Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2003 FBO #0743
SOLICITATION NOTICE

Z -- CONSTRUCTION DREDGING OF THE PELICAN ISLAND AND CHALAND ISLAND RESTORAITON PROJECT, GULF OF MEXICO, LOUISIANA

Notice Date
12/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-04-RB-0003
 
Response Due
2/15/2004
 
Archive Date
3/1/2004
 
Point of Contact
Jeanie Jennings , Contract Specialist , Phone 816-426-7267, Fax 816-426-7530,
 
E-Mail Address
Jeanie.M.Jennings@noaa.gov
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) Habitat Conservation Division, intends to procure construction contractor services for the Dredging the Pelican Island and Chaland Island Restoration Project. The contractor shall furnish all labor, material, equipment and supervision to dredge both projects. The Pelican Island Restoration (BA38-1) CWPPRA Project consists of the placement of approximately 957,600 cubic yards of marsh fill, 1,444,700 cubic yards of beach and dune fill, and 17,392 feet of containment dikeage along a 2.5-mile barrier island. It includes the construction of 206 acres of marshland on the bay side of the island and 163 acres of sub aerial dunes and beaches on the gulf side of the island. The construction berm elevation on Pelican Island is +6 feet NAVD, the marsh platform elevation is +3 feet NAVD, the average marsh width is 680 feet, and the average sub aerial dune and beach width is 540 feet. The construction of the marsh, dune, and beaches will increase the average width of Pelican Island to approximately 1,200 feet. The slope of the beach and dune fill template is one (1) foot vertical to forty-five (45) feet horizontal along both the bay and gulf sides of the dune. The Chaland Island Restoration (BA38-2) CWPPRA Project consists of the placement of approximately 950,200 cubic yards of marsh fill, 1,531,700 cubic yards of beach and dune fill, and 16,157 feet of containment dikeage along a 2.5-mile barrier island. It includes the construction of 219 acres of marshland on the bay side of the island and 194 acres of sub aerial dunes and beaches on the gulf side of the island. The construction berm elevation on Chaland Headland is +6 feet NAVD, the marsh platform elevation is +3 feet NAVD, the average marsh width is 660 feet, and the average sub aerial dune and beach width is 580 feet. The slope of the beach and dune fill template is one (1) foot vertical to forty-five (45) feet horizontal along both the bay and gulf sides of the dune. The government intends to award a firm-fixed price contract to the lowest responsive, responsible bid. Contractors will be allowed to bid on the Pelican Island or Chaland Island or both projects. Bid bonds in the amount of 20% of the bids will be required. American Bureau of Shipping Certification for Open Ocean Operation (ABS) will be required to be submitted with each bid at the time of bid opening. Completion time for this project is 230 calendar days after issuance of the notice to proceed. This project is being procured Subject to the Availability of Funds and is unrestricted. Plans and specifications will be issued by CD-ROM and will be available on or about December 31, 2003. Contractors will be responsible to print the required copies of the plans and specifications. A 2 day mandatory Site Visit and Pre-Bid conference will be held during the week of 12 January 2004. Details regarding the site visit/pre-bid conference will be available in the specifications. Firms interested in receiving CD-ROM of the plans and specifications should request by sending an email message to jeanie.m.jennings@noaa.gov referencing announcement number WC133F-04-RB-0003. All amendments to this IFB will be posted to the Internet web page at http://www.rdc.noaa.gov/~casc/acquisitions/acq_solicitations.htm. Bidders will be notified by email message when amendments are posted. If any of the contractor information changes during the advertisement period, contractors are responsible to send the change to jeanie.m.jennings@noaa.gov. Failure to provide email address changes may cause for delay in receiving notification of the amendments. Contractors are responsible for printing copies of the amendments. The estimated construction cost of this entire project is between $25 and $75 million. Bids will be opened on or about 15 February 2004 at 1:00 PM CDST. The bid openings will be held in Baton Rouge LA. Exact location will be stated in the specifications. The NAICS Code is 237990 with a size standard of $17 million. All contractors must be registered with the Central Contractor Registry (CCR). Information on getting registered may be obtained at http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award, all bidders must have a Dun and Bradstreet (D&B) number. A D&B number may be acquired free of charge by contacting D&B on-line at https://www.dnb.com/oroduct/eupdate/requestOptiohs.html or by phone at (800) 333-0505. Also, contractors who receive a federal contract of $25,000.00 are required by legislation (FAR 22.1310(b)) to submit an annual VETS-100 Report on your employment of targeted veterans. Information on submitting your report may be obtained by calling 1-703-461-2460 or by accessing the internet site http://vets100.cudenver.edu. A Small Business Subcontracting Plan will be required of all firms submitting a bid, which are other than small businesses. Specific subcontracting goals must be achieved during the performance of the contract or liquidated damages will be imposed. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified in the specifications for failure to complete project on schedule
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/CASC/WC133F-04-RB-0003/listing.html)
 
Place of Performance
Address: Gulf of Mexico, Louisiana
Country: USA
 
Record
SN00483445-F 20031210/031208212933 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.