COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11, 2001 PSA #2765
SOLICITATIONS
Y -- WESTERN JETTY/REVETMENT REHABILITATION/RECONSTRUCTION SHINNECOCK INLET, SUFFOLK COUNTY, NY
- Notice Date
- January 9, 2001
- Contracting Office
- US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- DACW51-01-B-0005
- Response Due
- February 27, 2001
- Point of Contact
- Rosemarie Trotman, (212)264-9118
- Description
- The US Army Corps of Engineers, New York intends to award a contract for rehabilitation /reconstruction of the jetty/revetment of the Federal Navigation Project at Shinnecock Inlet, New York. This is an Unrestricted Procurement. The applicable NAICS Code is 234990 with a small business size standard of $27.5million. The Estimated Cost for this project is $1,000,000 to $5,000,000. The work consists of rehabilitating approximately 360 feet of jetty/revetment constructed in 1994 and 1995 and reconstructing approximately 700 feet of revetment. The reconstruction/rehabilitation of the jetty/revetment will consist of removing approximately 11,000 tons of existing armor and core stone and placing approximately 35,000 tons of new or reused armor and core stone to the specified sections. The work will also require the installation of temporary sheet piling, the installation of geotextile material and the installation of a stone splash blanket. After completion of the work, the Contractor will load unacceptable stone on trucks for transport from the project site and/or barge the rock to the Shinnecock artificial reef. Due to the heavy recreation and tourist use of this area during summer months, the Contractor shall complete mobilization of all equipment prior to Memorial Day weekend or after Labor Day weekend. Barging of stone to the site may be performed during the entire year, with the exception of weekends during the period from Memorial Day to Labor Day. It is believed that most of the work may be accomplished from land-based equipment; however, some of the work may require the use of marine equipment. A staging/work area for the stone and equipment will be made available immediately adjacent to the jetty in the northern portion of the project. Due to piping plovers near the project area, the southernmost portion of the work will need to be performed during the period from October 1 to March 15. The duration of the project is approximately 730 calendar days. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD. Paper copies of this solicitation, and amendments, if any, will NOT be issued. Interested parties may download and print the solicitation, at no charge, at http://nan.usace.army.mil. (go to contracting opportunities). Project specification files and drawings are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486 based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued. Utilization of the Internet is the preferred method, however, CDs will be available upon written request stating the Solicitation Number, or Project Name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $5.00 to "FAO, USAED, NY". Solicitation documents will be available on or about 24 January 2001. Bid opening date will be 30 calendar days following solicitation available date, on or around 27 February 2001 at 11:00 A.M. Bid opening will be held in room 1841 of 26 Federal Plaza, New York. A Small Business Subcontracting Plan is required for all large firms. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. This includes evaluation of an offeror's past performance with respect to its allotment of work to Small, Small Disadvantaged, Veteran's Owned , HUBZONE , and Women-Owned Small Business Concerns. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from the SBA) that an offeror's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged, Veteran's Owned , HUBZONE ,and Women-Owned Small Business Concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan, the Contracting Officer will evaluate all relevant factors inclusive of the evaluation of the offeror's past performance in awarding subcontracts for the same or similar products or services to Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. The Corps of Engineers is responsible for effectively implementing the small business programs within its activities including achieving program goals and to ensure contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, Veteran's Owned , HUBZONE, and Women-Owned Small Business program requirements. In line with the emphasis on this program, the Corps of Engineers, New York District is particularly desirous of increasing subcontracting opportunities for Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. An offeror, as a prime contractor, is required to participate in this program by soliciting subcontractor bids from such firms. This office urges an offeror to take action to locate competent Small, Small Disadvantaged, Veteran's Owned , HUBZONE, and Women-Owned Small Business Concerns for subcontracting opportunities in preparing a bid. Submission of an unfavorable plan may result in denial of award. An offeror can facilitate the identification of such firms through the Small Business Administration's (SBA) PRO-Net website address http://pro-net.sba.gov. PRO-Net is a virtual one-stop procurement shop, which is free of charge. In addition, an offeror can contact the local SBA 8(a) Business Development offices in New York and New Jersey at (212) 264-4313 and (973) 645-2530, respectively, for referrals to SBA's 8(a) certified Small Disadvantaged Business Concerns. Registration Requirements: DFARS 252.204-7004 "Required Central Contractor Registration" (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at: http:// ccr2000.com.
- Record
- Loren Data Corp. 20010111/YSOL001.HTM (W-009 SN50A4S0)
| Y - Construction of Structures and Facilities Index
|
Issue Index |
Created on January 9, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|