Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
MODIFICATION

Y -- Maintenance Dredging of Flushing Bay and Creek, New York, Federal Navigation Project - Solicitation 1

Notice Date
6/10/2015
 
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-15-B-0009
 
Response Due
7/14/2015 2:00:00 PM
 
Archive Date
10/11/2015
 
Point of Contact
Anne Spiegelberg, Phone: 917-790-8083, Nicholas P. Emanuel, Phone: 9177908069
 
E-Mail Address
anne.spiegelberg@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil
(anne.spiegelberg@usace.army.mil, Nicholas.P.Emanuel@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Plans Specifications Solicitation The New York District of the U.S. Army Corps of Engineers (USACE) proposes to perform maintenance dredging of Flushing Bay and Creek, New York, Federal Navigation Project. The project will require the removal of up to approximately 150,000 cubic yards of material with subsequent placement at a suitable contractor-furnished, state permitted upland placement site(s). The proposed maintenance dredging would removed up to approximately 150,000 cubic yards of material. The site of the work is located in Queens County, New York. The work consists of dredging the channel and deposition basin to depths of 15 feet below Mean Lower Water (MLLW) plus 2 feet overdepth and 12 feet below MLLW plus 2 feet overdepth. Due to restrictions found in the water quality certificate, the proposed work can only be performed by utilizing a large mechanical dredge with a closed environmental clamshell bucket for upland disposal. Additionally, multiple barges and tug boats are needed to perform the work during the dredging, dewatering and unloading operations. The dredged material would be required to meet all federal, state, and approved local criteria required by the government agencies having jurisdiction where the placement site is located. All necessary permits required for the dredged material placement will be provided by the contractor to the government. The apparent low bidder shall, within 35 calendar days from the date the apparent low bidder is notified of being such, provide copies of all required permits and approvals for transfer, transportation, dewatering and/or other processing, and final disposal of dredged material, and shall submit evidence of such permits and approvals to the Government. Bidders should consult with Section 00 80 00 paragraph 1.3 of the Specifications for all submittal requirements. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him of the notice to proceed, and to prosecute said work diligently and to complete the entire work ready for use not later than eighty-one (81) calendar days after the receipt by him of the notice to proceed (NTP). The contractor will be required to maintain a production rate of at least 2,250 cubic yards per calendar day. It is anticipated that dredging/placement would take place within the approximate time period of fall/winter of 2015/2016. Liquidated Damages of $1,605.00 per calendar day of delay will be assessed to the contractor until all work under the contract is accepted as complete. This is an UNRESTRICTED Procurement. This procurement is being solicited under 100% Full and Open Competition. The apparent low bidder will be required to submit a subcontracting plan upon request by the Contracting Officer. The North American Industry Classification System (NAICS) code is 237990. The business size standard is $27,500,000. The SIC CODE is 1629. The magnitude of construction for this project is between $10,000,000.00 and $25,000,000.00. Plans and specification for Solicitation will be available on or about 12 May 2015. Bid Opening date is on or about 11 June 2015 at 2:00 P.M. (Eastern Standard Time). Bids will be submitted to the U.S. 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 Anne Spiegelberg at anne.spiegelberg@usace.army.mil and nydcontracting@usace.army.mil. The small business subcontracting goals for USACE New York District are as follows: Small Business 40.0%, Small Disadvantaged Business 3.0%, Women-Owned Small Business 7.0%, HubZone Small Business 1.0%, Veteran Owned Small Business 2.0% and Service Disabled Veteran Owned Small Business 3.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. 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. The Federal Acquisition Regulation (FAR) requires that Past Performance Information (PPI) be collected on DoD contracts. The Contractor Performance Assessment Reporting System (CPARS) is a web-enabled application the supports the completion, distribution and retrieval of all contract performance evaluations. Contractor Representatives are responsible for reviewing and commenting on evaluations submitted on the Contractor Performance Assessment Reporting System (CPARS) website at https://www.cpars.gov/index.htm. Point of contact is Orlando Nieves, Contract Specialist, U.S. Army Corps of Engineers, New York District, E-mail: anne.spiegelberg@usace.army.mil and nydcontracting@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-15-B-0009/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN03759512-W 20150612/150610235134-7a156bc789d2f1cbd89424695135a859 (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.