Inactive
Notice ID:W912BU19B0018
July 12, 2019 Contracts Branch (ca) FedBizOps Action Code: Pre-solicitation/Synopsis Class Code: Z Subject: Maintenance Dredging of Schuylkill River above Fairmount Dam, Philadelphia, PA Solicitation ...
July 12, 2019 Contracts Branch (ca) FedBizOps Action Code: Pre-solicitation/Synopsis Class Code: Z Subject: Maintenance Dredging of Schuylkill River above Fairmount Dam, Philadelphia, PA Solicitation Number: W912BU19B0018 Set-Aside Code: Small Business Set Aside Response Date: 27 September 2019 - 11:00 a.m. Eastern Time. Place of Performance: U.S. Army Engineer District, Philadelphia, Wanamaker Building, 100 Penn Square East, Philadelphia, Pennsylvania 19107-3390. Description of Work: The U.S. Army Corps of Engineers, Philadelphia District intends to award a firm fixed-price contract that consists of dredging a 6 foot depth of the Schuylkill River above the Fairmont Dam, specifically Boathouse Row and the Race Course. The work consists of the following: Dredging in the Schuylkill River above Fairmount Dam, specifically Boathouse Row and Race Course. Dredging will be performed to a depth of 6ft as measured from the water surface or to a maximum depth of 4ft NAVDV88. The two dredging areas will be restricted to suction cutterhead dredges and pipeline. Dredged material shall be pumped over Fairmount Dam and placed into barges to be offloaded at the material placement site known as Ft. Mifflin confined disposal facility (CDF), specifically Cell B. Areas to be dredged are: 1) In front of Boathouse Row with approximately 26,200 cubic yards of material to be removed; and 2) An upstream portion of the Race Course approximately 2 (two) miles upstream of Fairmount Dam with approximately 32,600 cubic yards of material to be dredged. The Race Course portion of the project will have an option to remove an additional 3,900 cubic yards of material to be removed between Peter's Island and Strawberry Mansion Bridge. Payment will be based on material removed from the river and placed into The Government-owned Fort Mifflin containment site, cell B and as measured by before and after dredging survey with no side or end slopes. NAVD +4ft 1/2' Overdepth AS#1 - Sta. 46+343 - Sta. 47+070 (Boathouse Row): 12,875 cy 645 cy AS#2 - Sta. 47+070 - Sta. 47+563 (Boathouse Row): 13,400 cy 670 cy AS#3 - Sta. 53+177 - Sta. 53+726 (Rowing Lagoon): 5,200 cy 260 cy AS#4 - Sta. 58+630 - Sta. 59+891 ( Race Course ) : 17,425 cy 870 cy AS#5 - Sta. 59+891 - Sta. 60+639 ( Race Course ) : 9,875 cy 495 cy TOTAL FOR BASE BID --------------------------------- 58,775 cy 2,940 cy AS#6 (OPTION 1) - Sta. 56+789 - Sta. 57+049 : 530 cy 25 cy AS#7 (OPTION 1) - Sta. 57+760 - Sta. 58+630 : 3,350 cy 170 cy TOTAL FOR OPTION 1------------------------------------- 3,880 cy 195cy Solicitation No. W912BU-19-B-0018 will be issued on or about August 01 2019, as a Small Business Set Aside Invitation for Bids. Bid opening will be conducted on or about September 27, 2019 at 11:00 am. Bid Bonds will be required at the time of bid opening. Performance and Payment Bonds will be required prior to Notice to Proceed. The award will be made as a whole to one bidder in accordance to FAR Part 14 Procedures. The contract period of performance is 365 calendar days. Estimated cost range between $1,000,000 to $5,000,000 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/. Copies of plans and Specifications will be available via FBO Internet homepage as 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 Cheley Auguste at Cheley.auguste@usace.army.mil.