MODIFICATION
Y -- Maintenance Dredging of Sandy Hook Bay at Leonardo, NJ.Federal Navigation Project
- Notice Date
- 9/17/2014
- 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-14-B-0015
- Response Due
- 9/30/2014
- Archive Date
- 10/17/2014
- Point of Contact
- Nicholas P. Emanuel, Phone: 9177908069
- E-Mail Address
-
Nicholas.P.Emanuel@usace.army.mil
(Nicholas.P.Emanuel@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bid (IFB) for Maintenance Dredging, Sandy Hook Bay at Leonardo, New Jersey Federal Navigation Project. The sediment dredged from the channel will be placed along the adjacent beach east of the jetty. The proposed maintenance dredging consists of the removal of approximately 41,170 cubic yards (CY) of material to a depth of 8 feet below Mean Lower Low Water with 2 feet allowable overdepth. The Federal Navigation Project is located in Monmouth Country, NJ. The contractor will be required to commence work within five (5) calendar days after the date of receipt of the notice to proceed, to prosecute said work diligently and to complete the work no later than thirty six (36) calendar days after the receipt of the notice to proceed. It is anticipated that dredging and disposal would take place within the approximate time period of October 2014 - March 2015. This procurement is being solicited as a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 237990. The SIC CODE is 1629. The business size standard is $20,000,000.00. The estimated cost range of this project is between $500,000.00 and $1,000,000.00. Plans and Specifications for this Solicitation will be available on or about June 23, 2014. Bid Opening date is on or about July 23, 2014 at 2:00 P.M. Eastern Standard Time. Liquidated Damages - $1,800.00 per calendar day of delay until all work under the contract is accepted. Bids will be submitted to the US Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to the POC. 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 System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ 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. For further information, contact: Orlando Nieves, Contract Specialist, US Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, 10278-0090. E-mail: orlando.nieves@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-14-B-0015/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03515427-W 20140919/140917235648-6db5eb0de6c783635b35d6dbb8dbe6a4 (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 |