MODIFICATION
10 -- Oakland Harbor Navigation, Improvement - 50 Deepening Project, Phase 3E, Oakland Inner and Outer Harbors, Oakland, Alamede and San Francisco Counties, CA.
- Notice Date
- 2/15/2006
- Notice Type
- Modification
- 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
- 4/3/2006
- Archive Date
- 6/2/2006
- Small Business Set-Aside
- N/A
- Description
- THE SYSNOPSIS WAS PREVIOUSLY SOLICITED AS A REQUEST FOR INFORMATION UNDER SOLICITATION NUMBER: W912P7-06-B-0001. THIS SYSNOPSIS IS FOR THE SOLICITATION ISSUING APPROXIMATLY 2 MARCH 2006 UNDER THE SAME SOLICITATION NUMBER. Project Title & Location: Oakland Harbor Navigation, Improvement -50 Deepening Project, Phase 3E, Oakland Inner and Outer Harbors, Oakland, Alameda and San Francisco Counties, California. The general scope of work consists of (1) the BART Right of Way (RO W) work, including dredge the area of the BART ROW, and place the stone protection blanket, and (2) dredge approximately 4.3 MCY from the Oakland Inner and Outer Harbor Channel, and transport, deliver and dispose to the Government furnished disposal site s, including the San Francisco Deep Ocean Disposal Site (SFDODS), Middle Harbor Enhancement Area (MHEA), Montezuma Wetland Project (MWP) Site, and the Hamilton Wetland Restoration Project (HWRP) Site. Under this contract, the Dredging Contractor shall b e responsible for providing all dredging and offloading plant, pumps, support facilities, equipment, pipeline, supplies, material and labor necessary to perform the contract work associated with the dredging operation, transport, offloading and placement of the dredged material from the Oakland Inner and Outer Harbors to the Government furnished disposal sites. This Invitation for Bid (IFB) is UNRESTRICTED. NAICS CODE: This procurement will be conducted under NAICS Code 237990. The size standard for this NAICS code is $18.5 Million. Estimated cost is between $25,000,000.00 and $100,000,000.00. The recommended goals for subcontracting are: Small Business: 51.2%, Small Disadvantaged Business: 8.8%, Women-Owned Small Business: 7.3%, HUBZone Small Business: 3. 1%, and Service-Disable Veteran-Owned Small Business: 1.5%. The acquisition method is Invitation for Bids (IFB). The solicitation will be available for download approximately March 2, 2006. The solicitation and all amendments for this acquisition will be p osted on a secure Government website known as FedTeDS. Access to the solicitation documents on the FedTeDs website will be via hyperlink. Contractors registered with the Federal Technical Data Solutions (FedTeDs) may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.fedteds.gov/fedteds/start.nsf/frm.vendorlogin?openform&SolicitationNumber=W912P7-06-B-0001. Viewing/downloading documents from FedTeDs will req uire prior registration in Central Contractor Registration (www.ccr.gov). If you are a first-time FedTeDs user, you will also be required to register in FedTeDs (www.fedteds.gov) before accessing the solicitation documents. To register, click on th e Register with FedTeDs hyperlink, then select the Begin Vendor/Contractor Registration Process option. The following information will be required: Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN); DUNS Number or CAGE Co de; Telephone Number; and E-Mail Address. Once registered with FedTeDs, interested parties will then be able to utilize the hyperlink to log in and access the solicitation documents. Important Note: Solicitation documents can be accessed ONLY by using the hyperlink; FedTeDs is not searchable by any other means. Please note that ALL firms who want to access the solicitation both prospective primes and subs will be required to be registered with FedTeDs and therefore must be CCR-registered, have a MPIN, and e ither a DUNS number or CAGE code. For further information, please click on the links on the FedTeDs homepage to FAQs, the Vendor User Guide, and FedTeDs Help. For additional assistance with the FedTeDS website, please contact the Ogden Electronic Business (EB) Operations Support Team (OST) at --866-618-5988 (toll free), 801-605-7095, or cscassig@ogden.disa.mil (Subject: FedTeDs Assistance). Offerors are advised that FedTeDs current ly does not have a Plan Holders List capability. Therefore, you are encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. San Francisco District, South Pacific Di vision, U.S. Army Corps of Engineers, has been assigned procurement responsibility for this product line in support of Southwest Division. The Contract Specialist for this solicitation will be James Garror, Tel. (415) 977-8518. If contacting us by E-mail , please send your inquiries to BOTH: James.E.Garror@usace.army.mil AND Shirely.A.Turnbo@usace.army.mil. All offerors are encouraged to visit the Armys Single Face to Industry Website at https://acquisition.army.mil/asfi to view other business opportuniti es.
- Place of Performance
- Address: USA Engineer District, San Francisco ATTN: CESPN-CT, 333 Market Street San Francisco CA
- Zip Code: 94105-2195
- Country: US
- Zip Code: 94105-2195
- Record
- SN00988962-W 20060217/060215212618 (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 |