Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 07, 2012 FBO #3878
SOURCES SOUGHT

Y -- The proposed projects are for Shore Protection and Beach Renourishment work.

Notice Date
7/5/2012
 
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-12-S-0013
 
Response Due
7/20/2012
 
Archive Date
9/18/2012
 
Point of Contact
Jason L Parker, 917-790-8080
 
E-Mail Address
USACE District, New York
(jason.l.parker@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The proposed projects are for Shore Protection and Beach Renourishment work. The purpose of this announcement is to gain knowledge of potential business sources; with specific interest in small business, certified 8(a) Small Business firms serviced by SBA districts located within New York, New Jersey, and Pennsylvania, certified HUB Zone Small Business firms, and Service-Disabled Veteran-Owned Small Business firms (SDVOSB. No awards will be made from the responses to this Market Survey. 1. Description of projects: A.Proposed project is for The Atlantic Coast of New York City Rockaway Inlet to Norton Point (Coney Island) to reduce impacts due to storm surges and waves from the Atlantic Ocean. This project will include construction of a series of T-groins to the West of the West 37th Street groins and beach fills in the Sea Gate area. Design template for beach fill consists of a flat berm extending approximately 100 feet seaward from existing bulkhead line. The initial fill volume is calculated to be approximately 130,000 cubic yards based on April-May 2011 surveys. Beach fill will be placed from the W37th Street groin extending westward to the east end of the Norton Point Dike, tapering to existing surface elevations behind the Dike. Sand excavated for the T-heads will be used as beach fill and will be used to provide temporary access ways for construction of the T- groins. The contract value is estimated to be greater than $25M. Award is projected in September 2012. B. Proposed project is for The Atlantic Coast of NJ Sea Bright to Ocean Township Beach Erosion Control Project Renourishment, Contract # 4, Monmouth and Seabright, NJ The project consists of approximately 2 miles of shoreline from Monmouth Beach to Sea Bright, New Jersey. Shore Protection is provided by constructing a beach berm at an elevation of + 9.3 NAVD. The Contractor will also be required to conduct Sea Turtle and Whale monitoring during the period of June 15th through November 15th. The Contractor cannot place beach fill material during the period of March 15th through September 15th due to Piper Plovers nesting on the beach. There are additional restrictions to beach fill placement during the period of May 1st to November 1st. These restrictions are to avoid disturbance to bird nesting from Sea Beach Amaranth and Terns. The contract value is estimated to be between $15M and $20M. Award is projected in September 2012. C. Proposed project is the Plumb Beach Shore Protection project. Plumb Beach is located along the southern margin of the Borough of Brooklyn, City of New York, and is a low-lying, crescent-shaped, undeveloped barrier beach which extends approximately 5,000 feet from Knapp Street at the entrance of Sheepshead Bay Channel east to the tip of a tidal flat. The project consists of construction of two terminal groins and one offshore breakwater. The contract also includes planting 1.2 acre of beach grass and removal of one geotube groin. The contract value is estimated to be between $5M and $10M. Award is projected in October 2012. D. West of Shinnecock Inlet, New York Storm Damage Reduction Project Emergency Measures, and Optional Inlet Material Bypassing at Tiana Beach, New York Base Project: The contract project consists of placement of a storm damage reduction berm in the area west of Shinnecock Inlet at the Atlantic Ocean Beach at Shinnecock Inlet County Park. Sand material will be obtained from the Shinnecock Inlet Navigation Channel and Deposition Basin. The placement area begins approximately 150 feet west of the west jetty at Shinnecock Inlet and continues westerly for approximately 1850 feet. The quantity of fill to be placed is 128,000 cubic yards. The placement cross section will be a berm at elevation +8.5 ft NAVD, at an average width of 150 ft from the existing +8.5 ft NAVD beach profile contour, then sloping seaward at 1 ft vertical to 15 ft horizontal to the existing beach profile. Payment will be based on the placement template, not on the dredged quantity as this is a storm damage reduction feature. Optional Work: All volumes are based on availability of material from the Shinnecock Navigation Channel and Deposition Basin. Option 1. Placement of material dredged from Shinnecock Inlet Navigation Channel and Deposition Basin will be placed at the Atlantic Ocean Beach at Tiana Beach, at an approximate distance of 9,200 to 8,000 ft from the west jetty. An approximate total of 130,000 cubic yards of material will be placed in this area, in a berm and stockpile feature. The berm will be placed at +8.5 ft NAVD and will be used as the base for the stockpile feature. The stockpile will not exceed 40,000 cubic yards, placed on newly created berm and will not be higher than +18.5 ft NAVD. Payment for this area will be paid by dredged quantity, as this is an inlet sediment bypassing feature. Option 2. Placement of material dredged from Shinnecock Inlet Navigation Channel and Deposition Basin will be placed at the Atlantic Ocean Beach at Shinnecock Inlet County Park, widening the Base Project berm and adding a stockpile feature. Approximately 175,000 cubic yards of material will be placed in this area, in a berm and stockpile feature. The berm will be placed at +8.5 ft NAVD seaward of the Base Project berm, and will be longer alongshore than the Base Project berm (approximately 800 to 1000 ft longer). The stockpile will not exceed 50,000 cubic yards, and will not be higher than +18.5 ft NAVD. Payment for this area will be paid by dredged quantity, as this is an inlet sediment bypassing feature. Option 3. Placement of material dredged from Shinnecock Inlet Navigation Channel and Deposition Basin will be placed at the Atlantic Ocean Beach at Shinnecock Inlet County Park, widening the Base Project berm. Approximately 175,000 cubic yards of material will be placed in this area, in a berm feature. The berm will be placed at +8.5 ft NAVD seaward of the Base Project berm then sloping seaward at 1 ft vertical to 15 ft horizontal to the existing beach profile, and will be longer alongshore than the Base Project berm (approximately 500 to 1000 ft longer). Payment will be based on the placement template. 2. Responses to these sources sought will be used by the Government to make an appropriate procurement decision. Firms should respond to the projects they are interested in performing. If qualified firms do not respond to this Sources Sought, notice for the project may be acquired under full and open competition. 3. The North American Industry Classification System (NAICS) code is 237990. The Small Business Size standard is $20,000,000. 4. The following information is required and should be provided for each project the firm is interested in performing the work of: (1) Name of firm w/ address, phone, and fax number, point of contact and email address. (2) Identification and verification of the company as a HUB Zone firm, or, A Service-Disabled Veteran Owned Small Business firm, or, A Small business firm, or, A SBA certified 8(a) firms serviced by SBA New Jersey, New York, Connecticut, Massachusetts or Pennsylvania district offices. (3) A CAGE Code and DUNS Number for the firm. (4) Statement of Interest: Please indicate whether your firm intends to submit an offer for this project. (5) Qualification Criteria: Responses to this source sought shall provide information that indicates the contractor has the experience to perform the work as specified above. Also include: (i) Forecasted use of materials, equipment including land-based equipment & pumps and storage location if applicable; (ii) Capabilities and Capacity for intended operations. (6) Have you worked with environmental window restrictions, e.g., Piper Plover, Sea Turtle? (7) Bonding Capacity: per contract and total bonding capacity. (8) 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 Limitation of Subcontracting that pertains to specific Set-asides. FAR 52.219-14 (Pertains to Small Business and 8(a) Set-asides). FAR 52.219-3 (Pertains to HUBZone Set-asides). FAR 52.219-27 (Pertains to Service Disabled Veteran Owned Small Business Set-asides). 5. Please send all responses to: US Army Corps of Engineers New York District 26 Federal Plaza, Room 1843 ATTN: Jason Parker, Contract Specialist New York, NY, 10278-0090 Responses are due no later than 2:00 PM Eastern Standard Time (EST) 20 July 2012. Firms responding to this sources sought announcement, who fail to provide ALL of the required information requested, will not be used to assist the Government in the acquisition decision, which is the intent of this sources sought announcement. 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. THE PURPOSE OF THIS ANNOUNCEMENT IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED CONCERNS DOING WORK UNDER NAICS 237990. ANY POTENTIAL COMPETITIVE SOLICITATION(S) THAT MAY PROCEED FROM THIS NOTICE WILL BE POSTED TO FEDBIZOPPS. ALL INTERESTED OFFERORS WILL HAVE THE OPPORTUNITY TO RESPOND TO A SOLICITATION ANNOUNCEMENT AT A LATER TIME IF AND WHEN A SOLICITATION IS ISSUED. Contracting Office Address: USACE District, New York, CENAN-CT, 26 Federal Plaza, New York, NY 10278-0090 Point of Contact(s): Jason L. Parker 917-790-8080 Place of Performance: Monmouth Beach, Ocean Township NJ New York City Rockaway Inlet to Norton Point (Coney Island), NY Plumb Beach, NY West of Shinnecock Inlet, New York
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA51/W912DS-12-S-0013/listing.html)
 
Place of Performance
Address: USACE District, New York CENAN-CT, 26 Federal Plaza, New York NY
Zip Code: 10278-0090
 
Record
SN02795274-W 20120707/120705235707-fcdabe484310f4188a3435412e2973d6 (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.