Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2006 FBO #1517
SOURCES SOUGHT

Z -- Oakland Harbor Navigation Improvement- 50 Foot Deepening Project, Phase 3E, Oakland, Alameda County, California.

Notice Date
1/19/2006
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USA Engineer District, San Francisco, ATTN: CESPN-CT, 333 Market Street, San Francisco, CA 94105-2195
 
ZIP Code
94105-2195
 
Solicitation Number
W912P7-06-B-0001
 
Response Due
2/15/2006
 
Archive Date
4/16/2006
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W912P7-06-B-0001 Title: Oakland Harbor Navigation Improvement -50 Foot Deepening Project, Phase 3E, Location: Oakland, Alameda County, California Issue Date: 1/19/2006 Closing Date: 2/15/2006 3:00 PM (Pacific Time) Price Range: $25,000,000 - $100,000,000 PROJECT TITLE: OAKLAND HARBOR NAVIGATION IMPROVEMENT -50 FT DEEPENING PROJECT, PHASE 3E, OAKLAND, ALAMEDA COUNTY, ALIFORNIA JOB DESCRIPTION: This is a request for information (RFI) for the Oakland Outer and Inner Harbor Channel, - 50 foot Deepening Project, Phase 3E, located at Oakland, Alameda County, California. This notice invites interested contractors to provide construc tive comments and feedback. The draft solicitation is available for viewing at the Specifications drop-down menu. The information available for review at this time is as follows: (1) Hamilton Wetland Restoration Project Bulk Fill Plan, (2) Bid Schedule, a nd (3) Hamilton Wetland Restoration Site Plans, C-11 to C-15. The intent of this RFI, to solicit feedback from the interested contractors for the provision and operation of an In-Bay hydraulic off-loader, which will be used to offload via pipeline, the approximate 2 MCY dredge material from the Oakland -50 project d estined to be placed into the various cells at the Hamilton Wetland Restoration Project (HWRP) Site. Any response to the RFI will not be considered an offer and will not form the basis for a binding contract. The feedback and comment requested shall include but is not limited to the following: 1) Lead time for Mobilization and set up-time for the off-loader and all support facilities as specified on Section 2316 for operational use 2) Range of estimated production rates and NOx generations (20 tons for FY2006, 100 tons for 2006, and 100 tons for FY2007). 3) Estimated time to construct a sub-station to power the off-loader with either electrical, or diesel power 4) Lead time for acquisition and installation of all required pipeline work The solicitation for this project is expected to be issued in early March 2006. The general scope of work consists of the BART Right of Way work including the dredging and placement of the stone blanket installation, and dredging total volume of approximat ely 4.6 MCY from the Oakland Inner and Outer Harbor Channel, and transport, delivery and disposal to the proper disposal sites, including the San Francisco Deep Ocean Disposal Site, Middle Harbor Enhancement Area, Montezuma Wetland Project Site, and the Ha milton Wetland Restoration Project (HWRP) Site. Under this contract the Dredging Contractor shall be responsible for providing all dredging and offloading equipment, pipeline, supplies, material and labor necessary to perform the contract work associate d with the dredging operation, transport, offloading and placement of the dredged material from the Oakland Inner and Outer Harbors to the Hamilton Wetland Restoration Project Site, and other proper disposal sites. The sequence of work under this contract is expected in the following order: (1) FY 2006 - Mobilize dredge and all necessary equipment, prepare off-loader work platform and install piping system at the HWRP Site, complete work in the BART Right of Way are a in Reach 2 of Outer Harbor, dredge Reach 5 of Outer Harbor (-42 to 46) and dispose the dredged material to SF-DODS, and the remainder of Reach 2 of Outer Harbor and dispose the dredged material to MHEA. (2) FY 2007 - Dredge Reaches 3 and 4 of Outer Ha rbor, Reaches 8, 9, 10, and 11 of Inner Harbor, and dispose of the dredged material to the HWRP Site. (3) FY 2008 - Dredge Reach 5 (-46 to -50) of Outer Harbor and Reach 12 of Inner Harbor and dispose of the dredged material to Montezuma Wetland Project Site (MWPS). The Contractors plant and equipment to be used in performing the work shall be sufficient size and efficiency to meet the job requirement. All dredging work shall be performed by electr ic mechanical power. The construction duration for the entire contract is expected to be 800 calendar days from the day of the (NTP). All comments and feedback should be submitted in writing by email to: James E. Garror, the Contract Specialist, at James.E.Garror@usace.army.mil with copy to: Ricardo Galdamez, the Technical Lead, at Ricardo.A.Galdamez@spd02.usace.army.mil. Comments should be submitted no later than February 15, 2006. If you have any questions, you may contact James Garror at (415) 977-8518, or Ricardo Galdamez at (415) 977-8571. All constructive comments and feedback will be reviewed and considered for inc orporation into the IFB. It is the intent of the Government that all responses to the RFI shall be made public. In the event that a firm wishes to keep its response confidential, the response must be clearly identified with the following designation: THIS RESPONSE CONTAINS CONFIDENTIAL INFORMATION- NOT TO BE RELEASED TO THE PUBLIC. FedTeDS Link for Solicitation [ENTER SOLICITATION NO. HERE] For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Technical Data Solutions (FedTeDS) system. FedTeDS is a web-based dissemination tool designed to safeguard acquisition-related info rmation for all Federal agencies. Interested bidders must register with FedTeDS before accessing the system. FedTeDS registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN) 2) DUNS Number or CAGE Code 3) Telephone Number 4) E-Mail Address Registration instructions can be found on the FedTeDS website (https://www.fedteds.gov) by clicking on the Register with FedTeDS hyperlink. Interested bidders should select the Begin Vendor/Contractor Registration Process option. Bidders who have registered with FedTeDS must access the data for this solicitation by way of the link below. Bidders cannot log into the FedTeDS home page and search for data. (https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912P7-06-B-0001)
 
Place of Performance
Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
Zip Code: 94105-2195
Country: US
 
Record
SN00969160-W 20060121/060119212618 (fbodaily.com)
 
Source
FedBizOpps 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.