MODIFICATION
Z -- Beach Nourishment_Cape May Inlet to Lower Township Cape May County, Cape May, New Jersey - Amendment 2
- Notice Date
- 10/2/2018
- 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
- W912BU-18-B-0006
- Archive Date
- 12/31/2018
- Point of Contact
- Kellee J. Haye, Phone: 2156566924
- E-Mail Address
-
Kellee.J.Haye@usace.army.mil
(Kellee.J.Haye@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 0002 Subject: Beach Nourishment Cape May Inlet to Lower Township Cape May County, Cape May, New Jersey Solicitation Number: W912BU-18-B-0006 Se-Aside Code: UNRESTRICTED Response Date: 10 October 2018 11:00 A.M. Place of Performance (Bid Opening Location): U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390 Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of beach nourishment for Cape May Inlet to Lower Township: Contractor will conduct pre-placement condition surveys and place/pump approximately 400,000 CY of sand from a borrow area approximately 2.6 miles south of the Cape May Inlet jetties onto the beach at 2 locations - the US Coast Guard Training Center (approx. 360,000 CY) and Wilmington Ave (approx. 40,000 CY). Options to place additional sand within these same two areas from the same borrow area (up to about 100,000 CY to achieve the full project design template) will also be included. Sand must come from the off shore borrow area. Trucking in sand will not be permitted under this contract. 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. The bid opening is projected to be conducted 10 October 2018 at 11:00 a.m. EST; however, this information is subject to change. Offeror's should review the entire solicitation. 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. Estimated cost range of this project is $10M - $20M. Performance and Payment Bonds will be required for 100% of contract award. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $27.5 Million. [NOTE: Dredging - To be considered small for purposes of Government procurement, a firm must perform at least 40 percent of the volume dredged with its own equipment or equipment owned by another small dredging concern.] 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 Kellee J. Haye at Kellee.J.Haye@usace.army.mil on or before 25 October 2018 at 11:00 AM EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-18-B-0006/listing.html)
- Record
- SN05112974-W 20181004/181002230625-4ca1e73572f6db3da8b4f183a743b753 (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 |