Stone Seawall Repair Hereford Inlet, NJ
Subject: STONE SEAWALL REPAIR HEREFORD INLET - ANGLESEA Townsends Inlet to Cape May Inlet, North Wildwood, New Jersey Solicitation Number: W912BU-19-B-0001 Set-Aside Code: N/A Response Date: August 21... Subject: STONE SEAWALL REPAIR HEREFORD INLET - ANGLESEA Townsends Inlet to Cape May Inlet, North Wildwood, New Jersey Solicitation Number: W912BU-19-B-0001 Set-Aside Code: N/A Response Date: August 21, 2019 1:00 PM EST Place of Performance: Hereford Inlet - Anglesea, Townsends Inlet to Cape May Inlet, North Wildwood, New Jersey in North Wildwood, Cape May County, NJ. The U.S. Army Corps of Engineers, Philadelphia District, intends to award a firm fixed contract for work that consists of repairs to the Hereford Inlet Seawall of approximately 460 feet at two separate locations between Stations 3+30 and 8+70. The project area is entirely within the municipality of North Wildwood City. The contract work may also include one Option, for similar repairs of approximately 100 feet between Stations 15+10 and 16+10. The major items of work to be performed under this contract for the Base Bid and Options includes, but is not limited to, the following (quantities shown are approximate): a) Structures Monitoring b) Re-handling of existing 2 ton stone (2,550 Tons) c) Retrieval of submerged stones (14 each) d) Placement of underlayer stone (1,485 Tons) e) Placement of Articulated Concrete Block (ACB) mattresses (55,350 SF) f) Placement of stone fill (22,025 Tons) g) Placement of core stone (5 Tons) h) Placement of new 2 ton capstones (930 Tons) i) Placement of new 4 ton capstones (310 Tons) j) Concrete walkway replacement (7,900 square feet) Due to the close proximity to residential structures and lack of available land for staging, at least 50% of the access to the construction area is through water-borne operations. The conditions in and about the work site are extremely dynamic and dangerous. The tidal currents are strong and the waves are generally rough. The frequent passing of large commercial and recreational vessels create large waves that will affect construction operations. The contract duration for construction is anticipated at approximately 330 calendar days and the magnitude of this construction project will be between $5,000,000.00 and $10,000,000. The NAICS Code for this project is 237990 and the small business size standard is $36.5 Million. This acquisition will be made using sealed bidding, a single award will be made as a whole, to the lowest priced, responsive bidder determined to be responsible in accordance with FAR Part 14 Procedures. Issue date for the Invitation for Bids (IFB), Solicitation No. W912BU19B0001 is anticipated on or about July 21, 2019, as an unrestricted procurement. The bid opening is projected to be conducted on August 15, 2019 at 1:00 p.m. EST; however, this information is subject to change. Offerors should review the entire solicitation once it is posted. The clauses at FAR 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of the solicitation. Accordingly, bidders are urged to inspect the site where the work will be performed. Contact the POC identified in the solicitation within 10 calendar days of the solicitation posting to coordinate their participation. 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. Any contract awarded from the solicitation will contain Liquidated Damages, FAR 52.211-12 - Liquidated Damages - Construction, the amount will be published with the solicitation. 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 ensure equal employment opportunity is applicable to the resulting contract. The Davis-Bacon rate applicable to the construction and the actual Liquidated Damages will be specified in the actual solicitation.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »