Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JUNE 7, 2001 PSA #2867
SOLICITATIONS

Y -- SEA BRIGHT RENOURISHMENT, BEACH EROSION CONTROL PROJECT SANDY HOOK TO BARNEGAT INLET,NJ

Notice Date
June 5, 2001
Contracting Office
US Army Corps of Engineers, New York District, Attn: CENAN-CT, 26 Federal Plaza, Rm 1843, New York, N.Y. 10278-0090
ZIP Code
10278-0090
Solicitation Number
DACW51-01-B-0017
Response Due
July 25, 2001
Point of Contact
Kim D. Sharpless, 212-264-6707/6 Technical Manager, 212-264-9080
Description
Sea bright Renourishment Contract No. 1, Beach Erosion Control Project, Atlantic Coast of New Jersey, Sandy Hook to Barnegat Inlet. The U.S. Army Corps of Engineers has a requirement for a hydraulic placement of sand fills in the Borough of Sea Bright, Monmouth Beach and at specific locations in spring Lake and the Sandy Hook National Park Service area. The Sea Bright Borrow Area VII will be utilized for the required sand. Notching of two groins, Groin notch number 143 located in Spring Lake and Groin Notch number 3 located in Northern Asbury Park. This is Unrestricted Procurement. The SIC Code is 1629 and the NAICS is 234990 with a size standard of 27.5 Million. The estimated cost of this project is between $10,000,000.00 to $20,000,000.00. The media selected for the issuance of solicitations and amendments shall solely be at the discretion of the Government; accordingly, the media utilized for this project are the Internet and CD-ROM. 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, at http://nan.usace.army.mil. (Contracting Opportunities). Project specification files and drawings are portable Document (PDF) files and can be viewed, navigated, or printed using Abode Acrobat Reader. Minimum system requirements are 486-based personal computer, Microsoft Windows 3.1 or greater, 8 MB application RAM. A registration page is attached to the web site, and prospective bidders are required to register to receive notice of any amendments and or addenda that may be issued to the solicitation. Utilization of the Internet is the preferred method, however, CDs will be available upon written request stating the Solicitation Number, or Project Name, complete company name and street address (we will NOT deliver to P.O. boxes), telephone and facsimile number (including area codes). Make check or money order payable in the amount of $10.00 to "FAO, USAED, NY". Solicitation documents will be available on or about 25 June 2001. Bid opening date will be 30 calendar days following solicitation available date, on or around 25 February 2001 at 2:00 P.M. Bid opening will be held in room 1841 of 26 Federal Plaza, New York. A Small Business Subcontracting Plan is required for all large firms. The subcontracting plan must be in conformance with all aspects of FAR Subpart 19.7. This includes evaluation of an offeror's past performance with respect to its allotment of work to Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. A contract will not be awarded unless and until the Contracting Officer has determined (with advice from the SBA) that an offeror's subcontracting plan provides maximum practicable opportunities for Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns to participate in contract performance. In determining the acceptability of a proposed subcontracting plan, the Contracting Officer will evaluate all relevant factors inclusive of the evaluation of the offeror's past performance in awarding subcontracts for the same or similar products or services to Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. The Corps of Engineers is responsible for effectively implementing the small business programs within its activities including achieving program goals and to ensure contracting and technical personnel maintain knowledge of Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business program requirements. In line with the emphasis on this program, the Corps of Engineers, New York District is particularly desirous of increasing subcontracting opportunities for Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns. An offeror, as a prime contractor, is required to participate in this program by soliciting subcontractor bids from such firms. This office urges an offeror to take action to locate competent Small, Small Disadvantaged, Veteran's Owned, HUBZONE, and Women-Owned Small Business Concerns for subcontracting opportunities in preparing a bid. Submission of an unfavorable plan may result in denial of award. An offeror can facilitate the identification of such firms through the Small Business Administration's (SBA) PRO-Net website address http://pro-net.sba.gov. PRO-Net is a virtual one-stop procurement shop, which is free of charge. In addition, an offeror can contact the local SBA 8(a) Business Development offices in New York and New Jersey at (212) 264-4313 and (973) 645-2530, respectively, for referrals to SBA's 8(a) certified Small Disadvantaged Business Concerns. Registration Requirements: DFARS 252.204-7004 "Required Central Contractor Registration" (CCR) applies to this procurement. Prospective contractors must be registered in the Department of Defense CCR database prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423 or via the Internet at: http:// ccr2000.com.
Record
Loren Data Corp. 20010607/YSOL014.HTM (W-156 SN50O0F1)

Y - Construction of Structures and Facilities Index  |  Issue Index |
Created on June 5, 2001 by Loren Data Corp. -- info@ld.com