SOLICITATION NOTICE
Y -- Maintenance Dredging for Tangier Island Channel
- Notice Date
- 9/4/2013
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, Norfolk, 803 Front Street, Norfolk, VA 23510-1096
- ZIP Code
- 23510-1096
- Solicitation Number
- W91236-13-B-0013
- Response Due
- 9/19/2013
- Archive Date
- 11/3/2013
- Point of Contact
- Herbert Hankins, 757-201-7136
- E-Mail Address
-
USACE District, Norfolk
(herbert.w.hankins@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SYNOPSIS (PRE-SOLICITATION) W91236-13-B-0013 THIS PROCUREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. The U.S. Army Corps of Engineers, Norfolk District has a requirement for maintenance dredging to remove critical shoals from the channels and restore previously authorized navigable depth and to provide safe access for shallow draft vessels transiting the Tangier Channels. The Tangier Channels Federal navigation project was authorized by the River and Harbor Act of 2 March 1919 and modified by the P.W.A. Acts of 3 January 1934 and 30 August 1935 and the River and Harbor Act of 2 March 1946. The project was also modified in 1964 under Section 107 of the River and Harbor Act o 14 July 1960 to provide for a channel from the basin through Tangier Creek westward to the Chesapeake Bay. The funding for this maintenance dredging event at Tangier Island is provided by the Disaster Relief Appropriations Act: Public Law 113-2. This project consists of dredging the Tangier Channels Federal Navigation Channel. The work consists of maintenance dredging to a required depth of 8 feet MLLW in the East Channel, 7 feet MLLW in the Turning Basin, and 7 feet MLLW in the West Channel. All depths have a two foot allowable overdepth. The dredging involves approximately 55,500 cubic yards of material, including allowable overdepth dredging and estimated accretion to November 2013. The work shall be performed by a cutter-head pipeline dredge with all dredged material transported by pipeline and placed in the designated overboard placement area. The Government intends to award a firm fixed price contract using INVITATION FOR BID WITH PRE-AWARD SURVEY and procedures outlined in FAR Parts 36 and 14. Pre-award survey will determine contractor's responsibility in accordance with FAR 9.104 and 9.106. Bidders will be evaluated on both pre-award survey and conformance to the solicitation and price. The Government reserves the right to reject any or all Bids; and to award the contract to other than the lowest total price and to award to the bidder submitting the lowest bid determined by the Government to be responsible. The magnitude of construction is estimated between $1,000,000.00-$5,000,000.00. The anticipated date of the solicitation is on or about 19 September 2013. NAICS CODE 237990 applies to this procurement. Submission requirements (plans/specs) will be available on/about 19 September 2013 via Federal Business Opportunities (FedBizOpps, https://www.fbo.gov). Bid bonds will be required with Bid submittals. Search on W91236% for solicitations issued by Norfolk District. No hard copies will be available. Prospective contractors must be registered Vendors with https://www.fbo.gov in order to download plans and specifications. Prospective contractors MUST be registered in the DOD System for Award Management (SAM) database in order to obtain access to FedBizOpps. It is incumbent upon vendors to monitor FEDBIZOPPS for the release of the solicitation, specification, drawings, and all subsequent amendments. SAM Registration must also be ACTIVE and current to be eligible for contract award. Information on registration and annual confirmation requirements may be obtained by calling 1-866-606-8220 or via the Internet at http://www.sam.gov. Lack of registration in the SAM database will prevent access to FedBizOpps and will make a Bidder ineligible for award. NOTE: Online Representations and Certifications Applications (ORCA) apply to this solicitation. With ORCA, vendors have the ability to enter and maintain representations and certification information, via the Internet at http://orca.bpn.gov; therefore, vendors no longer have to submit representations and certifications with bid. Instead, this solicitation contains a single provision that will allow vendor to either certify that all representations and certifications in ORCA are current, complete, and accurate as of the date of signature, or list any changes. Inquires may be directed to CPT Bert Hankins by email to herbert.w.hankins@usace.army.mil. TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA65/W91236-13-B-0013/listing.html)
- Place of Performance
- Address: USACE District, Norfolk 803 Front Street, Norfolk VA
- Zip Code: 23510-1096
- Zip Code: 23510-1096
- Record
- SN03174605-W 20130906/130905000650-45d34f6f41c2bd07ec17f8d0c834c712 (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 |