New York Bids > Bid Detail

Fire Island Inlet to Montauk Point, New York | Fire Island Inlet to Moriches Inlet Reach Suffolk County, NY, PL 84-99, FIMI PIR 2024

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • Z - Maintenance, Repair or Alteration of Real Property
Opps ID: NBD00159821696911752
Posted Date: Apr 11, 2024
Due Date: Apr 26, 2024
Solicitation No: W912DS24S0037
Source: https://sam.gov/opp/7ae4423c4c...
Follow
Fire Island Inlet to Montauk Point, New York | Fire Island Inlet to Moriches Inlet Reach Suffolk County, NY, PL 84-99, FIMI PIR 2024
Active
Contract Opportunity
Notice ID
W912DS24S0037
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
USACE
Sub Command
NAD
Office
W2SD ENDIST NEW YORK
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 11, 2024 02:25 pm EDT
  • Original Response Date: Apr 26, 2024 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Z1KF - MAINTENANCE OF DREDGING FACILITIES
  • NAICS Code:
    • 237990 - Other Heavy and Civil Engineering Construction
  • Place of Performance:
    Ocean Beach , NY 11770
    USA
Description

THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER, RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGY FOR A FUTURE ACQUISITION.



The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) serviced by SBA districts, certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB), for work on dredging and beach creation construction contract. The NAICS Code is 237990 (Other Heavy and Civil Engineering Construction) (size standard $45 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitation will be available at this time.





Responses will be used to determine appropriate acquisition decisions for a future procurement.





BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACT



The New York District, U.S. Army Corps of Engineers (District) is preparing plans and specifications for the Fire Island Inlet to Moriches Inlet (FIMI) Reach PL 84-99, PIR 2024 Project.





FIMI PL 84-99 PIR 2024 is a structural contract that includes repair and restoration of the project to design conditions, including advance fill. The total work will consist of approximately 1.7 million CY of beachfill restoration on the eroded shoreline, replacement of approximately 35,202 ft of sand fencing, planting of approximately 31 acres of dune grass, repair of approximately 6-10 elevated timber dune crossover structures, and repair of approximately two vehicular crossovers. The sand will be dredged from the Atlantic Ocean Sand Borrow Area 2C.



The critically needed beachfill will restore the eroded beach that spans a distance of 44,150 feet spanning between the communities of Ocean Bay Park to Davis Park in Suffolk County, NY. The placement distance within the project area is approximately 23,000 feet. The beachfill includes a beach berm at elevation +8.5 ft NAVD88, backed by





1V:5H side slopes on both landward and seaward sides. The construction berm width will be 90 ft plus advance nourishment fill, with an onshore slope of 1V:20H to elevation



-1ft NAVD88 and an offshore slope of approximately 1V:15H to ocean bottom. Construction cost is in the range of $50,000,000 to $100,000,000.



OPERATIONAL CONSTRAINTS



The Contractor will conform to all local, state, and federal laws while carrying out the construction process for this project.





The Contractor shall prepare and submit a site-specific safety and health plan to the government for approval prior to mobilization.





SURVEY OF THE CONSTRUCTION CONTRACTOR INDUSTRY





The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of any prospective construction contractors’ project execution capabilities. Please provide your response to the following questions. At the end of this survey, you will be asked to provide your comments.





General





The proposed project is for Beach Renourishment work.




  1. Description of project:



FIMI PL 84-99 PIR 2024 is a structural contract that includes repair and restoration of the project to design conditions, including advance fill. The total work will consist of approximately 1.7 million CY of beachfill restoration on the eroded shoreline, replacement of approximately 35,202 ft of sand fencing, planting of approximately 31 acres of dune grass, repair of approximately 6-10 elevated timber dune crossover structures, and repair of approximately two vehicular crossovers. The sand will be dredged from the Atlantic Ocean Sand Borrow Area 2C.






  1. The North American Industry Classification System (NAICS) code is 237990 (Other Heavy and Civil Engineering Construction). The Small Business Size standard is



$45,000,000.






  1. The following information is required from interested sources.








    1. Name of firm with address, phone, and fax number, point of contact and email address.










    1. Identification and verification of the company as a Small Business Administration (SBA) certified HUBZone Small business firm, or a Service-Disabled Veteran Owned Small Business firm, or an SBA certified 8(a) firm with an SBA approved office for performing a competitive acquisition in the State of New York, or a Small Business firm under the size standard assigned to the procurement.










    1. A CAGE Code and DUNS Number for the firm.










    1. Statement of Interest: Please indicate whether your firm intends to submit an offer for this project.










    1. Qualification Criteria: Responses to this Source Sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Firms should respond to this notice by providing at least three relevant projects that the firm performed as a Prime Contractor. No more than five relevant projects can be submitted as Past Experience. Firms SHALL provide the dollar value of past relevant projects that the firm performed.










    1. Also include: (i) Forecasted use of materials, equipment including land- based equipment and pumps and storage location if applicable; (ii) Capabilities and Capacity for intended operations.

    2. Have you worked with environmental window restriction (e.g. Piper Plover, Sea Turtle, Seabeach Amaranth, etc.)?










    1. Bonding Capacity: per contract and total bonding capacity.










    1. The interested contractor should list the percentage and type of work that they will self-perform. Interested responders should refer to the







following FAR Clauses to see the Limitations on Subcontracting that pertains to specific Set-asides.





FAR 52.219-14 pertains to Small Business and 8(a) Set asides). If the acquisition is set-aside for all Small Businesses or the 8(a) Program, the concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees.





FAR 52.219-3 pertains to HUBZone Set asides. If the acquisition is set- aside for HUBZone Small Businesses, at least 15 percent of the cost of contract performance to be incurred for personnel will be spent on the HUBZone prime contractor’s employees; and at least 50 percent of the cost of the contract performance to be incurred for personnel will be spent on the HUBZone Prime Contractor’s employees or on a combination of the HUBZone Prime Contractor’s employees and employees of HUBZone Small Business concern Subcontractors; and no more than 50 percent of the cost of contract performance to be incurred for personnel will be subcontracted to concerns that are not HUBZone Small business concerns.





FAR 52.219-27 pertains to Service-Disabled Veteran Owned Small Business (SDVOSB) set-asides. If the acquisition is set-aside for SDVOSB, at least 15 percent of the cost of the contract performance incurred for personnel will be spent on the concern’s employees or the employees of other Service-Disabled Veteran Owned Small Business concerns. A joint venture may be considered a Service-Disabled Veteran Owned Small Business concern if at least one member of the joint venture is a Service-Disabled Veteran-Owned Small Business concern, and makes the following representations: That it is a Service- Disabled Veteran Owned Small Business concern, and that it is a Small Business concern under the North American Industry Classification Systems (NAICS) code assigned to the procurement; and each other concern is small under the size standard corresponding to the NAICS code assigned to the procurement; and the joint venture meets the requirements of paragraph 7 of the explanation of Affiliates in 19.101





of the Federal Acquisition Regulation. The joint venture meets the requirements of 13 CFR 125.15(b).








    1. Would you be willing to bid on the project described above? Please provide a brief description. If the answer is no, please explain why not.










    1. Would you be bidding on this project as a sole contractor, prime contractor with subcontractor(s) or as a joint venture?










    1. Is there a dollar limit on the size contract that you would bid?










    1. What are the largest construction contracts (in dollar amounts) on which you were the prime contractor?










    1. What is your bonding capacity per contract? What is your total bonding capacity?










    • Is your company a small or large business as defined by the SBA? Are you classified as a certified 8(a) serviced by SBA districts, certified HUB Zone, or Service-Disabled Veteran-Owned Small Business (SDVOSB)?







Equipment





What type of standard construction equipment do you own and/or operate for work on soft soils such as hydraulic excavators outfitted with long reach booms, low-pressure off- road hauling equipment, low ground pressure dozers, low ground pressure utility vehicles, use of timber mats to support excavators and to assist in moving across wet areas of the site that is suitable for the work described? For each item of equipment that you list, please specify its load capacity, modifications and any other relevant characteristics.









Contractor’s Comments or Recommendations





Please provide, if any.





Please note that this notice is not a commitment on the part of the Government to award a contract as a result of this notice or to pay for any information received. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government should not construe this Sources Sought Synopsis as a commitment for any purpose. The Government does not intend to rank submittals or provide any reply to interested firms.





Submit three (3) Survey Questionnaires to:



Attn: Michael McCue Email: Michael.L.McCue@usace.army.mil



Survey Questionnaires will not be accepted after 2:00 pm on the original response date shown in the advertisement in the sam.gov. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will move to the next business day.



Facsimile transmissions of the qualification statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to enter the building.


Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING DIVISION 26 FEDERAL PLAZA ROOM 16 300
  • NEW YORK , NY 10278-0004
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 11, 2024 02:25 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >