MODIFICATION
Z -- C&D Canal Inland Waterway Dredging - Solicitation 1
- Notice Date
- 8/2/2018
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU18B0010
- Archive Date
- 9/19/2018
- Point of Contact
- Robert W. Hutcheon, Phone: (215) 656-2291
- E-Mail Address
-
robert.w.hutcheon@usace.army.mil
(robert.w.hutcheon@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Drawings Solicitation and Specifications The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of maintenance dredging of, Maintenance Dredging Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland: a. Maintenance dredging under this contract will be performed at various locations along the Inland Waterway Chesapeake and Delaware Canal and Upper Chesapeake Bay portion of this project. b. Base work shall include dredging of the canal from Station 00+000 to Station 250+440. Dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. c. Dredging will be required to a depth of 36' MLLW (Datum) plus 1' allowable overdepth within the contract work limits shown on the drawings from station 00+000 to station 250+440, with no side slopes delineated and/or paid for. d. Before and after dredging quantities will be computed on the same basis as those issued by amendment to the advertisement. e. This is a contour dredging project. f. The contractor is required to commence actual dredging within ten (10) days of receipt of notice to proceed, and complete the entire work within 120 calendar days after receiving notice to proceed. g. The environmental dredging window for this project is between October 1, 2018 and March 31, 2019 This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation for Bids (IFB), Solicitation No. W912BU18B0010 is anticipated on or about August 2, 2018, as an unrestricted procurement. The bid opening is projected to be conducted 4 September 2018 at 13:00 p.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. The clauses at FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, bidders are urged to inspect the disposal site where the work will be performed. Contact the POC identified in the solicitation within 10 calendar days of the solicitation posting to coordinate their participation. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 -- Liquidated Damages - Construction, the amount will be published with the solicitation. Estimated cost range of this project is $5M - $10M. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 and the small business size standard is $36.5 Million. Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis-Bacon rates will be applicable to the construction. Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation. Responses should be sent to Robert Hutcheon at robert.w.hutcheon@usace.army.mil on or before 4 August 2018 at 13:00 PM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU18B0010/listing.html)
- Place of Performance
- Address: Delaware and Maryland, United States
- Record
- SN05017919-W 20180804/180802231330-fead416ae60eeecf9106de1748e70e84 (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 |