Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOLICITATION NOTICE

Z -- Maintenance Dredging, Delaware River, Philadelphia, Pennsylvania to Trenton, New Jersey

Notice Date
4/21/2016
 
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, Philadelphia, 100 Penn Square East, Wanamaker Bldg (RM 643), Philadelphia, Pennsylvania, 19107-3390, United States
 
ZIP Code
19107-3390
 
Solicitation Number
W912BU-16-B-0011
 
Point of Contact
Sandra G Fletcher, Phone: 215-656-6915
 
E-Mail Address
Sandra.G.Fletcher@usace.army.mil
(Sandra.G.Fletcher@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Contract will consist of maintenance dredging within the project channel of the Fairless Turning Basin in the Delaware River, Philadelphia, Pennsylvania to Trenton, New Jersey. Salient information: a) Dredging will be required to a depth of 40' MLLW plus 1' allowable overdepth, with no side slopes delineated and/or paid for along the basin's east/west berthing land edges and the west channel edge of Newbold Range (box cut); b) Dredging will also be required to a distance of 25' outside the three remaining turning basin edges, with no side slopes delineated and/or paid for; c) This will not be a contour dredging job; d) No end slopes will be specified for this contract; e) Before and after dredging quantities will be computed on the same basis as the foregoing; f) The following restrictions are applicable for this contract: (1) Dredging work must be accomplished by hydraulic pipeline dredge only; (2) Hydraulic Dredging: Kinkora Range (Station 112+439) to Trenton Bridge Range/Upper End of Project, (Station 160+325); g) Due to environmental restrictions, dredging must occur within the window from 15 July 2016 through 31 December 2016; h) The use of hopper and mechanical/bucket dredges will not be permitted under this contract; i) The Money Island Disposal Area which is owned by Waste Management is available for this contract. j) The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation. Solicitation No. W912BU-16-B-0011 will be issued on or about 16 May 2016, as an Unrestricted Invitation for Bids. Bid opening will be conducted 16 June 2016 at 11:00 a.m. Bonding will be required; at the time of bid opening, by separate Bid Bonds; and after award but before Notice to Proceed, Performance and Payment Bonds will be required. The award will be made as a whole to one bidder in accordance FAR Part 14 Procedures. The contract period of performance is 30 calendar days. Estimated cost range of this project is $1,000,000.00 to $5,000,000.00 and the NAICS code for this project is 237990 (SIC 1629) with a size standard of $27.5 million dollars. 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 and hard copies will not be available. No written or fax requests will be accepted. It is the contractor's responsibility to monitor FBO for any amendments. The solicitation will contain FAR 52.222-38 Compliance with Veterans' Reporting Requirements, therefore contractors who have received a Federal Contract of $100,000.00 or greater, except as waived, must have submitted the preceding fiscal year Federal Contractor Veterans' Employment Report (VETS-100 and/or VETS-100A Report) to be eligible for an award. If you have any questions or concerns regarding VETS-100 or VETS-100A reports please contact VETS-100 customer support at 1-866-237-0275 or via email at VETS100-customersupport@dol.gov. The solicitation will contain FAR provision 52.204-7; therefore a bidder must be registered in the System for Award Management (SAM) database prior to award. Davis Bacon rates will be applicable to the construction. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Questions regarding this notice should be directed to Sandra Fletcher, Contracting Specialist, at Sandra.G.Fletcher@usace.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA61/W912BU-16-B-0011/listing.html)
 
Place of Performance
Address: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia,, Pennsylvania, 19107-3390, United States
Zip Code: 19107-3390
 
Record
SN04091263-W 20160423/160421234532-d2090de8978ae9105757bc03a6f05298 (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.