Maintenance Dredging Schuylkill River Philadelphia, PA
SOL #: W912BU-19-B-0004Pre-Solicitation
Overview
Buyer
DEPT OF DEFENSE
Dept Of The Army
W2SD ENDIST PHILADELPHIA
PHILADELPHIA, PA, 19103-0000, United States
Place of Performance
Place of performance not available
NAICS
Other Heavy and Civil Engineering Construction (237990)
PSC
Maint, Repair, Alter Real Property (Z)
Set Aside
No set aside specified
Original Source
Timeline
1
Posted
May 3, 2019
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
The purpose of this amendment is to correct the previous quantities listed. As a result, this pre-solicitation is hereby amended to incorporate the following changes:
Estimated quantity for the Base Bid is 393,417 CY, and Option 1 estimated quantity is 471,854 CY. Total Base plus Option estimated quantities are 865,271 CY.
May 1, 2019
Contracts Branch (ca)
FedBizOps
Action Code: Pre-solicitation/Synopsis
Class Code: Z
Subject: Maintenance Dredging Schuylkill River, Mouth to University Ave, Philadelphia, PA
Solicitation Number: W912BU-19-B-0004
Set-Aside Code: Unrestricted
Response Date: 17 June 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 toaward a firm fixed-price that consists of Maintenance Dredging of the Schuylkill River that consists of the following:
(a) Dredging of the 33-foot project required within the authorized channel limits to a depth of 33' MLLW (Datum) plus 1' allowable over-depth. The over-depth limited by a vertical plane through the 33' contour. Station 0+600 to 16+980. This requirement includes one (1) option. Estimated quantity for the Base Bid is 393,417 CY and Option 1 estimated quantity is 471,854 CY. Total Base plus Option estimated quantities are 865,271 CY.
(b)No side or end slopes will be specified for this contract.
(c)Before and after dredging quantities will be computed on the same basis as the foregoing.
(d)Dredging work must be accomplished by hydraulic pipeline dredge only.
(e)The use of hopper and mechanical/bucket dredges will not be permitted under this contract.
(f) The Government-owned Fort Mifflin containment site, area B, will be available for disposal of dredged material by hydraulic dredge.
The awarded contract will contain Liquidated Damages at a rate to be specified in the Solicitation.
Solicitation No. W912BU-19-B-0004 will be issued on or about 17 May 2019, as an Unrestricted Invitation for Bids. Bid opening will be conducted 17 June 2019 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 270 Calendar days. Estimated cost range of this project is $5,000,000 to $10,000,000 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/. 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 Cheley Auguste at Cheley.auguste@usace.army.mil.
People
Points of Contact
Cheley AugusteContract SpecialistPRIMARY
Files
Files
No files attached to this opportunity
Versions
Version 1Viewing
Pre-Solicitation
Posted: May 3, 2019