Inactive
Notice ID:W912BU-19-B-0019
This is a Pre-Solicitation Notice. This project will be announced as W912BU-19-B-0019. Project Description: Maintenance Dredging, New Jersey Intracoastal Waterway and Adjacent New Jersey Waterways The...
This is a Pre-Solicitation Notice. This project will be announced as W912BU-19-B-0019. Project Description: Maintenance Dredging, New Jersey Intracoastal Waterway and Adjacent New Jersey Waterways The proposed procurement is unrestricted, NAICS 237990 with a magnitude of construction between $1,000,000.00 and $5,000,000.00. Description of Work: Contract work will consist of Maintenance Dredging of the New Jersey Intracoastal Waterway and Adjacent New Jersey Waterways: (a) Dredging will be required to clear shoals and to maintain safe navigable depths; (b) Dike building/containment is required to safely contain the quantity of dredged material where appropriate; and (c) additionally, placement involving beneficial use and marsh restoration alternatives will be utilized where permitted and appropriate. Contractor must have capability to operate 2 dredges concurrently - one 10-12 inch and one 12-14 inch hydraulic pipeline dredge. Disposal facilities will be provided by the Government - a combination of upland disposal facilities, marsh restoration and thin layer placement on wetlands. Due to environmental restrictions, dredging must occur within a window from 1 June through 31 December for any locations north of Absecon Inlet. Additional environmental windows may be dictated based on the location of beneficial use placement alternatives. Contractor will be required to use the Resident Management System (RMS). Contractor must be able to demonstrate prior experience on dredging projects involving beneficial use placement techniques on environmentally sensitive coastal marshes and wetlands. Solicitation No. W912BU-19-B-0019 will be issued on or about 19 August 2019 with a bid opening date of 22 August 2019. The period of performance is approximately 485 calendar days. 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. Also, contractors who receive a federal contract of $100,000.00 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://www.vets100.com. All contractors must be registered in the DODs System for Award Management (SAM) database as required by DFARS 204.7300. Davis Bacon rates will be applicable to the construction and bonding is required. Please review all bonds and accompanying documents required to be submitted. Affirmative action to insure equal employment opportunity is applicable to the resulting contract. Liquidated damages will be specified. Award will be made as a whole to one bidder.