Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOLICITATION NOTICE

Z -- C. Reiss Slip Sediment Remediation

Notice Date
2/16/2024 12:53:24 PM
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
W072 ENDIST DETROIT DETROIT MI 48226-5000 USA
 
ZIP Code
48226-5000
 
Solicitation Number
W911XK24B0004
 
Response Due
3/4/2024 7:00:00 AM
 
Archive Date
03/19/2024
 
Point of Contact
Kari Tauriainen, Stephanie M. Craig
 
E-Mail Address
Kari.Tauriainen@usace.army.mil, Stephanie.M.Craig@usace.army.mil
(Kari.Tauriainen@usace.army.mil, Stephanie.M.Craig@usace.army.mil)
 
Description
The U.S. Army Corps of Engineers Detroit District is seeking contractors for the C.Reiss Sediment Remediation project located in Duluth-Superior harbor of Superior, Wisconsin. The U.S. Army Corps of Engineers Detroit District intends to issue an Invitation for Bid (IFB) to award a firm fixed-price construction contract for the following construction services: To remediate the C. Reiss Coal Co. slip, the contractor will mobilize a dredge the project site in Superior, WI. Work will include dredging of contaminated sediment, decant material for a minimum of 24 hours. Once decanted for the required amount of time, collected water must be filtered and remaining material must be offloaded to a staging area located on the C. Reiss Co. dock. The total quantity of material required to be dredged will be approximately 27,000 cubic yards. The staging area will be constructed by others prior to the start of construction. Once material is placed in the staging area, the material and remaining water collected during the final dewatering process will be handled by others, as well. Active communication and coordination will be required by the contractor to facilitate the management of the staging area and overarching dewatering effort, which will be shared between this contract and an on-site civil contractor. General Information: This Invitation for Bid (IFB) is intended to be issued as a firm-fixed price contract and will be solicited as full and open.� The North American Industrial Classification System (NAICS) code is 237990, which has a small business size standard of $45 million. Product Service Code: Z2KF � Repair or Alternation of Dredging Facilities In accordance with FAR 36.204, the magnitude of construction is between $1,000,000 and $5,000,000. The approximate solicitation posting date is March 2024. It is anticipated that the solicitation will be posted for thirty (30) days and the bid opening will be the date the solicitation closes. The solicitation package materials, documents, and attachments to the anticipated solicitation will be available only electronically and via sam.gov where there will be a link to the attachments which will be stored in the Procurement Integrated Enterprise Environment (PIEE) system. Electronic submissions is required through the PIEE Solicitation Module suite at https://piee.eb.mil/. All contractors must be registered on SAM.gov and PIEE. The Government will NOT supply hard copy documents to any interested parties as a result of this solicitation.� Please note, the Government will NOT be maintaining a bidders list during the solicitation period. However, vendors are strongly encouraged to review the �Interested Vendors List� tab found on sam.gov for this solicitation. In order for interested contractors to conduct business with the Federal Government, contractors must be registered in the System for Award Management (SAM) prior to submission of bid. Contractors can access SAM for free at www.sam.gov. DISCLAIMER: The official plans and specifications will be located on the official government web sites as discussed above. The Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted in PIEE and on www.sam.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror�s responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offeror�s inability to access the documents posted on the referenced web pages. Place of performance is Duluth-Superior Harbor, Superior, WI
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f1fde2eb66134e96b2a5a65397d94f83/view)
 
Place of Performance
Address: Superior, WI 54880, USA
Zip Code: 54880
Country: USA
 
Record
SN06969031-F 20240218/240216230057 (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.