SOLICITATION NOTICE
Y -- Maintenance dredging in the Arthur Kill, Ward Point Bend and Seguine Point Bend Reaches of the New York and New Jersey Channels, Federal Navigation Project.
- Notice Date
- 3/15/2013
- Notice Type
- Presolicitation
- NAICS
- 237990
— Other Heavy and Civil Engineering Construction
- Contracting Office
- USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
- ZIP Code
- 10278-0090
- Solicitation Number
- W912DS-13-B-0010
- Response Due
- 5/14/2013
- Archive Date
- 5/14/2013
- Point of Contact
- Jason L Parker, 917-790-8080
- E-Mail Address
-
USACE District, New York
(jason.l.parker@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Corps of Engineers, New York District intends to issue an Invitation for Bids (IFB) to perform maintenance dredging in the Arthur Kill, Ward Point Bend and Seguine Point Bend Reaches of the New York and New Jersey Channels, Federal Navigation Project. The Ward Point Bend sediment was tested and meets the criteria for remediation material at the Historic Area Remediation Site (HARS) and is therefore proposed to be placed at the HARS. The dredged material from Arthur Kill and Seguine Point Bend would be placed at a suitable upland site(s) furnished by the contractor, permitted by the State and approved by the Government. The proposed maintenance dredging would remove approximately 308,490 cubic yards of sediment (approx. 39,045 cubic yards as basic work, and the remaining 269,445 cubic yards including 113,460 cubic yards for HARS placement as options), subject to the availability of funds. Dredging in the project work area will be required to a depth of 35 feet below Mean Low Water (MLW) with 2 feet allowable over-depth. Due to restrictions found in the water quality certificate, the proposed work must/can only be performed by a large mechanical dredge with a closed environmental clamshell bucket. Additionally, multiple ocean going barges and tug boats will be needed to perform the work during the dredging, dewatering and unloading operations. The apparent low bidder shall, within 35 calendar days from the date the apparent low bidder is notified of being such, provide copies of all required permits and approvals for transfer, transportation, dewatering and/or other processing, and final disposal of dredged material, and shall submit evidence of such permits and approvals to the Government. Bidders should consult with Section 008000 paragraph 1.3 of the Specifications for all submittal requirements. The Contractor will be required to commence work within five (5) calendar days after the date of receipt by him the notice to proceed, to prosecute said work diligently and to complete the basic work ready for use not later than thirty (30) calendar days after the receipt by him of the notice to proceed for the basic work. There are five (5) options to the contract. The options, if they are exercised, may not be exercised in numerical order. If the options are exercised, their performance periods will be consecutive. The time for contract completion of each option will be determined by allowing a rate of one calendar day for each 2,250 cubic yards removed for upland placement of the dredged material and 6,000 cubic yards per day for HARS suitable material. Plans and Specifications for the subject project will be available on/about April 11, 2013 with bid opening on/about May 13, 2013. This procurement is being solicited under 100% Full and Open Competition. The applicable NAICS Code is 237990 Other Heavy and Civil Engineering Construction. The small business size is $33,500,000.00. The SIC Code is 1629 heavy construction not elsewhere classified. The estimated cost $10,000,000 to $20,000,000 (basic and options). The Federal Acquisition Regulation requires that Past Performance Information (PPI) be collected on Department of Defense (DoD) contracts. The Government has now implemented a web-enabled application that collects and manages contractor past performance data. Effective 1 April 2007, the system, Contractor Performance Assessment Reporting System (CPARS), requires both the contractor and the Government to submit their portion of the CPARS report via the internet for construction contracts in excess of $100,000.00. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. In the meantime, to become familiar with the system, the CPARS website has a computer-based training module and a practice session for your use at https://www.nwp.usace.army.mil/ct/I/home.asp by following the links to the training. Bids will be submitted to the U.S. Army Corps of Engineers, Contracting Division, Room 1843, 26 Federal Plaza, New York, NY 10278. All questions must be submitted in writing via email to the POC. The media selected for issuance of Synopsis/Solicitation and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project shall be the internet. Telephone, email or fax requests for the solicitation will not be accepted or honored. Paper copies of this solicitation and amendments, if any, will not be available or issued. Interested parties may download and print the solicitation at no charge from the Federal Business Opportunities (FedBizOpps) website, https://www.fbo.gov. All venders who want access to the solicitation must be registered with Central Contractor Registration (CCR), located at www.ccr.gov, and FedBizOpps,. The system called FedBizOpps has been upgraded as a web-based dissemination tool designed to safeguard acquisition-related information for all federal agencies. Business opportunities can be located in FedBizOpps or the Army single face to Industry (ASFI) acquisition business website https://acquistion.army.mil/asfi. To keep informed of changes, check https://www.fbo.gov frequently. Some contractor tools are as follows; 1. Register to receive notification, and 2. Subscribe to the mailing list for specific solicitation at FedBizOpps https://www.fbo.gov or utilize the vender notification service in ASFI. A hyperlink posted in FedBizOpps will direct vendors to FedBizOpps to download solicitations, plans, specification and amendments. Project specification files and drawings are portable document files (PDF) and can be viewed, navigated, printed using A5. Internet Explorer 5.5 or greater, Netscape 4.x (except 4.7) and Netscape 5.x are also compatible with the FedBizOpps website. Interested bidders must be registered and active in the System for Award Management (SAM), website http://www.sam.gov. Those registering are responsible for accuracy of the information provided. For further information, contact: Jason L. Parker, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. Telephone: 917-790-8080. Fax: 212-264-3013. E-mail: jason.l.parker@usace.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-13-B-0010/listing.html)
- Place of Performance
- Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
- Zip Code: 10278-0090
- Zip Code: 10278-0090
- Record
- SN03013502-W 20130317/130315234852-8207f199c6e3e04c74fc2bdb563edfa3 (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 |