MODIFICATION
Z -- Maintenance Dredging Sta. 99+000 to Sta. 250+440 Inland Waterway Delaware River to Chesapeake Bay, Delaware and Maryland.
- Notice Date
- 7/25/2012
- Notice Type
- Modification/Amendment
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
- ZIP Code
- 19107-3390
- Solicitation Number
- W912BU-12-B-0003
- Point of Contact
- Michael J. Toth, Phone: 2156563241, Joseph T. Bujnowski, Phone: 2156566761
- E-Mail Address
-
michael.j.toth@usace.army.mil, joseph.t.bujnowski@usace.army.mil
(michael.j.toth@usace.army.mil, joseph.t.bujnowski@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Maintenance dredging under this contract will be performed at various locations along the Inland Waterway Chesapeake and Delaware Canal and Upper Chesapeake Bay portion of this project. (a) Contract may include a base contract and one option. (b) Base work shall include dredging of the canal from Station 213+000 to Station 240+301. (c) Option 1 work shall include dredging of the canal from Station 110+884 and Station 152+000. (d) Base and Option 1 dredging will be required to a depth of 38 feet MLLW (Datum) plus 1 foot allowable Overdepth limited by a vertical plane through the required depth contour. (e) Dredging will be required to a distance of 25 feet outside the channel limits where shoaling occurs along the channel edge within the authorized channel limits. (f) No side slopes or end slopes are specified for this contract. (g) The Government-furnished upland disposal areas available for use under this contract are Courthouse Point and Bethel Disposal Areas. Solicitation Number W912BU-12-B-0003 will be issued on or about 07 August 2012 with bid opening date occurring at least 30 days after the actual Solicitation date. The period of performance: All work is to be completed before 31 March 2013 for the Base and One Option. Estimated Cost Range: $5,000,000 to $10,000,000. The NAICS Code for this project is 237990 (SIC 1629) with a size standard of $33.5 million. Solicitation documents, plans, and specifications will only be available via the Federal Business Opportunities (FBO) homepage located at https://www.fbo.gov/. Registration for plans and specifications should be made via FBO Internet homepage. Hard copies will not be available. Written or faxed requests will not be accepted. It is the contractor's responsibility to monitor FBO for any amendments. 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 following Internet website: http://vets.dol.gov/vets100/. All contractors must be registered in the DODs Central Contractor Registration (CCR) database as required by DFARS 204.7300. Davis Bacon rates will be applicable for construction. Payment and performance bonds are required. Please review all bonds and accompanying documents required for submittal. Affirmative action to ensure equal employment opportunity is applicable for the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder. This procurement is advertised as Unrestricted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-12-B-0003/listing.html)
- Place of Performance
- Address: Philadelphia Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania, 19107, United States
- Zip Code: 19107
- Zip Code: 19107
- Record
- SN02815313-W 20120727/120726000436-ea5d9daef580d155e5b1aa866562eb80 (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 |