Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2010 FBO #3085
SOURCES SOUGHT

Y -- Construction Contracts: BEACH NOURISHMENT/RENOURISHMENT PROJECTS IN WESTHAMPTON, NY; ORCHARD BEACH, NY; AND CONEY ISLAND, NY

Notice Date
5/4/2010
 
Notice Type
Sources Sought
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
Contracting Office
USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090
 
ZIP Code
10278-0090
 
Solicitation Number
W912DS-10-S-0010
 
Response Due
5/19/2010
 
Archive Date
7/18/2010
 
Point of Contact
Ivan V. Damaso, 917-790-8708
 
E-Mail Address
USACE District, New York
(ivan.v.damaso@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Construction Contracts: BEACH NOURISHMENT/RENOURISHMENT PROJECTS IN WESTHAMPTON, NY; ORCHARD BEACH, NY; AND CONEY ISLAND, NY THIS IS A SOURCES SOUGHT ANNOUNCEMENT TO BE USED FOR MARKET ANALYSIS ONLY. NO AWARDS WILL BE MADE FROM THE RESPONSES TO THIS SYNOPSIS. SINCE THIS ANNOUNCEMENT IS MADE IN REFERENCE TO THREE SPECIFIC PROJECTS, CONTRACTORS ARE FREE TO RESPOND IN REFFERENCE TO ANY OR ALL OF THE PROJECTS CITED. NO SOLICITATION WILL BE AVAILABLE AT THIS TIME. HOWEVER RESPONSES WILL BE USED TO DETERMINE THE APPROPRIATE ACQUISITION STRATEGIES FOR FUTURE ACQUISITIONS. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a), certified HUB Zone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) for work on a construction contract. The NAICS Code is 237990 (size standard $20 million average annual receipts for preceding three fiscal years). No awards will be made from the responses to this synopsis. No solicitations will be available at this time. BACKGROUND AND INFORMATION FOR CONSTRUCTION CONTRACTS The New York District, U.S. Army Corps of Engineers (District) is in the process of developing the plans & specifications for the beach renourishment projects at Westhampton, NY; Orchard Beach, Bronx, NY; and Coney Island, NY. Listed below are the project locations and overall scope of work for each project. It is anticipated that each project will be contracted separately. SURVEY FOR THE CONSTRUCTION CONTRACTOR INDUSTRY The following is a confidential survey questionnaire designed to apprise the US Army Corps of Engineers, NY District, of prospective dredging/beach renourishment contractors project execution capabilities. You may respond in reference to any number of the projects in question. Please provide your response to the following questions. General 1) Have you ever worked on dredging/ beach renourishment jobs similar in nature to these projects? If so, please describe the project and for whom the work was performed. Identify a point of contact and phone number. 2) Have you performed dredging/beach renourishment within the coastal waters of New York and New Jersey? 3) Would you be willing to bid on any of the projects described in this synopsis? If so, which one(s)? If the answer is No, please explain why not? 4) Would you be bidding on any of these projects as a sole contractor, prime contractor with subcontractor(s) or as a joint venture? 5) Is there a dollar limit on the size contract that you would bid? 6) What are the largest dredging/ beach renourishment contract (in dollar amounts) on which you were the prime contractor? 7) What is your bonding capacity per contract? What is your total bonding capacity? 8) Have you worked with environmental window restrictions, e.g., Piper Plover, Sea Turtle? 9) Is your company a small or large business as defined by the SBA? Equipment 10) What type of dredge equipment and land-based equipment do you own and/or operate that is suitable for the work described? For each dredge that you list, please specify its hopper capacity, discharge pipe size, pump horsepower, and other salient characteristics. 11) Identify which dredge(s), including support equipment (tug, pump-out buoy, submerged pipeline, floating pipeline etc.), you would employ on these projects. Air Quality Considerations The Corps is currently in discussions with regulatory agencies concerning air quality. Initial discussions with these agencies indicate that the overall emissions from the equipment to be used may cause the NY/NJ metropolitan area to exceed state emission limits. 13) Do you have any information (i.e., engine manufacturer statements on emissions characteristics, etc.) or data (engine model, manufacturer, year, etc.) available on the emission levels from your dredge, tugboat, and land based equipment etc.? If so, would you please provide us this information with your response along with a point of contact and phone number? 14) Do you have experience with the use of alternative fuels, admixtures, or retrofitting of equipment to reduce emission levels? If so please identify the project, the nature of the alteration to the previous operating pattern. Would you please provide us with a point of contact and phone number so that more detailed information could gathered at a future date? 15) Would you be willing to purchase emission reduction credits (ERC) in lieu of using alternative fuels, admixtures, or retrofitting equipment? Have you ever purchased such credits? If so please identify the project, a point of contact and phone number. 16) There exists the potential that operational constraints, or reduction in hours worked on a poor air quality day, or both might be imposed as part of the contract document. Would the possibility of the imposition of such constraints affect your decision to submit a bid? Contractors Comments or Recommendations 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 Contractor 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. Westhampton, NY This project will include the dredging of sand from designated borrow areas, (1) located approximately 1-2 miles offshore of Westhampton and (2) located offshore approximately 2 miles east of Shinnecock Inlet. Approximately 600,000 CY to 800,000 CY of material (beach fill) will be placed in Westhampton, with an option (subject to funding availability) for an additional beach fill of 200,000 CY to 400,000 CY to be placed West of Shinnecock. The Contractor cannot dredge or place beach fill material during the period of March 15th through September 1st due to environmental restrictions. Mobilization and demobilization may also be constrained within this time. The contract value is estimated to be between $5M and $10M. The advertisement and award is projected for the late Summer of 2010. Orchard Beach, Bronx, NY This project will include the placement of approximately 200,000 CY to 400,000 CY of material (beach fill) in Orchard Beach, Pelham Bay Park, Bronx. The borrow material will be from an upland source. This project will also include the repair of the existing groin, approximately 3000 to 4000 tons of stone work using new and existing stone. The Contractor cannot perform work during the period of May 1st through September 30th due to environmental restrictions. The contract value is estimated to be between $7M and $15M. The advertisement and award is projected for the Summer of 2010. Coney Island, NY This project will include the placement of approximately 75,000 CY to 150,000 CY of material (beach fill) in the community of Sea Gate, Coney Island. The borrow material will be from a nearshore source in Gravesend Bay. This project will also include the construction of several new T-groins, approximately 80,000 to 100,000 tons of stone work using new stone, 40,000 to 50,000 square feet of new steel sheet pile and removal of existing timber groins. The contract value is estimated to be between $10M and $20M. The advertisement and award is projected for the Summer of 2010. For each project, the Contractor will conform to all local, state, and federal laws while carrying out the dredging of the material from the borrow area and subsequent beach fill placement. For each project the Contractor shall submit a safety & health plan to the government and that plan must be acceptable to the government before the contractor may mobilize. Prior to the commencement of work for each project, the Contractor shall notify the 1st Coast Guard District, Aids to Navigation Officer, of his proposed operations, including location and duration of operations and request that the information be published in a Notice to Mariners. This notification must be given at least three (3) weeks in advance so that it appears in the Notice to Mariners at least one week prior to the commencement of the beach renourishment operation for each project. The Contractor shall also coordinate all dredging and transportation activities with U.S. Coast Guard Activities New York, Vessel Traffic Service Branch. The Contractor will mark work areas with buoys as coordinated with the USCG. Submit three (3) Survey Questionnaires to: U.S. Army Corps of Engineers NY District, 26 Federal Plaza CENAN CT, Room 1843 New York, NY 10278 Attn.: Ivan V. Damaso Submit Survey Questionnaires to the POC listed in the FedBizOps advertisement. Survey Questionnaires shall not exceed 10 pages each. Survey Questionnaires will not be accepted after 4:00 pm on the original response date shown in the advertisement in the FedBizOps. If the original response date falls on a Saturday, Sunday, or a Federal Holiday, the response date will moved to the next business day. Facsimile transmissions of the qualifications statements will not be accepted. Due to heightened security around 26 Federal Plaza, be prepared to leave ample time to gain entry into the building. If we do not receive an adequate number of qualified respondents (i.e., two or more responsible firms), the solicitation shall be issued on an unrestricted basis and all firms regardless of size shall be eligible and encouraged to compete for this project.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-10-S-0010/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02140185-W 20100506/100504235627-575f5f59b22850879b37949f7c28fdd3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.