Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2007 FBO #1920
SOLICITATION NOTICE

Y -- Maintenance Dredging - Hudson River Channel, New York

Notice Date
2/26/2007
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-07-B-0008
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers New York District intends to issue an Invitation For Bid (IFB) to award a firm fixed price contract for the maintenance dredging in the Hudson River Channel, NY, Federal Navigation Project, with subsequent placement o f the dredged material at a permitted, suitable upland site(s) furnished by the contractor and approved by the government. The proposed maintenance dredging will require the removal of approximately 45,000 to 80,000 cubic yards (CY) of sediment to a depth of 40 feet (ft) below Mean Low Water with 1 ft allowable over-depth. The site of work (dredging) is the Hudson River Channel, Piers 86-94, Borough of Manhattan, New York. The successful offeror will furnish all plant, labor, materials and equipment, perfo rm sampling and testing, perform all dredging, transportation, processing and placement of dredged material including a preparation of specified upland disposal site(s) and obtaining upland site approvals. The apparent low bidder shall be officially notified by the contracting officer to submit the following information within 5 days of notification for the site(s) identified by the apparent low bidder: a) name, location, point of contact, total available ca pacity of the bidders identified site(s) for offloading, processing, and disposal; b) detailed list of all permits and approvals required for the selected site(s) to demonstrate that the site(s) is legal to receive, operate, process and /or dispose of dred ged material, and their status; c) copies of permits currently issued/approved of the site(s) at the time of submission, d) evidence of the daily production capability and the output rates of at least 3,000 CY per day for their proposed integrated system o f dredging, offloading, transportation, processing, and placement for each bidders identified site(s); and e) the total capacity and uncommitted capacity of the offloading, processing, and disposal site elements. In addition, a synopsis (narrative detail ing the operation to move the dredged material from the dredging site to its final resting place that the bidder has identified) of the proposed operation is also to be submitted by the apparent low bidder. Bidders should consult with Section 00800 paragra ph 1A.1 of the Specifications to be issued in the near future for details of the submittal requirements. The apparent low bidder shall, within 70 calendar days from the date the contractor is notified of being the low bidder, provide copies of all required analytical testing, permits and approvals for transfer, transportation, dewatering and/or other processi ng (if any), and final disposal of dredged material. Bidders should consult with Section 00800 paragraph 1A.2 of the Specifications to be issued in the near future for submittal requirements within 70 calendar days. The selected contractor will be required to commence work within five (5) calendar days after date of receipt of the notice to proceed, to prosecute said work diligently and to complete the entire work 30 calendar days after the receipt of the notice to pr oceed. It is anticipated that dredging/disposal would take place within the approximate time period of July 2007 to October 2007. This project is being solicited as an UNRESTRICTED procurement. The applicable NAICS Code is 237990 with a Small Business Size standard of $31,000,000 The SIC Code is 1629. The estimated price range for this project is between $1,000,000 and $5,000,000. If a large business is the apparent low bidder, no award will be made unless a Small Business Sub-Contracting Plan is accepted and approved. The plan must address maximum efforts to utilize Small Business, Woman Owned SB, Hubzone SB, Veteran Owned SB, a nd Service Disabled Veteran Owned SB. 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-ROM. Paper copies o f this solicitation, and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation at no charge from http://www2.fbo.gov/spg/USA/COE/DACA51/postdatePrevDays_1.html and http://www.fedteds.gov. All vend ors who want to access solicitations will be required to register with Central Contractor Registration (CCR) (www.ccr.gov) and Federal Data Technical Solution (Feted) (www.fedteds.gov). The new system called Federal Technical Data System (FedTeDS) (http:/ /www.fedteds.gov) is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal Agencies. Business opportunities can be located on Federal Business Opportunities (www.fedbizopps.gov) or the Army single Face to Indu stry (ASFI) Acquisition Business Web Site (https://acquisition.army.mil/asfi). There will be no automated email notification of amendments. To keep informed of changes, please check www.fedbizopps.gov frequently. Some contractor tools are the following: 1. Register to receive Notification & Register as an Interested Vendor in www.fedbizopps.gov 2. Utilize the Vendor Notification Service in ASFI (https://acquisition.army.mil/asfi). A hyperlink posted in FedBizOps will direct vendors to FedTeDS to downloa d solicitations, Plans, Specifications and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, or printed using A5. Internet Explorer 6.0 the recommended Browser. However, Internet Explore r 4.x, Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with FedTeDS. 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 $15.00 to USACE, NY. Solicitation documents for this construction effort will be available on or about 12 March 2007. The Bid opening date will be on or about 11 April 2007 at 2:00 P.M. Registration Requirements: DFARS 252.204-7004 Required Central Contractor Registration (CC R) 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 a nnual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at http://www.ccr.gov. The Contract Specialist for this procurement is Adriana Dunaway, Contract Specialist, U.S. Army Corps of Engineers, New York District, ATT N: Contracting Division Room 1843, New York, NY 10278-0900. She may be reached at adriana.a.dunaway@usace.army.mil; phone number (917) 790-8178, Fax number (212) 264-3013. The technical manager is Carlos Villacres at (Carlos.E.Villacres@usace.army.mil) o r phone number (917) 790-8536.
 
Place of Performance
Address: US Army Engineer District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
Country: US
 
Record
SN01239215-W 20070228/070226225656 (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.