SOLICITATION NOTICE
Y -- Inland Waterway C & D Maintenance Dredging
- Notice Date
- 4/29/2020 4:47:44 AM
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- W2SD ENDIST PHILADELPHIA PHILADELPHIA PA 19107-3390 USA
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU20B0003
- Response Due
- 6/15/2020 10:00:00 AM
- Archive Date
- 06/30/2020
- Point of Contact
- Michael J. Kassin, Phone: 2156566894, Robert W. Hutcheon, Phone: 2156562291
- E-Mail Address
-
michael.j.kassin@usace.army.mil, robert.w.hutcheon@usace.army.mil
(michael.j.kassin@usace.army.mil, robert.w.hutcheon@usace.army.mil)
- Description
- �CENAP-CT-CW � Fed Biz Ops Action Code: Pre-Solicitation Notice (Synopsis) Class Code: Z Subject: IWW C & D Canal Maintenance Dredging Solicitation No.: W912BU20B0003 Set-Aside Code: UNRESTRICTED Response Date: June 15, 2020 1:00 p.m. EST Place of Performance: Chesapeake & Delaware Canal Inland Waterway. Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fix price contract for work that consists of maintenance dredging for the Inland Waterway C&D Canal federal navigation project. It should be noted that the channel conditions at the time are typically where shoaling occurs. Pearce Creek DMCF and Reedy Point South will be used for placement of material. 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. Base work shall include dredging of the canal from Station 00+000 to Station 250+440. From Station 101+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. Before and after dredging quantities will be computed on the same basis as those issued by amendment to the advertisement. This is a contour dredging project. There are options associated with this solicitation. 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. The environmental dredging window for this project is between October 1, 2020 and March 31, 2021. � 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. W912BU20B0003 is anticipated on or about May 15, 2020, as an unrestricted procurement. The bid opening is projected to be conducted on June 15, 2020 at 1:00 p.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. � 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 $5,000,000.00 - $10,000,000.00. Performance and Payment Bonds will be required for 100% of contract award. � 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. � The NAICS Code for this project is 237990 � Other Heavy and Civil Engineering Construction and the small business size standard is $33.5 Million. � SITE VISIT: The clauses at 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 this solicitation. Accordingly, bidders are urged and expected to inspect the site where the work will be performed. A site visit may be scheduled after the release of the solicitation. Bidders wishing to attend a site visit must contact the POC identified in the solicitation within 5 days of the posting date of the solicitation. Attendance is not mandatory. Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://beta.sam.bo.gov/. Registration for plans and specifications should be made via FBO Internet homepage and hard copies will not be available. All questions will be submitted via e-mail and have the solicitation�s number referenced in the subject line. All questions will be sent to: michael.j.kassin@usace.army.mil. No telephone 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. �Liquidated Damages will be specified in the actual solicitation. �Affirmative action to ensure equal employment opportunity is applicable to the resulting contract. Place: of Performance: Inland Waterway (IWW) C&D Canal Chesapeake City, Maryland United States 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/98769ba0673c4d7e9d6254f56fbece19/view)
- Place of Performance
- Address: Chesapeake City, MD, USA
- Country: USA
- Country: USA
- Record
- SN05639480-F 20200501/200429230149 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |