Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 07, 2021 SAM #7097
SOLICITATION NOTICE

Z -- Beach Nourishment Cape May Inlet to Lower Township Cape May County, Cape May, New Jersey

Notice Date
5/5/2021 7:05:56 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
W912BU21B0005
 
Response Due
5/20/2021 11:00:00 AM
 
Archive Date
06/04/2021
 
Point of Contact
Gregory C. Keaton, Phone: 2156563826, Frederick Conway, Phone: 2156566833
 
E-Mail Address
gregory.c.keaton@usace.army.mil, frederick.conway@usace.army.mil
(gregory.c.keaton@usace.army.mil, frederick.conway@usace.army.mil)
 
Description
Description of Work: The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract that consists of surveying, excavating and placing approximately 491,000 cubic yards of sand within the vicinity of the Cape May Inlet and Lower Township. This project includes Options. The project is located on the Atlantic coast of New Jersey, extending from the Cape May Inlet southwest jetty to the 3rd Ave terminal groin in Cape May City. It includes the communities of the City of Cape May and Lower Township, and the US Coast Guard Training Center. The contract work will consist of a base bid to conduct pre-placement condition surveys and place/ pump approximately 491,000 cubic yards of sand from a borrow area approximately 2.6 miles south of the Cape May Inlet jetties onto the beach at 2 locations: Area 1, the U.S. Coast Guard Training Center (approx 450,000 CY) and Area 2, Wilmington Avenue (approx. 41,000 CY). Sand must come from the offshore borrow area. Trucking in sand will not be permitted under this contract. All work under the contract must be completed no later than March 1, 2022. Options to place additional sand from the same borrow area to achieve the full project design template at these same two beach locations will be included. The options will be as follows: 1 option for 100,000 CY (Area 1), 3 options for 50,000 CY each (Area 1) and 1 option for 10,000 CY (Area 2). The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation No. W912BU21B0005 will be issued on or about 24 May 2021. Bid opening will be conducted 24 June 2021 at 11:00 a.m. 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. The award will be made as a whole to one bidder in accordance with FAR Part 14 Procedures. The contract period of performance is 150 Calendar days. Estimated cost range of the project is $10,000,000 to $25,000,000. The NAICS Code for this project is 237990 Other Heavy and Civil Engineering Construction and the small business size standard is $30.0 Million. Solicitation documents, plans and specifications will only be available via�beta.Sam.gov. Registration for plans and specifications should be made via�beta.Sam.gov homepage and hard copies will not be available. No written or fax requests will be accepted. It is the contractor�s responsibility to monitor�beta.Sam.gov 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 insure equal employment opportunity is applicable to the resulting contract. Questions regarding this notice should be directed to Frederick Conway at Frederick.conway@usace.army.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d4cb2d70a4a4744b47d76a8f03d3779/view)
 
Place of Performance
Address: Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN05992301-F 20210507/210505230114 (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 |
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.