Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 08, 2014 FBO #4579
DOCUMENT

Z -- FY14 Maintenance Dredging located at Naval Weapon Station Earle in Colts Neck, New Jersey. - Attachment

Notice Date
6/6/2014
 
Notice Type
Attachment
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
N40085 NAVFAC Mid-Atlantic Naval Facilities Engineering Command, Mid-Atlantic Code AQ, 9742 Maryland Avenue Norfolk, VA
 
Solicitation Number
N4008514R5232
 
Archive Date
6/8/2015
 
Point of Contact
Michael Greene 757-341-0082 Michael Greene, Contract Specialist at michael.greene2@navy.mil
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRE-SOLICITATION NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). NO SPECIFICATIONS OR DRAWINGS ARE AVAILABLE AT THIS TIME. A Request for Proposal (RFP) will be issued to obtain contractor qualifications for which the resulting contract, by means of negotiated firm fixed-price procurement, will be awarded. The solicitation will be advertised as Unrestricted Full and Open Competition. Formal source selection procedures will be Lowest Priced Technically Acceptable (LPTA) as prescribed by Federal Acquisition Regulations (FAR) Part 15 as applicable. The contract will be procured using competitive proposals as it has been determined in accordance with FAR 6.401 to be the most appropriate method of contracting for the subject project. This solicitation will be issued as N40085-14-R-5232. The awarded contract will be a Design/Bid/Build Construction Project for œFY14 Maintenance Dredging  located at Naval Weapon Station Earle in Colts Neck, New Jersey. DESCRIPTION OF CONTRACT: The Contractor shall provide all labor, supervision, engineering, design, materials, equipment, tools, parts, supplies, and transportation, to perform all of the services described in the plans and specifications. FY-14 Maintenance Dredging at the NWS Earle, Colts Neck, NJ, consists of dredging the areas surrounding pier 3A and 4 at NWS Earle including berths, turning basin, terminal channel, and a portion of Sandy Hook Federal Channel. This project will involve the removal and offshore disposal of an estimated 2.1 million CY of dredge material. The dredging and disposal work shall be done using a clamshell dredge and transport to the ocean disposal at the Historic Area Remediation Site (HARS). The area to be dredged is located at the controlled NWS Marine Terminal. Virtually all of the turning basin and berths around piers 3A and 4 will require dredging the identified channel areas will generally only require dredging where shoaling has reduced the depth. Piers 3 and 4 (both east and West sides, turning basin, terminal channel and Eastern 600 LF of the Sandy Hook Federal Channel) shall be dredged to a project depth of 45 feet below mean lower low water (MLLW) plus 2 feet of over-depth The magnitude of construction for this project is between $25,000,000 and $100,000,000. The Northern American Industry Classification System (NAICS) code for this project is 237990.The estimated period of performance for this project is 710 calendar days from date of award (includes 15 days for payment and performance bonds processing). The Government intends on issuing the solicitation, to include plans and specifications, approximately June 2014. All documents will be posted on the https://www.neco.navy.mil/ and https://www.fbo.gov/ website, in Adobe Acrobat PDF file format and downloadable from the websites. The Acrobat Reader is required to view the PDF files. All prospective offerors MUST register on the website. All contractors are encouraged to attempt download prior to obtaining the solicitation through alternate sources. Amendments will also be posted on the website. This is the normal method for distributing amendments; therefore, it is the offerors ™ responsibility to check the website periodically for any amendments to this solicitation. The Government reserves the right to reject any or all proposals prior to award and also to negotiate with any or all offerors. OFFERORS ARE ADVISED AN AWARD IS ANTICIPATED WITHOUT DISCUSSIONS OR ANY CONTACT CONCERNING THE PROPOSALS RECEIVED. Offerors should not assume they would be contacted, or afforded the opportunity to qualify, discuss, or revise their proposals. IMPORTANT NOTICE: All prospective offerors must be registered in the System for Award Management (SAM) database (www.sam.gov) and the Online Representations ad Certifications Application (ORCA) database (https://orca.bpn.gov). Contractors will be searched against the Excluded Parties List (EPL) to ensure they are eligible for federal contract awards. Contractors are encouraged to register for the solicitation when downloading from the website. The information being requested does not constitute a commitment on the part of the Government to award a contract nor to pay for any costs incurred as a result of replying to this notice. Commander, Navy Installations Command (CNIC), has established the Navy Commercial Access Control System (NCACS), a standardized process for granting unescorted access privileges to vendors, contractors, suppliers and service providers not otherwise entitled to the issuance of a Common Access Card (CAC) who seek access to and can provide justification to enter Navy installations and facilities. Visiting vendors may obtain daily passes directly from the individual Navy installations by submitting identification credentials for verification and undergoing a criminal screening/ background check. Alternatively, if the vendor so chooses, it may voluntarily elect to obtain long-term credentials through enrollment, registration, background vetting, screening, issuance of credentials, and electronic validation of credentials at its own cost through a designated independent contractor NCACS service provider. Credentials will be issued every five years and access privileges will be reviewed / renewed on an annual basis. CONTRACTORS SHOULD PLAN ACCORDINGLY WHEN PERSONALLY DELIVERING PROPOSALS TO THE DESIGNATED GOVERNMENT INSTALLATION FOR A ONE-DAY PASS ACCESS. PLEASE ENSURE YOUR COMPANY PERSONNEL OR DELIVERY SERVICE CAN OBTAIN ACCESS TO THE DESIGNATED INSTALLATION TO AVOID DELAYS AND ACCESS BEING DENIED BY THE PASS AND ID OFFICE. GOVERNMENT EMPLOYEES DO NOT RETAIN RESPONSIBILITY FOR PICKING UP CONTRACTOR PERSONNEL OR PROPOSALS EXTERNAL TO THE DESIGNATED GOVERNMENT AGENCY OR INSTALLATION.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62470HR/N4008514R5232/listing.html)
 
Document(s)
Attachment
 
File Name: N4008514R5232_PRE-SOLICITATION_FOR_DREDGING,_NWS_Earle.docx (https://www.neco.navy.mil/synopsis_file/N4008514R5232_PRE-SOLICITATION_FOR_DREDGING,_NWS_Earle.docx)
Link: https://www.neco.navy.mil/synopsis_file/N4008514R5232_PRE-SOLICITATION_FOR_DREDGING,_NWS_Earle.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03388250-W 20140608/140606234722-dd87c10beb5ac073de775515f812f300 (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.