Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2016 FBO #5251
SOLICITATION NOTICE

Y -- Hurricane and Storm Damage Reduction Project, Port Monmouth, NJ, Phase II-Contract 3

Notice Date
4/7/2016
 
Notice Type
Presolicitation
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, New York, Attn: CENAN-CT, 26 Federal Plaza, New York, New York, 10278-0090, United States
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-16-B-0008
 
Archive Date
6/8/2016
 
Point of Contact
Orlando Nieves, Phone: 9177908078, ,
 
E-Mail Address
orlando.nieves@usace.army.mil, NYDContracting@usace.army.mil
(orlando.nieves@usace.army.mil, NYDContracting@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 Bid (IFB) seeking to award a firm-fixed price construction contract for the construction of 2,225 linear feet of concrete floodwall (T-wall section); 415 linear feet of sheet pile spliced onto an existing bulkhead along the marina; and 23 linear feet of new sheet pile wall that ties into high ground. A 32 feet long by 7.8 feet high steel roller gate closure structure will be installed across Old Port Monmouth Road. The road closure gate work includes installation of electric winches, lighting, and signage. The floodwall and road closure gate will be supported on steel H-pile foundations and a sheetpile cutoff wall will extend beneath their base. Additional project features include site grading, drainage swales with erosion control matting, stormwater outlet pipes, manholes, armor rock, bedding stone, excavation and backfill of beach sand at dune tie-in, articulating cellular concrete blocks, utility relocations, sluice gate control chamber, road resurfacing, traffic control and signs, fencing, guide rails, vibration monitoring, planting and seeding, soil erosion and sediment control measures, removal of two existing osprey nesting structures and the installation of three new structures, site restoration, and liability insurance. Thi s work will be accomplished as part of a base bid contract with options. This procurement is being solicited under 100% Full and Open Competition. The North American Industry Classification System (NAICS) code is 237990. The business size standard is $36,500,000. The SIC CODE is 1629. The project magnitude is between $10,000,000.00- $25,000,000.00. The period of performance will be 549 calendar days from the issuance of the Notice to Proceed (NTP). Plans and specifications for Solicitation will be available on or about 22-April-2016. Bid Opening date is on or about 24 May 2016 at 2:00 P.M. (Eastern Standard Time). 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 Orlando Nieves at Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil. The small business subcontracting goals for USACE New York District are as follows: Small Business 40.0%, Small Disadvantaged Business 3.0%, Women-Owned Small Business 7.0%, HubZone Small Business 1.0%, Veteran Owned Small Business 2.0% and Service Disabled Veteran Owned Small Business 3.0%. A subcontracting plan reflecting goals less than indicated, shall provide, as part of the subcontracting plan submission, those extenuating circumstances of why the goal cannot be met. You may contact the District, Deputy of Small Business or your local SBA for assistance. A contract will not be awarded until the Contracting Officer has determined that the subcontracting plan provides maximum practicable opportunities for Small Business, Small Disadvantaged Business, Veteran-Owned Small Business, Service Disabled Veteran-Owned Small Business, HubZone Small Business and Women-Owned Small Business program concerns to participate in contract performance. 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. Paper copies of this solicitation and amendments, if any, will not be available or issued. In accordance with DFARS 252.204-7007, all vendors who want access to the solicitation must be registered with System for Award Management (SAM), located at https://www.sam.gov/portal/public/SAM/ and Federal Business Opportunity (FedBizOpps), located at http://www.fbo.gov, in order to safeguard acquisition-related information for all Federal Agencies. Interested parties may download and print the solicitation at no charge from the FedBizOpps website http://www.fbo.gov. Some contractor tools are as follows: 1. Register to receive Notification, and 2. Subscribe to the Mailing List for specific solicitations at Federal Business Opportunities (www.fbo.gov) or utilize the Vendor Notification Service in ASFI (https://www.acquisition.army.mil/asfi). FedBizOpps directs vendors to hyperlinks for Federal Business opportunities, such as solicitations, plans, specifications, and amendments. Check www.fbo.gov frequently for information and updates. Project specification files and drawings are portable document files (PDF). The Office of the Under Secretary of Defense (Acquisition Technology & Logistics (OUSD{AT&L}) A Guide to Collection & Use of Past Performance Information dated 2003 and FAR Part 36 requires the collection and use of past performance information (PPI) in acquiring best-value goods and services. FAR Subpart 36.3 and DFARS Subpart 236.2 mandate the use of Contract Performance Assessment Reporting System (CPARS) by all DoD agencies for construction contracts greater than or equal to $650,000 or more than $10,000 if the contract was terminated for default. CPARS is located at: https://www.cpars.csd.disa.mil. More definitive guidance and instructions will be incorporated in the solicitation and resultant contract. For further information, contact: Orlando Nieves, Contract Specialist, U.S. Army Corps of Engineers, New York District, 26 Federal Plaza, Room 1843, New York, NY 10278-0090. E-mail: Orlando.Nieves@usace.army.mil and nydcontracting@usace.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-16-B-0008/listing.html)
 
Place of Performance
Address: Port Monmouth, New Jersey, 07758, United States
Zip Code: 07758
 
Record
SN04077073-W 20160409/160407235137-a52aa6e97e77dc882f21cd32df149c4c (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.