Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2008 FBO #2257
SOLICITATION NOTICE

Z -- Maintenance Dredging, 35 through 44-Foot Project, Cuts-1B, 1, 2, T.A.C., T.T.B., and Poseidon Wharf, Canaveral Harbor, Florida, Brevard County, Florida

Notice Date
1/29/2008
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
US Army Engineer District, Jacksonville, P.O. Box 4970, Jacksonville, FL 32232-0019
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-08-B-0004
 
Response Due
3/14/2008
 
Archive Date
5/13/2008
 
Point of Contact
Claurice Dingle, (904) 232-3736
 
E-Mail Address
Email your questions to US Army Engineer District, Jacksonville
(Claurice.M.Dingle@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This project will consist of removing shoals from the Entrance Channel Cut-1B, Cut-1, Cut-2, Trident Access Channel (T.A.C.), Trident Turning Basin (T.T.B.), and Poseidon Wharf. The contract base is to dredge approximately 150,000 cubic yards (cy) o f material from Cut-1 Station 105+00 to Cut-2 Station 200+00 with primary placement in the designated Dredged Material Ocean Disposal Site (OSMDS), located approximately 7.5 statute miles from the dredging area. Nearshore quality material removed from Cut -2 Station 150+00 to Station 181+57.58 will be placed in the Nearshore Placement Area located approximately 6 statute miles from the dredging area. The determination of nearshore quality material, classified as material with less than 20% fines, will be b ased on visual inspection of the material as it is placed into scows. Option A is to dredge approximately 80,000 cy of material from Cut-1B Station 0+00 to Cut-1 Station 105+00 with placement in the designated ODMDS, located approximately 5.5 statute mile s from the dredging area. Option B is to dredge approximately 25,000 cy of material from the T.A.C and T.T.B (except for the Trident Wharf) with primary placement in the designated ODMDS located approximately 9 statute miles from the dredging area. Near shore quality material removed from the T.A.C. Station 2+02.66 to Station 12+44.38, Range 193.12 to Range 1000, will be placed in the Nearshore Placement Area located approximately 6.5 statute miles from the dredging area. Option C is to dredge approximat ely 10,0000 cy from a portion of the T.T.B. referred to as the Trident Wharf and approximately 10,000 cy from the Poseidon Wharf with disposal in the upland containment area, CDA-C. Dredging occurs annually in this portion of Canaveral Harbor. In accordan ce with the National Marine Fisheries Service (NMFS) Biological Opinion, hopper dredges are prohibited from working in Canaveral Harbor, and therefore may not bid on this contract. When dredging the Trident Wharf and Poseidon Wharf, separate offloading eq uipment will be necessary to place material in CDA-C. Work also includes a dedicated Manatee observer for clamshell dredges and turbidity monitoring. Magnitude of construction is between $1,000,000.00 and $5,000,000.00. The performance period is 95 cale ndar days to include Mobilization and Demobilization, Base Bid, Option A, Option B and Option C. This solicitation will be issued on or about 13 February 2008 and open on or about 14 March 2008. THIS IS AN UNRESTRICTED ACQUISITION. COAST GUARD CERTIFICAT ION OF VESSELS IS REQUIRED IN ACCORDANCE WITH THE SEAGOING BARGE ACT. There will be a price preference for certified HUBZone small business concerns that comply with the requirements in the solicitation as stipulated in FAR 19.1307. Solicitation will be i ssued in electronic format only and will be posted on the Army Single Face to Industry (ASFI) website at https://acquisition.army.mil/asfi/. In order to receive notification of any amendments to this solicitation, interested vendors must REGISTER TO RECEIV E NOTIFICATION on the Federal Business Opportunities website at http://www.fedbizopps.gov/. If you are not registered, the Government is not responsible with providing you with notification of any changes to this solicitation. In addition, in order to gene rate a Plan Holders List, all interested bidders must also REGISTER AS INTERESTED VENDOR which is also located on the Federal Business Opportunities website at http://www.fedbizopps.gov/. You must be registered in the Central Contractor Registration in ord er to be eligible to receive an award from this solicitation. Please call 1-888-227-2423 for more information or visit the CCR website at http://www.ccr.gov. You must be registered in the Online Representations and Certifications Application (ORCA) in orde r to be eligible to receive an award from any Government solicitation. For more information, visit the ORCA website at http://orca.bpn.gov/. The NAICS Code is 2 37990 and the size standard is $18.5 Million Dollars. To be considered small for purposes of government procurement, a firm must perform at least 40 percent of the value dredged with its own equipment or equipment owned by another small business dredging c oncern. See government-wide Note 1.
 
Place of Performance
Address: US Army Engineer District, Jacksonville P.O. Box 4970, Jacksonville FL
Zip Code: 32232-0019
Country: US
 
Record
SN01495048-W 20080131/080129230426 (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.