JV (W912EP-11-D-0021); ENCO Dredging (W912EP-11-D-0023); Inland Marine Services, LLC (W912EP-11-D-0024); and Vortex Marine Construction, Inc. (W912EP-11-D-0025) PROPOSALS WILL NOT BE CONSIDERED FROM ANY ENTITY OTHER THAN THE PREVIOUSLY LISTED FIRMS INCLUDED IN THE GROUP 2, SMALL BUSINESS DREDGING PROJECTS. A Pre-Proposal Conference will be held on March 14, 2013 from 10:00am - 12:00pm via teleconference. The call-in number for this teleconference is: (888)830-6260 and the PARTICIPANT CODE is: 182505. It is requested that an e-mail be sent to Veronica.S.Taylor@usace.army.mil identifying if your company will participate. DESCRIPTION OF WORK: Project work consist a Base and six options. Options A through E pertain to Kings Bay Inner Channel (KBIC) whereas Option F pertains to Marine Corps Terminal (MCT) only. For the base and the five other dredging options, this contract incorporates two feet of allowable overdepth throughout. The Base work will be at KBIC only and consists of dredging material from KBIC Station 25+000 to Station 48+175 to a 44-foot and 46-foot required depths as identified in the drawings. Additionally, maintenance dredging at the KBIC Site Six Operating Area - North to a 39-foot required depth. Base work also includes bird monitoring, stand by time and field cut weir riser boards. The placement of dredged material will be Big Crab Island Disposal Area (D/A-C) as shown on the plans. Option A work consists of maintenance dredging at KBIC Explosives Handling Wharves (EHW) to a 47-foot required depth. Option A work also includes Bird Monitoring. Option B is maintenance dredging of the south area of the KBIC Site Six Operating Area to a 45-foot required depth. Option B work also includes Bird Monitoring. Option C consists of maintenance dredging of the KBIC Refit Wharves to a 46-foot required depth. Option C work also includes Bird Monitoring. Option D requires removal of shoal material at the KBIC Dry Dock Caisson Gate Sill and Dry Dock Concrete Caisson Gate Mooring Facility to a 46-foot required depth. Option D work also includes Bird Monitoring. Option E consists of manufacturing an additional two-hundred (200) field cut weir riser boards as requested by the Contracting Officer. Option F consists of maintenance dredging at MCT between Station 00+00 to 56+09.1 to a 38-foot required depth. Option F's dredged material will be placed in the Dayson Upland Disposal Area (D/A-D) located across the St. Johns River Back Channel from the Marine Corps Terminal. Option F work also includes bird monitoring, turbidity and disposal monitoring, and stand by time. Kings Bay Naval Submarine Base (Subase) is located near St. Mary's, Camden County, Georgia, or five miles north of the Georgia/Florida Border and 28 miles north of Jacksonville International Airport (JAX). Access to the Subase is approximately 22 nautical miles from the Atlantic Ocean through the confluence of the St. Mary's and Amelia Rivers at Cumberland Sound and along the Atlantic Intracoastal Waterway (AIWW). The channel connecting the inshore waterways to the Subase is known as Kings Bay Inner Channel (KBIC) and is approximately 8.6 nautical miles west of the mouth of the St. Mary's Entrance (River Stations 00+000 to 48+250). The Marine Corps Facility on Blount Island (USMC-BI) is located approximately 8.0 miles northeast of downtown Jacksonville, Florida and nine miles west of the mouth of the St. Johns River. Blount Island is bordered to the north by St. Johns River and Fulton Cutoff Channel to the south. Magnitude of construction is between $5,000,000.00 and $10,000,000.00. For Kings Bay Inner Channel, the minimum acceptable size plant for this task order is an 18 quote mark cutter suction dredge which has demonstrated the ability to dig to 56-feet (47+2 plus 7 foot tide in the EHW sheds). For Marine Corps Terminal, the minimum acceptable size plant is a 16 quote mark cutter suction dredge which has demonstrated the ability to dig to 44-feet (38+2 plus a 4 foot tide). The request for proposal will be issued on February 26, 2013 and proposals will be due on March 27, 2013. The award of the task order will be made on the basis of Lowest Price Technical Acceptable (LPTA). The technical evaluation factors are availability of technically acceptable plant and equipment and past performance under GROUP 2, SMALL BUSINESS DREDGING PROJECTS. The request for proposal 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, firms 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. NAICS Code 237990, size standard $20 million.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/GROUP2-10-R-J005/listing.html)
- Place of Performance
- Address: USACE District, Jacksonville P.O. Box 4970, Jacksonville FL
- Zip Code: 32232-0019
- Zip Code: 32232-0019
- Record
- SN02997599-W 20130301/130227234835-ddc7902af01dd42ad7fa3f741ccd96b3 (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 |